Loading...
TR0301-CN060523 THE CITY OF COPPELL ~' .If ' r ~ e .,. .t 1\ I; CONSTRUCTION SPECIFICATIONS For TRAFFIC SIGNAL INSTALLATION At (A) BELT LINE ROAD @ MacARTHUR BOULEVARD And (B) MacARTHUR BOULEVARD @ BETHELSCHOOL ROAD Project # TR 03-01 A & B For APRII~ 2006 -..........---..'....... ') THE CITY OF COPPELL f 0~'~~~~\~\ [Jr', ~;r\~ TABLE OF CONTENTS Section 1 - Bidding Documents Notice to Bidders Instructions to Bidders Proposal/Bid Schedule Prevailing \Vage Rates Section 2 - 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 Detmls (Ord. #92-554), and AppendIX 'C' DesIgn Cntena and Standards m the City of Coppell SubdIVIsIon Ordmance (Ord. #94-643) shall govern all work to be done, together wIth any addItIonal Supplementary CondItIons, SpeCIfic Project ReqUIrements, General Notes, DescnptIOn of Pay Items and/or TechnIcal SpeCIficatIons mcluded herem. Section 3 - City of Coppell's Supplementary Conditions to the NCTCOG General Provisions Section 4 - Specific Project Requirements Section 5 - Description of Pay Items Section 6 - Technical Specifications Section 7 - Dallas Area Rapid Transit (DART) Permitting Page # 1-4 1-5 1-15 1-40 2-2 2-8 2-9 2-10 2-12 2-14 3-1 4-1 5-1 6-1 7-1 SECTION 1 BIDDING DOCUMENTS THE CITY OF COPPELL NOTICE TO BIDDERS The City of CoppellIs acceptmg bIds for the mstallatIOn of Traffic Signals at (A) Belt Line Road @ MacArthur Boulevard and (B) MacArthur Boulevard @ Bethel School Road - Project # TR 03-01 Plans and SpeCificatIOns may be obtamed for a non-refundable cost of $25 00 from the Purchasmg Agent, 255 Parkway Blvd., Coppell, Texas, or telephone (972) 304-3698 Sealed bIds addressed to the Purchasmg Agent, City of Coppell, Texas, for the mstallatIon of Traffic Signals at (A) Belt Line Road @ MacArthur Boulevard and (B) MacArthur Boulevard @ Bethel School Road - Project # TR 03-01 wIll be receIved m the Purchasmg Office at the City of Coppell Town Center, 255 Parkway Boulevard, until 2:00 p.m., May 2, 2006, and lhen publIcly opened and read aloud. Each BIdder shall submIt two IdentIcal copIes of thIS bId WIth the CIty of Coppell Bid No. Q- 0306-01 deSIgnated clearly on the extenor of the bId envelope Included WIth the bId there should be a completed BId AffidavIt and a Proposal Guaranty per Item 1 5 of the NCTCOG's Standard rd SpecIficatIOns for Public Works ConstructIOn 3 EdItIOn. A Pre-BId Conference has been scheduled for thIS project at the Coppell CIty Hall m the lobby conference room (255 Parkway Boulevard), at 2 00 p.m. on Apnl 18, 2006 The conference IS not mandatory; however, all mterested bIdders are strongly encouraged to attend. The Owner reserves the nght to reject any or all bIds and to WaIve formalItIes. Unreasonable or unbalanced umt pnces wIll be consIdered suffiCIent cause for rejectIOn of any bId or bIds. The Owner reserves the nght to accept the alternate bId of a Contractor that dId not submIt the lowest base bId NO BID TRANSMITTED BY FAX WILL BE ACCEPTED BIdders are expected to mspect the SIte of the work and to mform themselves regardmg local condItIons and condItIons under whIch the work IS to be done Complete sets ofbIddmg documents must be used m prepanng BIds, the CIty of Coppell assumes no responsibilIty for errors or mIsmterpretatIons resultmg from the use of mcomplete sets of BIddmg Documents NO SALES TAXON TANGIBLE PERSONAL PROPERTY INCORPORATED INTO OR MADE A PART OF THE PROJECT The bIdder shall not mclude or proVIde for sales tax on tangible personal property to be mcorporated mto the project. (Note ThIS procedure may not be used, however, for matenals whIch do not become a part of the fimshed product, such as, eqUIpment rental or purchase, form matenals, etc) In order to be exempt from the sales tax on such tangible personal property, the contract shall separate and proVIde separate charges for matenals to be mcorporated mto the project from charges for labor The CIty WIll provIde the Contractor WIth an exemptIOn certIficate for the matenals The contractor IS expected to Issue a resale certIficate m lieu of paYIng a sales tax at the time of purchase The bIdder shall show the cost of matenals (tangible personal property) III the space proVIded on the bId form. The successful bIdder's bId form WIll be used to develop a separated contract and determme the extent of the tax exemptIOn. BIDDING AND CONTRACT DOCUMENTS INSTRUCTIONS TO BIDDERS 1. Defined Terms. Terms used m these InstructIOns to BIdders whIch are defined m the Standard SpecIficatIOns for Pubhc Works ConstructIon - North Central Texas 3rd EdItIon, as prepared by the NCTCOG and the Supplementary CondItIons of Agreement have the meanmgs aSSIgned to them m these General CondItIons The term "BIdder" means one that submIts a BId dIrectly to Owner, as dIstmct from a sub-bIdder, who submits a bId to a BIdder The term "Successful BIdder" means the lowest, qualIfied, responsible BIdder to whom the Owner (on the basIs of the Owner's evaluatIOn as heremafter proVIded) makes an award. The term "BIddmg Documents" mcludes the NotIce to BIdders, InstructIons to BIdders, the BId Form, and the proposed Contract Documents (mcludmg all Addenda Issued pnor to receIpt of bIds) SpecIfic defined terms are Owner' Wherever the word "OWNER" IS used m the specIficatIons and Contract Documents, It shall be understood as refemng to the CIty of Coppell, Texas. Engmeer Wherever the word "ENGINEER" IS used m the SpecIficatIons and Contract Documents, It shall be understood as refemng to the City Engmeer or hIS authonzed representatIve, City ofCoppell, POBox 9478, Coppell, Texas 75019 Inspector The authonzed representatIve of the CIty of Coppell aSSIgned to observe and mspect any or all parts of the work and the matenals to be used therem. 2. Scope of Work. ThIS work shall conSIst of the mstallatIOn of two traffic SIgnals. TR03-01 (A) conSIsts of the removal and replacement of the eXIstmg traffic SIgnal at the mtersectIOn of Belt Lme Road and MacArthur Boulevard. TR03-01 (B) conSIsts of the mstallatIOn of a new traffic SIgnal at the mtersectIOn of MacArthur Boulevard and Bethel School Road. The work at both of these mstallatIOns shall mclude all components necessary for the "turn key" constructIOn of the traffic SIgnals as shown m the plans, mcludmg but not lImIted to sIgnals/SIgnal heads, controllers and cabmets, optIcom, wmng, ground boxes, condUIt, pole/mast anns With foundations, electncal hookup, VIdeo detectIOn, etc ThIS work shall generally conSIst of all necessary work to produce operatIOnal traffic SIgnals at both locatIons 1-5 Bidding Documents SpecIal attentIOn should be paId to sequencmg of the work at the Belt Lme Road and MacArthur Boulevard locatIOn. It IS ImperatIve that the eXIstmg sIgnal remams m operatIOn dunng the mstallatIOn of the new sIgnal ThIS wIll allow unmterrupted traffic flow dunng thIS penod. Once the new sIgnal IS m operatIOn, the old one can be removed. 3. Copies of Bidding Documents 3 1 Complete sets of the BIddmg Documents may be obtamed from the Purchasmg Agent at the office of the City of Coppell, 255 Parkway Boulevard, Coppell, Texas for $2500 The followmg general reqUIrements pertam to the BIddmg Documents A) No bIddmg documents wIll be Issued later than two (2) days pnor to the bId opemng date B) After award of the Contract, the successful BIdder wIll be furnIshed five (5) sets of Contract Documents at no charge AddItional sets over five (5) wIll be furnIshed for $15 00 per set. C) BIddmg documents may be exammed free of charge at the offices of the City Engmeer, City of Coppell, 255 Parkway Boulevard, Coppell, Texas 32 Cornplete sets of BIddmg Documents must be used m prepanng BIds, the City of Coppell assumes no responsIbIlity for errors or mIsmterpretatIons resultmg from the use of mcomplete sets of BIddmg Documents. No partial sets of plans, speCIficatIOns or proposal forms wIll be Issued. 3 3 The Owner, m makmg copIes of BIddmg Documents aVailable on the above terms, does so only for the purpose of obtammg BIds on the Work and does not confer a license or grant for any other use 4. Qualifications of Bidders. The BIdder shall submIt wIthm five (5) days of the Owner's request such eVIdence as the Owner may reqUire to establIsh hIS finanCial responsibIlIty, and posseSSIOn of such eqUIpment as may be needed to complete t work m an expedItIous, safe and satIsfactory manner The reqUired mformatIOn to be submItted shall consIst of, but shall not necessanly be lImIted to, the followmg A. Current Project Expenence (wIthm five [5] days If requested) A list of all projects presently under constructIon by the bIdder mcludmg approXImate cost and completIOn date shall be submItted upon request. B Past Project Expenence (reqUIred to be submItted WIth five [5] days If requested) 1-6 Bidding Documents The BIdder shall submIt a list of comparable projects completed wIthm the prevIOUS five years mcludmg apprOXImate cost(s), quantItIes, and completIon date(s) C EqUIpment. (wIthm five [5] days Ifrequested) The BIdder shall proVIde a hst of eqUIpment, whIch wIll be used on thIS project. The BIdder shall demonstrate that he has adequate eqUIpment to complete thIS project, properly and expedItIously and shall state what addItIonal eqUIpment, If any, that he must rent/lease as may be reqUIred to complete thIS project. D FmancIal. (wIthm five [5] days Ifrequested) Each BIdder shall be prepared to submIt upon request of the Owner a balanced financial statement WIth no eVIdence of threatemng losses as eVIdenced by an audIted certIfied finanCIal statement (current wIthm the last SIX (6) months of bId date) ThIS mformatIOn wIll be used to confirm that the BIdder has SUItable financIal status to meet oblIgatIOns mCIdental to performmg the work. E TechnIcal Expenence The BIdder shall demonstrate to the satisfactIon of the Owner that he has the techmcal expenence to properly complete thIS project. F Proof that the bIdder mamtams a permanent place of bus mess. 5. Conflict of Interest. CIty Charter states that no officer or employee of the CIty shall have a finanCIal mterest, dIrect or mdIrect, m any contract WIth the City, nor shall be finanCially mterested, dIrectly or mdIrectly, m the sale to the CIty of any land, or nghts or mterest m any land, matenals, supplies or servIces ThIS prohibItIon does not apply when the mterest IS represented by ownershIp of stock m 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 m 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 contractmg WIth the CIty shall render the contract VOIdable by the CIty Manager or the CIty CounCIl. The Contractor represents that no employee or officer of the CIty has an mterest In the Contractor 6. Examination of Contract Documents and Site. 6 1 Access to the SIte shall be from MacArthur Blvd., Belt Lme Road, or Bethel School Road. It shall be the contractors responsibIlIty before submIttmg a BId, to (a) examme the Contract Documents thoroughly, (b) VISIt the SIte to become famIhar WIth local condItIons that may affect cost, progress, performance or furnIshmg of the Work, (c) conSIder federal, state and 1-7 Bidding Documents local Laws and RegulatIOns that may affect cost, progress, performance or furnIshmg of the Work, (d) study and carefully correlate BIdder's observatIOns wIth the Contract Documents, and (e) notIfy Engmeer of all conflIcts, errors or dIscrepancIes m the Contract Documents. FaIlure to make these exammatIOns shall 111 no way reheve any BIdder from the responsibIlity of fulfilhng all of the terms of the contract, wIthout addItIonal cost to the OWNER. 6 .2 InformatIOn and data reflected m the Contract Documents WIth respect to Underground FaCIhtIes at or contIguous to the SIte IS based upon mformatIOn 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 eXIstmg structures, Improvements, and utIlities shall be adequately protected, at the expense of the Contractor, from damage that mIght otherwIse occur due to con<:;tmctIon operatIOns Where constructIon comes m close proXImIty to eXIstmg structures or utIlities, or If It becomes necessary to move servIces, poles, guy WIres, pIpe lmes, or other obstructIons, It shall be the Contractor's responsibIlity to notIfy and cooperate WIth the utIhty or structure owner The utilIty lines and other eXIstmg structures shown on the plans are for mformatIOn only and are not guaranteed by the City to be complete or accurate as to locatIOn and/or depth. It shall be the Contractor's responsibIlIty to venfy locations and depths suffiCIently m advance of constructIOn such that necessary adjustments may be made to allow for the proper mstallatIOn. The Contractor shall be liable for damage to any utIlItIes resultmg from the constructIOn of thIs project. 6 3 Before submIttmg a BId, each BIdder wIll, at BIdder's own expense, make or obtam any addItIonal exammatIons, mvestIgatIons, explorations, tests and studIes and obtam any addItional mformatIon and data whIch pertam to the phYSIcal condItIons (surface, subsurface and underground facIlItIes) at or contIguous to the SIte or otherwIse whIch may affect cost, progress, performance or furnIshmg of the Work and whIch BIdder deems necessary to determme Its BId for performmg and furnIshmg the Work m accordance WIth the time, pnce and other terms and condItIons ofthe Contract Documents. 6 4 On request m advance, Owner wIll proVIde each BIdder access to the SIte to conduct exploratIOns and tests as each BIdder deems necessary for submISSIon of a BId. BIdder shall fill all holes, clean up and restore the SIte to ItS former condItIons upon completIon of such exploratIons. 6 5 The lands upon whIch the Work IS to be performed, nghts-of-way and easements for access thereto and other lands deSIgnated for use by Contractor m performmg the Work are IdentIfied m the Contract documents 6 6 The submISSIOn of a BId WIll constitute an mcontrovertible representatIon by BIdder that BIdder has complied WIth every reqUIrement of thIS ArtIcle 6, that WIthout exceptIOn the BId IS premIsed upon performmg and furnIshmg the work reqUIred by the Contract Documents and such means, methods, technIques, sequences or procedures of constructIon as may be mdIcated m or reqUIred by the Contract Documents, and that the Contract Documents are suffiCIent m scope and detail to mdIcate and convey understandmg of all terms and condItIons for performance and furnIshmg of the Work. 1-8 Bidding Documents 7. In terpretatipns and addenda. 7 1 All questIOns about the meanmg or mtent of the Contract Documents are to be dIrected to the Purchasmg Agent. InterpretatIOns or c1anficatIOns conSIdered necessary by the Purchasmg Agent m response to such questIons wIll be Issued by Addenda maIled or delivered to all bIdders recorded as havmg receIved the BIddmg Documents. QuestIOns receIved less than two days pnor to the date for openmg of BIds may not be answered. Only questIOns answered by formal wntten Addenda WIll be bmdmg. Oral and other mterpretatIons or clanficatIOns wIll be WIthout legal effect. Each BIdder shall acknowledge on the bId proposal that all Addenda Issued have been receIved. 7 :2 Addenda may also be Issued to modIfy the BIddmg Documents as deemed adVIsable by the Owner 8. Contract Time. 8 1 The tIme for completIon m calendar days should be mcluded on the BId Form m the space provIded. All work shall be complete wIthm the calendar day count reqUIred by the Contractor's Proposal The calendar day count shall commence ten (l0) calendar days after the date of the NotIce to Proceed or when the contractor begms work, whIchever comes first. 8.2 Pnor to the Issuance of the NotIce to Proceed by the Owner, the Contractor shall submIt a detailed Progress and Schedule chart to the Owner for approval 8 3 ExtenSIOn of the contract tIme shall be based on a Change Order or wntten amendment as speCIfied m Item 1 36 of the General ProVISIOns 9. Liquidated Damages ProVISIOns for hqUIdated damages are set forth m the Contract. LIqUIdated damages for thIS project are Two hundred and forty dollars ($240 00) per day 10. Substitute or "Or-Equal" Items. The Contract, If awarded, WIll be on the baSIS of matenals and eqUIpment described m the Drawmgs or speCIfied m the SpeCIficatIOns WIthout conSIderatIon of possible substItute or "or-equal" Items. Whenever It IS mdIcated III the Drawmgs or speCIfied m the SpeCIficatIOns that a substitute or "or-equal" Item of matenal or eqUIpment may be furnIshed or used by Contractor If acceptable to Engmeer, applIcatIon for such acceptance WIll not be conSIdered by Engmeer untIl after the EffectIve Date of the Agreement. No substItutIOns should be conSIdered dunng the bIddmg process. 1-9 Bidding Documents 11. Subcontractors, Suppliers, and Others. 11 1 If the Owner requests the IdentIty of any Subcontractors, Supphers, or other persons or orgamzatIOns to be submItted to the Owner m advance of the specIfied date pnor to the Effective Date of the Agreement, the apparent Successful BIdder, and any other BIdder so requested, shall wIthm seven (7) days after the request submIt to the Owner a hst of all such Subcontractors, Suppliers and other persons and orgamzatIons proposed for those portIOns of the Work for WhICh such IdentificatIOn IS requested Such list shall be accompamed by an expenence statement WIth pertment InfOrmatIOn regardmg SImIlar projects and other eVIdence of qualificatIOn for each such Subcontractor, supplier, person or orgamzatIOn If requested by the Owner If the Owner, after due mvestIgatIOn, has reasonable objection to any proposed Subcontractor, SupplIer, other person or orgamzatIOn, may, before the NotIce of Award IS gIven, request the apparent Successful BIdder to slIhmlt <In acceptable substItute m WhICh case the apparent Successful BIdder shall submIt an acceptable substitute. BIdder's BId pnce may be mcreased (or decreased) by the dIfference m cost occaSIOned by such substitutIon, and the Owner may conSIder such pnce adjustment m evaluatmg BIds and makmg the contract award. If the apparent Successful BIdder declInes to make any such substitutIon, the Owner may award the contract to the next lowest BIdder that proposes to use acceptable Subcontractors, SupplIers, other persons and orgamzatIons. The declmmg to make requested substItutions WIll not constitute grounds for sacnficmg the BId secunty of any BIdder 11 2 No Contractor shall be reqUIred to employ any Subcontractor, Supplier, other person or orgamzatIon agamst who Contractor has reasonable ObjectIOn. 12. Bid Proposal. 12 1 Two (2) completed BId Proposals must be submItted m a sealed envelope as described m Item 15 The blank spaces m the BId Form shall be filled m for each Item for WhICh a quantIty IS gIven and the BIdder shall state the pnce for whIch he proposes to do each Item of work. All blanks on the bId form must be completed m Ink or typed. No substitutIOns, reVISIOns, or omISSIons from the plans and/or speCIficatIons WIll be accepted unless authonzed In wntIng by the Owner 122 The legal status of the BIdder, that IS, as a corporatIOn, partnershIp, or mdIvIdual, must be stated on the BId Form A corporatIOn BIdder must name the state m WhICh the orgamzatIon 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 authonzed officer of the corporatIOn, manually wntten below the corporate name m the followmg manner "By " If the bId IS made by an mdIvIdual, hIS post office address shall be gIVen. BIds whIch are not SIgned by the mdIvIduals makmg them shall have attached thereto a power of attorney eVIdencmg authonty to SIgn the bId In the name of the person for whom It IS SIgned. 1-10 Bidding Documents If the bId IS made by a firm or partnershIp, the name and post office address of the managmg member of the firm or partnershIp shall be gIven or the bId may be sIgned by an attorney-m- fact. If sIgned by an attorney-m-fact, there shall be attached to the bId a power of attorney eVIdencmg authonty to SIgn the bId, executed by the members of the firm or partners. 13. Provision Concerning Escalator Clauses. BIds contammg any condItIon WhICh provIdes for changes m the stated bId pnces due to Increase or decrease m the costs of matenals, labor, or other Items reqUIred for thIS project, may be rejected and returned to the BIdder WIthout bemg conSIdered. 14. Estimates of Quantities. The quantitIes listed m the BId Form wIll be conSIdered as approXImate and wIll be used for the companson of bIds. Payments wIll be made to the Contractor only for the actual quantItIes of work performed or matenals furnIshed m accordance WIth the contract. The quantity of work to be done and the matenals may be mcreased or decreased as proVIded for m the Contract Documents. 15. Submission of Bids. BIds wIll be receIved by the Purchasmg Agent, and shall be submItted to the Purchasmg Agent, City of Coppell, at the Town Center, 255 Parkway Boulevard, POBox 9478, Coppell, Texas 75019 untIl 2:00 p.m., Mav 2, 2006 and then publIcly opened and read aloud. Two IdentIcal COpieS of the bId enclosed m an opaque sealed envelope and marked WIth the Project tItle, City of Coppell Bid No. 0-0306-01 and the name and address of the BIdder shall be submItted. Included WIth the bId there should be a completed BId AffidaVIt and a Proposal Guaranty per Item 1 5 of the NCTCOG's standard SpeCIficatIons for publIc Works ConstructIon 3rd EdItIon. If the BId IS sent through the maIl or other delivery system the sealed envelope shall be enclosed m a separate envelope WIth the notatIOn "BID ENCLOSED for Construction of the Traffic Sifmal Installation at fA) BeltUne Road (ii; MacArthur Boulevard and fB) MacArthur Boulevard (ii), Bethel School Road - Proiect # TR 03-01 "on the face of It and addressed to the Purchasmg Agent, City ofCoppell, Texas. 16. Modification and Withdrawal of Bids. 16 1 BIds may be modIfied or WIthdrawn by an appropnate document duly executed (m the manner that a BId must be executed) and delIvered to the place where BIds are to be submItted at any tIme pnor to the opemng of BIds 16.2 If, wIthm twenty-four hours after the BIds are opened, any BIdder files a duly SIgned wntten notIce WIth the Owner and promptly thereafter demonstrates to the reasonable satIsfactIon of Owner that there was a matenal and substantIal mIstake m the preparatIon of the BId, that BIdder may WIthdraw hIS bId. Thereafter, that BIdder WIll be dIsqualIfied from further bIddmg on the work. J-ll Bidding Documents 17. Rejection of Bids. . BIds may be rejected If they show alteratIOns of form, addItions not called for, condItIOnal bIds, mcomplete bIds, erasures or IrregulantIes of any kmd. The Owner reserves the nght to waIve any Irregulantles m the bIds as receIved and to reject any and all bIds wIthout qualIficatIOn(s) More than one bId from an mdIvIdual, firm or partnershIp, corporatIOn or associatIon, under the same or dIfferent names, WIll not be conSIdered. Reasonable grounds for behevmg that a BIdder IS mterested m more than one such bId may cause the rejectIOn of all bIds III WhICh SaId BIdder IS mterested. BIds m whIch pnces 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 Construction will be rejected. BIds submItted WIthout a Proposal Guaranty per Item 1 5 of the NCTCOG's Standard SpeCIficatIons for PublIc Works ConstructIOn 3rd EdItion. 18. Bids to Remain Subject to Acceptance. All BIds wIll remam subject to acceptance for mnety (90) days after the day of the BId opemng, but the Owner may, m ItS sole dIscretIOn, release any BId pnor to that date. 19. Award of Contract. 19 1 The Owner reserves the nght to reject any and all BIds, to waIve any and all mformalltIes except for the tIme of submIsSIOn of the BId and to negotiate contract terms WIth the Successful BIdder The Owner also reserves the nght to reject all nonconformmg, non-responSIve, unbalanced or condItional BIds. Also, the Owner reserves the nght to reject the BId of any BIdder If the Owner belIeves that It would not be m the best mterest 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 pertment standard or cntena establIshed by the Owner DIscrepancIes m the multiplIcatIon of umts of Work and umt pnces WIll be resolved m favor of the umt pnces. DIscrepancIes between the mdIcated sum of any column of figures and the correct sum thereof WIll be resolved m favor of the correct sum 19 2 In evaluatmg BIds, the owner WIll conSIder the qualIficatIOns of the BIdders, whether or not the BIds comply With the prescribed reqUirements, and such alternates, umt pnces, completlon tIme, and other data, as may be requested m the BId form or pnor to the Notice of Award. 193 The Owner may conSIder the qualIfications and expenence 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 orgamzatIons must be submItted as requested by the Owner The Owner also may conSIder the operatmg costs, mamtenance reqUIrements, performance data and guarantees of major Items of matenals and eqUIpment proposed for mcorporatIon m the Work when such data IS reqUIred to be submItted pnor to the NotIce of Award. 1-12 Bidding Documents 19 4 The Owner may conduct such mvestIgatIOns as the owner deems necessary to assIst m the evaluatIOn of any BId and to establIsh the responsIbIlity, qualIficatIons and financial stabIlIty of BIdders, proposed Subcontractors, SupplIers and other persons and orgamzatIOns to perform and furnIsh the Work m accordance WIth the Contract Documents to the Owner's satIsfaction wIthm the prescnbed time. 19 5 If contract IS to be awarded, It WIll be awarded to the lowest and best quahfied BIdder whose evaluatIOn by the Owner mdIcates to the Owner that the award wIll be m the best mterests of the Project. 19 6 If the contract IS to be awarded, the Owner will gIVe the Successful BIdder a NotIce of Award wIthm nmety (90) days after the date of the BId openmg. 20. Execution of Agreement. WIthm fifteen (15) days after wntten notIficatIOn of award of the contract, the Successful BIdder shall execute and furnIsh to the Owner three (3) ongmal SIgned contracts and a CertIficate of Insurance 21. Affidavit of Bills Paid. Pnor to final acceptance of thIS project by the Owner, the Contractor shall execute an affidaVIt that all bIlls for labor, matenals, and mCIdentals mcurred m the project constructIOn have been paid m full, and that there are no claims pendmg. 22. Bid Compliance. BId must comply WIth all Federal, State, county and local laws Contractor shall not hue nor work any Illegal ahen. 23. Notice to Proceed. Upon executIon of the Contract, the Owner wIll issue a wntten Notice to Proceed to the Contractor requestmg that he proceed WIth the constructIon. The Calendar Day count on the project shall commence wIthm ten (10) calendar days after the date of NotIce to Proceed or when the contractor begms work, whIchever occurs first. 24. Sales Tax. The bIdder shall not mclude or proVIde for sales tax on tangible personal property to be Incorporated mto 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 matenals to be mcorporated mto the project from charges for labor The CIty WIll prOVIde the Contractor WIth an exemptIOn certIficate for the matenals. The contractor IS expected to Issue a resale certIficate m heu ofpaymg a sales tax at the tIme of purchase. The bIdder shall show the cost of matenals to be mcorporated mto the contract (tangible personal property) m the space 1-13 Blddmg Documents provIded on the bId form The successful bIdders bId form wIll be used to develop a separated contract and wIll determme the extent of the ta~ exemptIOn. Upon executIon of the constructIOn contract, the successful bIdder shall provIde a per Item breakdown of 1) matenals mcorporated mto the project; and 2) labor, eqUIpment, supervISIOn and matenals not mcorporated mto the project. 25. Silence of Specification. The apparent sIlence of these speCificatIOns as to any detaIl or to the apparent omISSIOn from It of a detailed descnptIon concernmg any pomt, shall be regarded as meanmg that only the best commerCIal practIces are to prevaIl All mterpretatIOn& of these speCIfications shall be made on the baSIS of thIS statement by Owner or theIr authonzed representatIve 26. Change Orders. No oral statement of any person shall modIfy or otherwIse change, or affect the terms, condItIons or specIfications stated m the resultmg contract. All change orders to the contract WIll be made m wntmg by the Owner 27. Assignment. The Successful BIdder shall not sell, aSSIgn, transfer or convey thIS contract, m whole or m part, WIthout the pnor wntten consent of Owner 28. Venue. ThIS agreement wIll be governed and construed accordmg to the laws of the State of Texas ThIS agreement IS performable m Dallas County, Texas. 29. Maintenance Bond. The Contractor shall proVIde a two year Mamtenance Bond m the amount of 50% of the value of the work at the completIOn of the proJect. The bond must be proVIded pnor to final payment by the CIty 1-14 Bidding Documents BID FORM PROJECT IDENTIFICATION Traffic SIgnal InstallatIOn at (A) Belt Lme Road @ MacArthur Boulevard and (B) MacArthur Boulevard @ Bethel School Road - Project # TR 03-01 m Coppell, Texas BID OF DATE (NAME OF FIRM) THIS BID IS SUBMITTED TO City of Coppell (heremafter called OWNER) c/o Purchasmg Agent 255 Parkway Boulevard POBox 9478 Coppell, Texas 75019 CITY OF COPPELL BID NO: Q- 0306-01 The underSIgned BIDDER proposes and agrees, If thIS BId IS accepted, to enter mto an agreement wIth OWNER m the form mcluded m the Contract Documents to perform and furnIsh all Work as specIfied or mdIcated m the Contract Documents for the Contract Pnce and wIthm the Contract TIme mdIcated m thIS BId and m accordance wIth the other terms and condItIons of the Contract Documents. 2 BIDDER accepts all of the terms and condItIons of the AdvertIsement or NotIce to BIdders and InstructIOns to BIdders. ThIS BId wIll remam subject to acceptance for mnety (90) days after the day of BId opemng. BIDDER WIll SIgn and submIt the Agreement wIth other documents reqUIred by the BIddmg ReqUIrements wIthm fifteen (15) days after the date of OWNER's NotIce of Award. 3 In submIttmg thIS BId, BIDDER represents, as more fully set forth m the Agreement, that (a) BIDDER has exammed copIes of all the BIddmg Documents and of the followmg Addenda (receIpt of all whIch IS hereby acknowledged) No Date' Rec'd 1-15 Bidding Documents (b) BIDDER has famIlIanzed Itself wIth the nature and extent of the Contract Documents, Work, sIte, localIty, and all local condItIons and Laws and RegulatIOns ~ that m any manner may affect cost, progress, performance or furnIshmg of the Work. (c) BIDDER has studIed carefully all reports and drawmgs of subsurface condItIOns contamed m the contract documents and whIch have been used m preparatIOn of the contract documents. CONTRACTOR may rely upon the accuracy of the techmcal data contamed m such reports, but not upon nontechnIcal data, mterpretatIons or opmIons contamed therem or for the completeness thereof for CONTRACTOR's purposes Except as mdIcated III the ImmedIately precedmg sentence, CONTRACTOR shall have full ,responsIbIlity wIth respect to subsurface condItions at SIte BIDDER has studIed carefully all drawmgs of the phYSIcal condItIons m or relatmg to eXIstmg surface or subsurface structures on the SIte, whIch are contamed m the contract documents and whIch have been utilIzed m preparatIon of the contract documents CONTRACTOR may rely upon the accuracy of the technIcal data contamed m such drawmgs, but not for the completeness thereof for CONTRACTOR's purposes. Except as mdIcated III the ImmedIately precedmg sentence, CONTRACTOR shall have full responsibIhty wIth respect to phYSIcal condItIons m or relatmg to such structures. (d) BIDDER has obtamed and carefully studIed (or assumes responsibIhty for obtammg and carefully studying) all such exammatIons, mvestIgatIOns, exploratIons, tests and studIes (m addItIon to or to supplement those referred to m (c) above) WhICh pertam to the subsurface or phYSIcal condItIOns at the SIte or otherwIse may affect the cost, progress, performance or furnIshmg of the Work as BIDDER conSIders necessary for the performance or furnIshmg of the Work at the Contract Pnce, wIthm the Contract TIme and m accordance wIth the other terms and condItIons of the Contract Documents, and no addItIOnal exammatIOns, mvestIgatIOns, exploratIOns, tests reports or SImIlar mformatIon or data are or WIll be reqUIred by BIDDER for such purposes. (e) BIDDER has reVIewed and checked all mformatIon and data shown or mdlcated on the Contract Documents WIth respect to eXIstmg Underground FaCIlItIes at or contIguous to the SIte and assumes responsibIlIty for the accurate locatIOn of SaId Underground FaCIlItIes. No addItIonal exammatIOns, mvestIgatIOns, exploratIOns, tests, reports or SImIlar mformatIOn or data m respect of SaId Underground FaCIlItIes are or wIll be reqUIred by BIDDER m order to perform and furnIsh the Work at the Contract Pnce, wIthm the Contract TIme and m accordance WIth the other terms and condItIons of the Contract Documents. (f) BIDDER has correlated the results of all such observatIons, exammatIOns, InvestIgatIOns, exploratIOns, tests, reports and studIes WIth the terms and condItions of the Contract Documents 1-16 Bidding Documents (g) BIDDER has gIven ENGINEER wntten notIce of all conflIcts, errors or dIscrepancIes that It has dIscovered m the Contract Documents and the wntten resolutIOn thereof by ENGINEER IS acceptable to BIDDER. (h) ThIS bId IS genu me and not made m the mterest of or on behalf of any undIsclosed person, firm or corporatIOn and IS not submItted m conformIty WIth any agreement or rules of any group, assocIatIon, orgamzatIon or corporatIOn, BIDDER has not dIrectly or mdIrectly mduced or solICIted any other BIdder to submIt a false or sham BId, BIDDER has not solicIted or mduced any person, firm or corporatIon to refram from bIddmg, and BIDDER has not sought by collUSIOn to obtam for Itself any advantage over any other BIdder or over OWNER. (I) It IS understood and agreed that the followmg quantItIes of work to be done at umt pnces are approXImate only, and are mtended pnncIpally to serve as a gUIde m evaluatmg bIds. (j) It IS understood and agreed that the quantItIes of work to be done at umt pnces and matenals to be furnIshed may be mcreased or dImImshed as may be conSIdered necessary m the opmIOn of the OWNER to complete the work fully as planned and contemplated, and that all quantitIes of work, whether mcreased or decreased, are to be performed at the umt pnces set forth, except as provIded for m the Contract Documents. 4 It IS understood and agreed that all work under thIS contract WIll be completed wIthm the bId calendar days. CompletIOn date wIll be establIshed m the NotIce to Proceed. It IS understood that time of completIon wIll bee a conSIderatIOn m the award of the bId. 5 It IS understood and agreed that the contractor expenence III thIS type of work WIll be a strong conSIderatIOn m the award of the bId. 6 It IS strongly recommended that each bIdder VISIt the SIte pnor to submIttmg a bId. ConstructIon constramts eXIst, mcludmg traffic that could affect productIVIty 7 BIDDER wIll complete the Work for the followmg pnce(s) /-17 Bidding Documents 2-A 3-A 4-A S-A Item No ]-A BID SECTION A Quantity a a o EA , , ~ I 11 f I TRAFFIC SIGNAL INSTALLATION BELTLINE RO.\D @ MacARTHUR BOllLE\ ARD PROJECT # TR 03-01 (A) UNIT PRICE BID SCHEDULE Unit Descnptlon and Pnce In Words LS MobilIzatIon &. DemobilIzatIOn Complete III Place li~-i { u,' J,) ~~_ I ~ I', \Vri . I 'I ,f' f Y I II, ~ and I . 'I t I~ Cents per lump sum Dollars EA InstallatIon of HlghVv ay Traffic Signals Complete III Place -11-,-11 rl ~ ~f \( (t -l\ '(~y"--(Jn Dollars and J,JC Cents per each Traffic Signal Pole w/2a Foot Mast Ann Complete 10 Place EA and Dollars Cents per each EA Traffic Signal Pole wl2S Foot Mast Ann Complete III Place and Dollars Cents per each Traffic Signal Pole \'.'/32 Foot Mast Arm Complete 111 Place and Dollars -- Cents p~r each / / ,J Lnlt Pnce Total Pnce 3'1~'7. 3~ I ?Jqqq.35 l :1 1! .cO!' 'Z.~dY)' Ob 2?,CCO II N'A NIl\. N/A N/A I I I I I ,I r-- ~~ -r---N1 ~--1 I I I . I I , I 1_ ~ ~ /1',I,/II't' !1{)l'iI"CI I II Item ! No ! 8-A -- 9-A If I' I U-A , I 6-~ 7- ~ BID SECTION A QuantIty 2 1 1 5 TRA.FFIC SIGNAL Ii'.ST ALLA no'\! BFLTLlNE ROAD @; MacARTHUR BOl I EVARD PROJECT # TR 03-01 (A) U~IT PRJCE BID SCHEDULE I Unit I Descnrtlon and Pncc In \Vords " Total Price II Ii ll11 t Pnce EA I /=:..'1/Y\.. au ,IS,,?ti)I.($) Complete 111 Place .JJJ....J 2 \ ( ~hl \ I 1, d\ j il~~,=,---~ I ' I'd \ I l \ \~~(\ Dollars Ii ,no:! ~J,_ Celllc.pcreach --J- + ~ Traffic Signal Pole w 40 Foot 1\tast I J ,-ym Complete III Place '5.DtO. CO, ! 11/~'ct)! \ \ ~ \ -+ \ IiI :~1 \ ( ( \ -:..! I '( \ "' \ I ',0 \{ C\ Dollars I and [, \C Cents per each Traffic SIgnal Pole \\ JG foot Mast Ann EA EA Traffic Signal Pole w,48 Foot Mast Ann 191CO.CD 02CD.coll I Complete In Place ~~\ '" ~\ lCUSClJ '1\ ~. U~'C \ ....11 \ { vi rl (1 Dollars and ~ Cents per each EA I ~OO.CfJ S~OO.(fJ I' I I I 1 ! I I \~56~tlo~~~jll I I ~ i -_ J 3-SectlOn Signa] Head w/Backplate Complete 111 Place '( Ie J\~'I-\ \') l \ I 'c\ If {\ Dollars Cents per each and l\iL" EA 5 -Section Signal Head \\, Backplate Complete In Place Ij I' .1 t (l (' ((\ 11-_11i\__.__. LlLLiiu.l.ll'( I ~L_ Dollars and -~-J.L Cents per each r , / hi /(/dlL, ! J(){ /1) 1'1 \ TRAFFIC SIGNAL I1\ST ALLA TION 13ELTLI~E ROAD @ MacARTHUR BOULEVARD PROJECT # TR 03-01 (A) Ui\ IT PRICE BID SCHEDCLE BID SECTION A Item QuantIty UnIt DescnptJon and Pnce In \\'ords Unit I Total No Price I Pnce ll-A 8 EA Pedestrian Slp1a! Section I Complete 111 Place 500.CLJ 4-COJ.CO T-:- ! (r' 1--1.- ~I , l r ".' I L____~---L~U " -------~ Dollars - ------- and ___1- ' ( / Cents per each I 12-A 50 LF 2" P\'C Conduit I _ Complete!!l Place 6 ~ Ob ~r:jO.OO I f-- \ " r ! ~ Dollars I and J, IL Cents I per lInear foot 13 - L\ 55 LF ]" P\'C Conduit Complete III Place (.p .00 3~.CO ~~IX Dollars and f\J[) Cents per linear foot -- .- I 14-A 470 LF 4" P\'C ConduIt Complete III Place d.d,. ex) 10; 3'\O~CO- fL({11 it j \LLL, Dollars I and !\.V) Lents I per llllC3r foot ---- ] 5-A 6 EA lnstall Ground Box TyT'e A Complete 111 Place ~7 (-+ \( ~.C() 3~.CO I f__LVL.Li.I\C\ r tel I I I Dollars I II I I and ~ILL Cents per each J ~ I _lri /] '( II I,II i /) I( II '/' ( 11/\ Item '\)0 16-A 17-A 18- "" 119-A I' I ~_~ 20-A I I BID SECTION A Quanti ty 2 68 8 560 LF TRAFFIC SIGNAL INSTALL.\. TIO'i BELTLINE ROAD @ Mac.\.RTHUR BOULE\ ARl) PROJECT # TR 03-01 (A) UNIT PRICE BID SCHEDULE UnIt Dcscnptlon and Pnce In Words ""-j I Unit PnLi: Total Pnce EA InstJl1 Ground Box Ty']Je C r l'fSO.. 00 EA Complete 111 Place c:: c; {)() ~ \ \0 ( II-~I () 1 r ((\ (" j l~( HlL___ r'y 1J-' __~_-L-1L-\. Do] I ars and _~'L _ l ents I j .~~:;~';I~]b'Dal Conlroll~- . --- -- - -- j--- Foundation Compl~te In Place I - l/rrQCO /46C>.CO l1 'It' -~ 1 'LU(j:\.r(i i{ \., \ \ ..,--. nl (t'r\ L(d Dollars , I and \ "C' Cents I I I II -ll I per each LF 3 Conductor #6 Gauge \Vlre Complete In Place "'-\(1 · Lv 0, 46;. 80 Dollars and 51~-h( per linear foot Cents LF I __L I 1 Conductor #6 Gauge Bare Wire I Complete In Ph!'f (\[(; ,10 I 5.190 I ~--- Dollars and St V t I mrc~;;- per linear foot , ---- -- ------------- ------- I Conductor #8 G~lUge \Vm:; ./dS I 3b'4~OO Complete In Place I, if', _.._-~=----------~ - __~__ --~~-.'---,.L---- Dollars and ":"'~i~~i '_Li~Cellts rei each -o=~ ~ If III / i'l J...' /) ~ I ( 11I11I II r TRAFFIC SIGN i\L INSTALLATION BELTLlNE ROAD @ MacARTHUR BOULEVARD PROJECT # TR 03-01 (A) llNIT PRlCE 810 SCHEDULE BID SECTION A I Descnptlon and Pnce III Words I Total I Item QuantIty UnIt Unit ! I ""10 Pnce I Pnce II 21-A 1064 LF 16 Conductor # 12 Gauge Wire Ii ~q2..60 II Complete In Place ?;:J .(X:J 1-1-' C<c' --- -~----+-~ ..-~--~ - I I Dollars I I! and ~ \ (~\ rf'nts ,I --~~-- ~. . .... il per l:~CJ; foct I ~-- ------ -! 22-A 1143 LF J Conductor 11 14 Gauge \\"Ire I y. z s .15 I Complete In Place 1.25 I I I c\ 'It- I I --- , Dollars I ~nd fll~C I WI {l 'vrt Cents , per llllear foot 23-A 397 LF 5 Conductor 11 14 Gauge Wire Complete In Place 1.40 5~5, g() (}It-' / Dollars I and Fa+y Cents per lInear foot 24-A 321 LF -: Conductor #14 Gauge Wire' I I '3-JfJ.70 I Complete III Place '.70 II ( ')I' I! I '-_ Dollars and /' { ~'(I ~ ~ Cents per Illlear foot --- ..] I ;).Q4 :9)1 25-A 863 LF Optlcom Cable Complete III Place J . t:jQ I ( - nt~ ' Ii Dollars I and J-1 ( : ~+--- Cents I ! rer linear foot I 'I I , ~ ___, , " 1)1 j 1/ t1" l f)) ( 'I Ii, I I J TRAFFIC SIG~AL INSTALLATION BEL TLI:\E ROAD @ MacARTHUR BOULE\ ARD PROJECT # TR 03-01 (A) U:\'IT PRICE BID SCHEDULE BID SECTION A Item QuantIty Umt Descnptlon and Pnce In Words Unit Total -ll "\Jo Pnce Price I I 26-A. 954 LF \ IJeo ImagIl1g \ chicle DetectIon I Syslem (VI\ OS) COd\lal Cable '). ;)5 J I~b L:f) I I Complete In Place I I _~o ~~L~ ~--- I DO!!ClfS I -----~--~----- I II l.nrl~r"/lt-Jll~! -CCClll~ _u 1___ .._~~.~ per linear foot ,I I ------ I 27-A. EA Power Serv ice and Pedestal Equipment 5ctXl 00 5r::fSJ. CX) I Complete ~n Plac~ -1 I Fl (k-! H-Y\JS'~rC Dollars and ~,J() Cents per each 28-A. 8 EA Pedestnan Push Button and SIgn Assembly 100 .00 3CO~OO Complete In Place d' Qi C ll( J I'tllC and ~JO Cents Dollars I -L --k----- ----JI Fro,(Q ,"J7CO.OOI ___ H ___I____~ 560.00 6/60..00 i per each 29-1..\. l::A Spread Spectrum RadIo System Complete In ~~ llU~ ~rdf . ~U])_ \"U"~J rf( Dollars and !\l( /' Cents per each 1 JO-A EA. \'agl Spread Spectrum Radio Antenna and \1ountIng ~ol11pl,ete III ~!Jce 1- . ~ I I L~llJlLUL'l.L_ roo ~__~o__ I Dollars I I ~Il~jo o-T~L =-C~llt~-I~cr eJch I L .--==--=-~ ===- -=---==-~-=-----==~--==::::-:---=------- ~=-=---~_:.::.~~~ ---- --=:~:;:-:::-':-:===- I _'"1 I! P (iilll) i.' /;, ( ,I illl '1' Ii Item I' : "Jo I 31- A. I I 32-A i 33-A I 1 34-A - !3S-A. BID SECTION A Quantity 63 4 -+ I Umt EA. I TRAFFIC SIGNAL INSTALLATION BELTLI!\E ROAD @ !\1ac~RTHUR BOULEVARD PROJECT # TR 03-01 (A) U:\'IT PRICE BID SCHEDULE I DesCrIption and Pnce In Words LF SSR CoaXial Cable Complete In Place II~I((-t ---+.--L______ __~_ ___ Dollars and r J( ) Cents per I mear foot EA Traffic Signa] Pole FoundatIon Complete In Place TVJ( tf ~{ln1 '-R (( ill II(irf d~' y--tt/ Dollars and ~"\ ('; Cents per each 1 II I 1 I ~'1.C() 'I " II I .ll ?f).r::f.).cD I "3/)(.0. DOl I UnIt Pnce 3.oD' Total PIlce Video lmagmg VehIcle Detection System (VIVDS) I'?; -plycP l~ -r=;Dr~ Complete In Place -",!'. _ ~I J' 1"( EA and ,( ( ) I Cents per each Ortlcom Df'tf'rtn!, PhilC:P SPkCf0r Complete In Place 11 )(( ( d\\(l~~ll (\ rcuL__ L-1-L.lLL\ ({(! Dollars and _~~ Cents per each EA lInl-Dlrectlonal OptlCOIll Detector Complete In Place /j (\ LLll..-~~~__ D,-,llars .CO 100.00 and __u-.l_J ( Ccn t s [1CI C';lch -~~~~~.~,_~~~~~~_-,~~~-_~~~_,_~_L-_~___ __ ! _'4 ~(JJ.c:J:; z-~.C0 i 1 J -=.-0- _.=-.=-=- '5' (/l/' il i!. / )( Jt '1/" ( 11/ Item No 36-A 37-A 38-A 39-A I 40-A BID SECTIO!\ A QuantIty 4 4 o o LS TRAFFIC SIGNAL INST ALLA TIO'\I BELT LINE RO.\D @ !\lacARTHUR BOULEVARD PROJECT # TR 03-01 (A) ~ lI;\fIT PRICF BID SCHEDULE Umt I : Dcscnptloll and Pmc In \\ords Unit Pnce Total Pncc i i I lJ;5DO.OO to SOO. DO I I II I Ii I -~ EA UPS System Complete 1Il Place ALJLtiL~~}J :( 1~- .~____ II(AI-'~1 ~_~Dollars (Inn \ 'I C Cents I . I I per edcn _ ~_----+ Traffic SIgnal ConfinnatlOn Llghts_ , Complete In Place J to 5: Or) ~) \.f ~ i\ fY\ \ ((l C /\ ~ 1~L_ (-\ut Dollars and n (, Cents EA per each k1JoO.OO IO)'P~).a>ll I I I EA FurnIsh and install IllumInated Street SIgnS a1Cfj.OO Complete 1Il Place TLL{""' JtY1 \sr: 1'1:1 "=f l.vL \ -'I ~\( .l~'( \f{'( \ Dollars and "'-~(~ Cents per each FurnIsh and Install Standard Street N1A SignS LS Complete jji r:J~C N/A Dollars and Cents ~ per lump sum -- ~--------~._- -----_.~ ~ ~-~- ---_.~--- FurnIsh and Install Pa\cment I '\ A l\.J 1\ Marklllgs Complete 111 Pldcc I I 'i 'I 0_ ~__ ~ -~-~"~~~___~~~__~-~C _, J Dollars Jnd Cents per lump sum -~-~-- . ----~~~~~~-~~~~----~~-~ / .:...'" ~ f)/Il / 111 ~ / )()( II111I II , TRAFFIC SIGNAL INST ALLA TIO:\' BELT UNE ROAD ({i MacARTHUR BOULE\' t\RD '--/ PROJECT # TR OJ-01 (A) v~rT PRICE BID SCHEDl:LE BID SECTION A II Item ! I l Total - --ll II QuantI t) Umt DcscnptlOn and Pncc In Words Unit II No Pncc Pncc I 41-A I LS I Remove EXistIng Traffic SIgnal Complete In Place \ 7ftJ tJ.oo ~.CO lGJ ~t -n ( UCJ-U V~___ I Dollars I I ailJ klL~ Lents per Jump sum TOTAL BID ITEl\IS I-A tbru 41-A $ 15~/~2. CO ~ T A.'\TGIBLE PERSONAL PROPERTY COST $ ~5i D~ I __I () /11tddjl/l!, IJl)( II/I)\. III Item "\Jo 1-B I~ 2-B BID SECTION B Quantity I ! i i 3-B 1 4-B 1 ---f------ 5-B 1 TRAFFIC SIGNAL INST ALLA 1'101\ ]\]acARTHUR BOULEVARD @; BETHEL SCHOOL RO.\.D PROJECT # TR 03-01 (B) Umt LS EA EA EA EA UNIT PRlCE BID SCHEDCLE Descnptlon and Pnce In \\'ords Mobilization & DemobliIzallon Complete III Place i Tr\kr J{\II I~.:LU\ \ f-" \Jt- ~JUj_\ltd:~~-(\.-c Dollars "'d'/" -"H,' I I C ' i ,111 _L\,[ll\l\tll \. elll:> I pCI IUlllp :>um installation of H Ighv, ay Traffic SIgnals Complete III Place IT.u {)-Ji. I <-.J hi {t ~ \ "( ltS:.Lll Yi Dollars and lie Cents per each Traffic SIgnal Pole \V/20 Foot Mast Arm Unit PrIce Total Pnce I i 35-8;1.15 ~.15 --/- -~ ~. Cf:) I ~.._-- I;)..~ .CO ~,oo ~OO.OO Complete In Place . 11,ltC l1)(~\s:'\dY\ ~.::)':i ' \ \l1\\(HtC\ DOllars+l_ and ~\C' Cents per each Traffic Signal Pole \\;'28 Footr Mast Arm 1L\500.C(J ~.C() I Complete 111 Place ~(Jlr\ \-{\\(-l\\ ~\ {\\ft \ \UJ \ ~\-((1 Dollars and I-I. () Cents per each Traffic SIgnal Pole \\:32 Fool Mast Arm Complete In Place - \ <' h- 'u ( (\LU.Jic._LU'rj __ j.iL _~ L:ili r CC\ _ __ ___ Dollars dlld _ ~H C CCIlIS per each l------~- I -11 ~ haD. 00 4li/J!J .00 ! I I~-=_ ___ ____t____ _~__u ,! ------------- :j /?f(f ll!li, /)~)( III f, Item No 6-B 7-B 19-B ~- 8-B 10-B BID SECTION B Quantity u o 6 4 TRAFFIC SIG!'l <\L INST "-LLA TIO!'. l\13cARTlIlIR BOULEV .\RD @ BETHEL SCHOOL ROAD PROJECT # TR OJ-Ol (B) Ulllt EA EA EA EA EA U1\IT PRICE BID SCHEDULE Dcscnptlon and Pllce In Words I Unit ! Pnce l I I I II I TOlal Pilce N-\ N,A Traffic Signal Pole \\ 36 Foot Mast .'unl Complete ltl Place ~ ,- -----~ ---~ I Doliars I I I ~:: each ---- Ceills f I ---~- ------,------ Ii Traffic Signal Pole \', /40 Foot \1ast ~rm Complete III Place '~OO.OO ~ 00 i+- \\Jt TIt \ f~-(~ riel JI~ 1- . l jL\ (\ \ ({r \ Dollars , and rl(; Cents per each Traffic SIgnal Pole \', '48 Foot \1ast Ann Complete III Place N'A NA and Dollars Cents per each I I , I 14 ero.co II 3-SectlOn Slgnal Head w, Backplate 800).00 Complete In Place , c( I LJuj-DwYHa", Dollars alld-NL~ Cents per each -~----~-~,~----'---~--~------- - 5-Sectlon SIgnal Head \\ Backplate 'IJ5D.LO 5t:fj(). (;() I Complete ill Place C l-'L lL~L, i,',.i_Li(:Ll~=---- \ I I V \ \ <;', \ J, ~ f + I ' Do II ar~ ~~_~___L~__ and___ L~ Ccnls pcr each 1 I },r.. iJ I, / (I i I /)() { j II) l 1" f' I, TRA.FFIC SIGNAL INSTALLATION '\lac.\RTHl'R IlOllLEVARD @ BETHEL SCHOOL ROAD PROJECT # TR 03-01 (8) BID SECTION B Item Quantity ~o I1-B 8 1 ~-B 50 1 ] - B I 00 ~ r14-B i I ~1~:;-t~ 260 Umt EA LF LF LF EA UNIT PRICE BID SCHEDULE ~l I I ~WII I II -~-- ~----- ! ------~I 15.00 250.00 II I I '/ I I I ;),;) .DO 1f'.7Z; ~ I Dcscnptloll and Pnce III Words Pedestnan Signal Section Complete In Place FI ~( LU UlsJj________ Dollars and -------.L\jL _ Cents f-lel <':dLlI 2" P\'C Conduit Complete In Place r ------t_L \J t Dollars and (~I() per llllear foot Cents ]" P\'C Conduit Complete III Place ~/IY Dollars and (iO per II near foot Cents 4" P\ C ConduIt Complete III Place lLLLCntLj ilC(' and 1\0 Dollars Cents per lInear foot LIlli t Pnce Total Pncc 500 00 ~.ro lRl:D ,00 Instal I Ground Box Type A Complete III Place ,_ 5~O.C() ~,OO ~t '! \I,(h~_ri ~~ _ I ~:~ C-JChl~':~" ccn~ Do~ars L___ ~~~~~~~J ') If r/r II Ill, / I() l 'I }'l 11/\ BID SECTIO~ B Item No Quant] ty I ()-B ]'7-B 18-8 103 19.B1-;-03 20-B 454 II I Urnt EA EA LF LF LF TRA.FFlC SIGNAL INSTALLATION I\bc~RTHUR BOULEVARD @ BETHEL SCHOOL RO,\D PROJECT # TR 03-01 (ll) UNIT PRICE BID SCHEDULE Descnptlon and Pnce In \Vords Install Ground Bo\ Type C Complete In Place I ~ , I +, I f- \ \ { n i ('(\ ! ( (! ~-r - l ( , I I ___~~~__ _ Dolla;s and __--L~ Cents per each I Traffic SIgnal Controll~---- r-- Foundation Complete In Place ( ly- J-ry~V-'UY!j V_tU \1{ (}() [U Dollars and I'Y' Cents per each /400.00 3 Conductor #6 Gauge Wire .~Q Total Pncc 1~15. 6~ I II il ---- ---~~l I1lO/JO ! /c?1. 10 Complete In Place "r- r IU Dollars I' and ~;I ;I tt.rCents per linear foot J ;,~;-j ~.-t~~ .- ---...- ] Conductor #6 Gauge WIre \nmrlf't~ If{~hre j 10 12./ () ~--- Dollars and L 1',\ :() lfJ1 Cents - per linear foot '. I Conductor t:8 Gauge \\ Ire Complete In Place ! :,,- ~------+ _..~-- ~~---- ---~-_...~ I , (05' Dc)lldrs ~~~~,~;';~'i' C;;'~u I I =====-==~=---~ Z'15.ID Ii II ! /i /4/( Ii 17l.!, / l()j /{ I'll 'i r, <- , TRAFFIC SIG~AL I;\JSTALL.\ TION l\lacARTHlJR BOULEVARD @ BETHEL SCHOOL RO,,-D PROJECT # TR 03-01 (B) BID SECTION B Item '\;0 2l-B 22-8 23-8 1-- 24-B 25-B , L Quanti ty 564 964 275 220 684 Umt LF LF LF LF LF UNIT PRICE BID SCHEDllLE Descnptlon and Pnce In Words Lnlt Pncc 1 G Conductor t;]:2 Gauge \\ Jre CompI<:tc In Place 3. (JCJ I \ " , ~____ ______~ 1 Dollals I and-- I 1(/ Cents I per 11l1ear foot 1 3 Conductor #14 Gauge \\'Ire Complete In Place 1 2 ~ [. 1 "i-t Dollars and-t{l:.dl\1~ fll:( Cents per 11l1ear foot 5 Conductor # 14 Gauge Wire Complete 10 Place (iV Dollars and ~ Cents per llllear foot 7 Conductor # 14 Gau\~c Bare Wire Complete 10 Place C~\( I Dollars I and~=t uC I irt I Cents per linear foot Optlcom Cable Complete In PJace ___ L'I \t' _ ______ Dollars and -\ ~-lt::k{--~ C er~t~ per lIneal fuot I \! J.4O 1-- -- 1.70 }.50 I I 1- Total Pnce ~ I II J lDC(~. 00 IZoS.{yt) i ~ g-S~ao 314.CO II .I01bomj I .1 'I II I I, __ ~ =-::J / ~ p ( (II, , I i.' /) I ! (I '" ( 'I r TRAFFIC SIGN.\L Ii'lST ALLA TION !\lac.\RTIlUR BOLLE\'ARD @ BETHEL SCHOOL ROAD PROJECT # TR 03-01 (B) BID SECTION B Item No 26-8 27-8 28-B Quantity 785 8 I' 29-B I -1-- 3u-B I UnIt LF EA EA l::A EA ll\IT PRlCE BID SCHEDULE DescrIption and Pnce In \-\'ords \ Ideo ImagIng \ chIcle Detect:on Svslem (\'I\ DS) Cable C ()mrle~e In Place _____Il~~C_~~_____~ _ Dollars l'nll Pnce 1~.)5 , -f '3JOO. ex) ~"'~ r "(' r-lfllc ullU ll^- I J II Li ILL '-.. J C per linear foot Po,^, er Ser. Ice and Pedestal Equipment Complete in Place r f- - \ \l \ I \( L [C -fl/l(1 Dollars and ilL' Cents per each Pedestrian Push Button and SIgn Assembly Complete In Place \ ' " \O.l \ \' \ \ lU'(\, lJ i \ '--f.L(\ ) Dollars and (x" Lents per each I lib .00 I i I Total Pnce --ll I 17IPb,25,1 5'JfXJ pj 1J?IJ dJ ._-~ :J 1oo.ro II I ~l00,.tfJ Complete In Place I 1l~D Jh(U(p")tXJ L--J-'uCi ) \ ) i ( I(~ \((.t "- Dollars I and I' )C,___ Cents per each Ii :~~:,~~r:~~ ~~~~~~:~g RadIO I sEO.d)'5~iiooll' Complete III Place _ I Lt. tl \U"'1<' C.l L c_q,: L; ! I j'llll Jlld -- ~~2 __ ~(~=I~t~l;er each I ! =~~-~~=~~~ " --.-L_~~~ ~~~j Spread Spectrum RadIO System ie' t/I/(/iFlt., /)1 J( I '1/ ,'I Item 1'<0 31-B 32-B 33-B 34-B 35-B BID SECTION B Quantlt; 85 4 4 Umt LF EA EA EA EA TRAFfiC SIGN i\L INSTALLATION ;\lac.\RTHlJR BOULEVARD ~ BETHEL SCHOOL ROAD PROJECT # TR 03-01 (ll) C1\ IT PRlCE BID SCHEDULE Descnrllon and Pnce In Words I, I I ~ ?5. CD :1 I I I, ?-;;J6(),dJ- I ~oro'6~i I Total Unit Pnce Pnce SSR Coa\lal Cable Complete In Place : ~_ILL(LL_~_________ Dollars 3.DO and ~(, . C ent~ I ~---- ~er linear loot Traffic Signal Pole FOllndatlOn Complete In Place !~ ~r~ ~~'ll ((, I~\ ~-Hl) I r r \ frJ (I Dollars and \ 10 Cents per each -- VIdeo ImagIng VehIcle DetectIon System (VI\ OS) }3,7$ro r::',7fJ),C{) Complete In Place ]bl~~(\ 'LIT!) h\y\~(1 ~ -----' I Dollars and I!e) Cents per each Optlcom Detector Phase Selector ~.(){) 34-00.00 rr\rnnlptp 1T"'" Dl.,r-p -~...t-"~'~ .... .~~~ \t[t'f~r-YU~ ~r0 k-Ld I" Ili(lf{CI Dollars and ~--t}L~ Cents per each Unl-Dlrectlonal Optlcom Detector 7 {)(J.OO Z <i(j(Jlr) Complete In Place , _~~V(7(1 _ y1/Ltl1 r~\ Dollars ;;-d--=---__L ~u _ Cents , I , 1 I __~~~.L~=_~~===~~~-_J rer CdLh / ~? /i I( /11 Ill.., /)( J( I "I, "/ \ TRA,FFlC SIGNAL INST ALIA.TIOi\ @; J\lac \RTHL'R BOULEVARD (if BETHEL SCHOOL ROAD PROJECT # 1R 03-01 (B) UNIT PRICE BID SCHEDULE BID SECTION B l_uL ----='::;'1 Ii Item QuantIty Unit Dcscnptl011 and Pnc-: In \Vords Unit Tota! No Pnce Pnce 36-B 1 EA LiPS Sy':>tem lo/~.ro Complete In Place ~~O.tO I /"j. II ,r( II ~ ~ \,~ ___L~LL\.\ ,1-\ 1"-.1 \ \ '-' '-- I [! I 'I ~ Do liars ~,ll,j\z\\J.1 II and _~=- Cents per each 11 37-B 4 EA Traffic Signal Confinnatlon LIghts 1\1) t;, 0tJ W'~,O.ro Complete In Place ( (\ (I U: (I ([ : (/ \ c i it,d , / I..j I +1 \,'-r Dollars -, and ---DU Cents per each 38-B 0 EA FurnIsh and Installlllumll1ated l\.J'A N/ >\ Street SIgns I Complete 111 Place I I I Dollars and Cents per each --- 39-B I LS Fllrnlsh and Install Standard Street /r; ()tb.OO I; (){iJ. ct} SIgns ii <;omplet~1I1 Place, f: I I, I I ~l ,( j\ )W~{)j!0 I' I Ii Dollars I and _I \( -~ Cents per lump sum --,- -,..--- -~--~-- -~------ -I I 40-B I LS FUn1lsh and Install Pa\ement I U &xJOi.OO I 1\1arkll1gs 9J ()[j). tlJ I II (omplelc 111 Place I I ( ,-'-' ~~ ~ '-l,lLO / ~LL__- ! II I i I I I Dollars I, I I ~._--,- ------,-------..,...-...------ ----- -- Ii dllJ \ \' Cents II _ -.-1__ I~_ pet ILlJl1j1 ~lilll ~~~~~~~~"=._--- _.~'-= -=-=- --_.~~"-~=~== - ---- ~ ~ Ii I ,14 IJ J{/( / /I i., I) I( 1,'1/1 II' TR-\.FFIC SIGNAL INSTALLATIO:\ MacARTHUR BOULEVARD @ BETHEL SCHOOL ROAD PROJECT # TR 03-01 (B) UNIT PRICE BID SCHEDULE BID SECTION B Item Quantlt) Unit Descnptlon and Pnce In Words Unit Total l No Pnce Pnce ,I I I 41-B 0 LS Remove EXIsting Traffic Signal I': ' -\ N'A I I i Complete In Place ~~-~------~---~--~- I Dollars I ~.~ ....J r- i , UII\J "-- c: Ill::> I, per lump su~ j -II TOT -\L BID ITEMS I-B thru 41-B $ J~qJ ~~ro TA1'\!GIBLE PERSONAL PROPERTY COST $~t;JCOO 60 , i) /1, /. I' '-. /)( II 1111) (I \ r.,>..,,' ''!.\' .,'. 'Jr/ .!' " ---- BID SU1\-1i\lARY TOT ~L PRlCE C ~LEl\JDAR OAtS TOTAL BID ITEMS SEeTIOi'< A \-.\ thru 4\-.\ S /58 de if:,? / /J!3 In Words C ^' ,1-/ ~ t/:l' 6' 1/;1:..:7 -(/'t:I-~/) ",J --;;:;" i/~ ~~rv,,;1 ~ 7'~/O . ( "- ************************* TOTAL PRICE C~LEl\rnAR DAYS TOTAL BID ITEMS SECTIO~ B 1-B thru 41-B $ /31 EotJ InWards (JfH 11- ?~ 81 /~~~~I~' UJ;9-}j ~,~ rL ' 187 ~~7 / ************************* TOTAL PRlCE CALEND AR DAYS TOTAL BID ITEMS SECTIONS A & B $;)1fJo'l,;J. 17 S- ~) InWards ~! /,-j. <?~uLj(/t,,-!jPJji9-;%;WYJ '~- ' f 1'\.i / ~vt' () \ I I 1(; f1,dd/l1f.', nU( Iii" ( 1,1\ r BIT)DER ogrees rh.,' all Ilork "" ""led,," I be completed" rtl"n 175' CalcnddC D.", '~',p.,il Contract tmlL \~ III commence to run as pro\ IJed In the Contract Documents lt~~\ ;: !'t"". 7 Communications concemlllg thIS Bid shall he addressed to the JJdrc<;s of B!DDER Indicated on the appl1cablc sIplature page 8 BIDDER understands that the O~, ncr IS exempt from State Llrmted Sale<; Jncl l sc Tay Oil t.lnglble pcr~(1nal proren; to he Incollloratcd Into the rrOject SaId taxes all not IllcludCl: In the Contract Pncc (see Instructions to BIdders) 9 The tenTIs used In thiS B,d \\hlCh are defined In the Ge!1erallondltlOns of the Conc;trultll)!1 Contract II1cludcd 3S rein of the Contract Documents h,\\ e the mednlngs assigned to them In rhE' {;eneral (\"mrlltlnnc; The Crt; ot Coppell reserves the nght to delete all) rortlon of thIS project as It ma; deem necessarv to stay Vvlthil1 the CIty's a\ aIlable funds Should the CIty elect to delete an) rOnlOn, the contracl quantitIes \\ III be adjusted accordingly SIGNA TURE Submitted ~ - 2 -0 0 DJle PROPOSAL GUARJ\NTY A Proposal Guaranty shall be pro\lded in accordance with Item 1 5 of the ~CTCOC's Standard SpecificatIOns for Public Works ConstructIOn ~, , I ~ /1! 1//1/11 ',\ )l (/ lI'l II! I - BID .\FFID.\ \Tf 'fh~'under'slgned certifies that the bid pnces contaIned Ir1 this old ha\e been carefully re\ic\\ed and are submItted as correct and final Bidder further certl fies and agrees to furnIsh an) anci or all commodIties upon \\..hlch pnces are extended at the pnce offereJ, and upon the conditions cont:.lIncd the Spec dicatJOns 0 f the 1m I tatlOn to BId The penod of acceptance of thl s bid \\ ill be nl net) (C)( I J ~~lendar days from the date of the bid opening STATE OF ~------.I.LYC( ~ ) _____C'OL:i\ T'y OF_ J~Clllll ;:> ___ _ BCFOR[ ME the underSl6Tf"lCd Llllthunt}, a 1\'ol(1) PublJc In and fOI the Stare of ------'---'-c_ ' 011 rh,s del', ~er5~nally app~arcd J( l,--[U' -..JJ~,_I'\ i lL.ll__ \\ho .:J/ter being b) me Name I dId depose and sa\' du y 5'\Om /l /,1 "I. f 10 ~ To...<...-- ( -;? ~~ /,;-'1.. ~___ am a duly aurhon/ed office agent t'oI I f Name / ~ ;;:o<""";</:) '\:,,:: L,~__ _ a~d h"e been d'7:0nzed to e\ecule Ihe Name of FJrrn () foregomg on behalfofthe said ~ 4/'-< ~ ~'co> ..)-r.('" N TIe of Finn I hereby certify that the foregOing bid has not been prepared In collUSion 'WIth any other B]dder or IOdlYldual(s) engaged In the same lme of bUSiness pnor to the offiCial openrng of thIS bld Further, I certIfy that the Bidder ]S not no\..... nor has been for the past SJX (6) months. directly or mdnecrl} concerned In an} pool, agreement or combmatlon thereof, to control the pnce of senlCes, commoditIes bId on, or to Innuence an) IlldIVldual(s) to bId or not to bid thereon" Name and "'d dress of Blddel f) () "'~;{/7 ~ '" ~ ~;'-J -;::.. L ---J, <J:J. c/ ,IV T 1'1. <: C ~- {? 4 y y,...-U- -;;.,.--rx: 750 oC- T,l'pbone (9? dJ ,ll/\-- ;N- if </ b, ~t.fY;<-- a A /'-Z //-.!! ____ Tille --11 ;)/1-1<J__ ___ ___SIgnature _~ SllBSCRlB ED AND S \VO RN 10 be laIC Ille b) the above nallled 1 ~~l {lL U v lIl. I_u.'o I ___ On IhlS Ihe_ __ ___ _ J _ __ _ . ria) 0 flj \C.Il~__ _ __ _ _ _ ____ 2UtlG --' Notar.,> PubliC III and lor the State of JL.L~~__ __~_ _ I -_ .L__ 'j I, _ L___ I , I ~ I I'- -- ""~. ';;'.~:';j;;;,.. ."*-..",,, .,' . . :.. ..:. . '. . .. \~~;'" ~~:~ 't'/r,'",,~ NATASHA SADEGHI MY COMMISSION EXPIRES June 1J. 2008 I A. /J j 1,1/11; / I,) t II JII( I \ -- DER IS ~ 1---- -- ~~~ busIness as ~~'~i: :s'ustness address (IJldl\ldual's Namc) ( Seal) - ~---- ~------------ --~.- --- -----~---- ----~ -~ ~--- --- --- ---------- ----- - ---- --- ---~--- -- ---- Phone Nil Afartnership By_---- --- --- ----~- ------ (:-'cal) (Flml ~;1nwl ------- -- ------- (General Partner) BUSIness ad dress --~~---~-----._-- Phone No A Corporation By QLI(\..c\Ll'C~11 _.I\.. lu ~\CI\'---' II_Ie (Corporation Name) ~f'l..(\':.)1 (State of Incorporation) --------~---- ---.-- By (Name ofperson authonzed to SIgn) \J \ C C) IJ( 1--: ;1 (kl)-f (TItle) (Corporate Seal) Attest t Secretary I Busmess address ,'] '5 ')"\ '" \ ill },'~~-'--liu I L Ii -i ( 1_ ~ 1/\ 7/; L l_~.' __ Phonc 1'<0 i.-LL)) .:)4 I .- ~[Lt1_ :iJoin t V en tu re By --- By ------------------~ ----_._-----_._--~----------- (Name) - ------------- ------.-- --- - - ( Address) (Name) (Addl CSS) ~achJOl111 \el1turc I11l1Sl 51::;11 The mal1l1cr Of)lgl1lJlg fOI eJch Il1dl\lduJI rJl1nel,I1I!' Jill ~')f1-)I)IJI!(ll1lhJII' J r.JJ1nl:1 lu e JOint \,rnI1J1C .ihlJuld be In the manner Il1c,IC1lld In()\c ) --- ---- ---------------.- ? / Ij j { /[ (i i/ i !)}( I1'11 I I 881t by 214 559 3'24 214 559 .31?4, 01 '25/00 15 08, Jetfax /t29, Page 3,4 money. labor done or property actually received, which sum is not less than One Thousand Dollars ($1,00(>'00). ARTICL~ VII. The address of1tl'l1D.lb.a1 registered office IS: 6612 BERMUDA DUNES, PLANO, TEXAS 75093. The name of its initial registered agent at such address is: MORTEZA GAMINI AiTICJ-~ YlU. The numb<< of directors constituting the initial Board of DIrectors is two (2), and the names and addresses of the persons who are to serve as Directors until the first annual. meeting of the Shareholders or until their ~uccessors are elected and qualified are: Morteza Gamini 6612 Bermuda Dunes Piano, Texas 75093 Bortay Gamini 6612 Bermuda Dunes Plano, Texas 75093 ARTICLE IX. Cumulative voting is exprcasly prohibited. At each election of d1rectors of the Corporation each sharehol~ entitled to vote at such election shall have the right to cast, in person or by proxy. one (1) vote for each share owned by him, her or it for each director to be elected, and no more. ARTICLE X. The name and address of the incoIpOJator is: Morteza Gamini 661Z Bermuda Dunes Plano, Texas 75093 t\SllAlt.ED\S=,Wod< Plloa '_16lMidoo.. --- 1 PREVAILING WAGE RATES -'Ii:. Air Tool Operator 10 06 MIllIng Machme Operator Fme Grade II 83 Asphalt Raker 11 01 Mixer Operator 11 58 <\sphalt Shoveler 880 Motor Grader Operator Fine Grade 1520 <\sphalt Distributor Operator 1399 Motor Grade Operator, Rough OIler 1450 Asphalt PavIng MachIne 1278 Oller 1498 Batchmg Plant Weigher 1415 Broom or Sweeper Operator 988 PaInter -S tructures 13 17 Bulldozer 1322 Pavement Markmg Machme 1004 P1pe l<1yer 11 04 Carpenter 12.80 Concrete Fmlsher-Pavmg 12.85 Remforcmg Steel Setter Pavmg 1486 Concrete Fmisher-Structures 1327 Remforcmg Steel Setter Structures 1629 Concrete Pavmg Curbmg Machme 1200 Roller, Steel Wheel Plant-MIx Pavements 11.28 Concrete Pavmg Fmlshing Machme 13 63 Roller, Steel Wheel Other Flatwheel or Concrete Pavmg Jomt Sealer 1250 Tampmg 1092 Concrete Paving Saw Operator 13 56 Roller, PneumatIc, Self-Propelled 11 07 Concrete Pavmg Spreader 1450 Concrete Rubber 18 12 Scraper 11 42 Crane, Clamshell, Backhoe, Dernck, Servlcer 1232 Draglme, Shovel Operator 14 12 Slip Form Machme Operator 12 33 Spreader Box Operator 1092 ElectnClal 18 12 Tractor-Crawler Type 1260 Flagger 843 Tractor-Pneumatic 1291 Form Builder-Structures 11 63 Traveling Mixer 1203 Form Lmer-Pavmg and Curb 11 83 Truck Dnver Lowboy/Float 1493 FoundatIOn Dnll Operator, Crawler Mount 1367 Truck Dnver-Smgle Axle Heavy 11 47 Form Setter-Structures 11 63 Truck Dnver-Smgle Axle Light 1091 FoundatIOn Dnll Operator Truck Mounted 1630 Truck Dnver -Tandem Axle Serm TraIler 11 75 Front End Loader 1262 Truck Driver-TranSit Mix 12.08 Laborer-Common 9 18 Wagon-Drill, Bonng Machme, Post Hole Laborer-Utility I06S Driller 1400 Work Zone Barricade 1009 Mechamc 1697 Welder 1357 1-40 Bidding Documents SECTION 2 CONTRACT DOCUMENTS THE CITY OF COPPELL ~~~. e ~ q .j' 1\ S \ D STANDARD FORM OF AGREEMENT BET\VEEN OWNER AND CONTRACTOR ON THE BASIS OF A STIPULATED PRICE THIS AGREEMENT IS dated as of the ~3rcf m the day of N\~ year 2006 by and between the CITY OF COPPELL, TEXAS, a mumcIpal corporatIon (hereInafter called OWNER) and Roadwav Solutions. Inc. (heremafter called CONTRACTOR) OWNER and CONTRACTOR, m conSIderatIOn of the mutual covenants heremafter set forth, agree as follows Article 1. WORK. CONTRACTOR shall complete all Work as speCIfied or mdIcated m the Contract Documents. The Work IS generally descnbed as follows ThIS v, ork shall conSIst of the mstallatIon of two traffic SIgnals TR03-01 (A) conSIsts of the removal and replacement of the eXIstmg traffic SIgnal at the mtersectIOn of Belt Lme Road and MacArthur Boulevard. TR03-01 (B) conSIsts of the mstallatIOn of a new traffic SIgnal at the mtersectIOn of MacArthur Boulevard and Bethel School Road. The work at both of these mstallatIons shall mclude all components necessary for the "turn key" constructIOn of the traffic SIgnals as shown m the plans, mcludmg but not lImIted to SIgnalS/SIgnal heads, controllers and cabmets, optIcom, wmng, ground boxes, condUIt, pole/mast arms WIth foundatIOns, electncal hookup, VIdeo detectIon, etc ThIS work shall generally consist of all necessary work to produce operatIonal traffic SIgnals at both locatIOns SpeCIal attentIOn should be paid to sequencmg of the work at the Belt Lme Road and MacArthur Boulevard locatIon. It IS ImperatIve that the eXIstmg SIgnal remams m operatIon dunng the mstallatIOn of the new SIgnal. ThIS WIll allow unmterrupted traffic flow dunng thIS penod Once the new sIgnal IS m operatIon, the old one can be removed. The Project for WhICh the Work under the Contract Documents may be the whole or only a part IS generally described as follows Traffic Signal Installation at (A) Belt Line Road at MacArthur Boulevard and (B) MacArthur Boulevard @ Bethel School Road Project # TR 03-01 A & B 2-2 Contract Documents Article 2. ENGINEER. The Proj ect has been desIgned by the City of Coppell Engineering Department. Contract admmlstratIOn wIll be provIded by the CIty of Coppell Engmeenng Department who IS herem after called ENGrNEER and who IS to act as OWNER's representatIve, assume all duties and responsibIlIties and have the nghts and authonty assIgned to ENGINEER m the Contract Documents m connectIOn wIth completIOn of the Work m accordance wIth the Contract Documents Article 3. CONTRACT TIME. 3 1 The Work \\JIll be completed wIthm 275 calendar days from the date when the Contract tIme commences to run as provIded m Item 1 13 of the General ProVIsIOns, and completed anrl rearl: fnr fin;:!1 payment m accordance WIth Item 1 51 of the Gcncral ProVIsIOns. 3 2 LiqUIdated Damages OWNER and CONTRACTOR recognIze that time IS of the essence of thIS Agreement and that OWNER wIll suffer finanCIal loss If the Work IS not completed wIthm the tIme specIfied In paragraph 3 1 above, plus any extenSIOns thereof allowed m accordance WIth Item 1 36 of the General ProVIsIons. They also recognIze the delays, expense and dIfficultIes Involved m provmg m a legal or arbItration proceedmg the actual loss suffered by OWNER If the Work IS not completed on tIme. Accordmgly, mstead ofrequInng any such proof, O\VNER and CONTRACTOR agree that as lIqUIdated damages for daIly (but not as a penalty) CONTRACTOR shall pay OWNER Two hundred forty and nollOO dollars ($240.00) for each day that expIres after the time specIfied m paragraph 3 1 for CompletIOn untIl the Work IS complete Article 4. CONTRACT PRICE. 4 1 OWNER shall pay CONTRACTOR for completIon of the Work m accordance WIth the Contract Documents m current funds subject to addItIons and deductIOns by Change Orders as proVIded m the contract documents m accordance WIth the umt pnces lIsted m SectIon 1 _ Proposal and BId Schedule The contract sum shall be the amount of $ 298~042.00 The total tangIble personal property cost included in the contract sum is $ 160,000.00 Article 5. PAYMENT PROCEDURES. CONTRACTOR shall submIt ApplicatIOns for Payment m accordance WIth Item I 51 of the General PrOVISIOns. ApplicatIOns for Payment will be processed by ENGINEER as proVIded m the General PrOVISIOns. 5 1 Progress Payments. OWNER shall make progress payments on account of the Contract Pnce on the baSIS of CONTRACTOR's Applications for Payment as recommended by ENGINEER, each month dunng construction as proVIded below All progress payments WIll be on the baSIS of the progress of the Work measured by the schedule of values establIshed m Item 1 51 of the General PrOVISIons (and m the case ofUmt Pnce Work based on the number of umts completed) or, m the event there IS no schedule of values, as proVIded In the General ProVISions 2-3 Contract Documents 5 I 1 Pnor to CompletIon, progress payments will be made m an amount equal to the percentage mdIcated III Item 1 51.2 of the General ProvIsIons, but, III each case, less the aggregate of payments prevIOusly made and less such amounts as ENGINEER shall determme, or OWNER may WIthhold, m accordance WIth Item 1 52 of the General ProVIsIons. 52 Fmal Payment. Upon final completIon and acceptance of the Work m accordance WIth Item 1 51 4 of the General ProVIsIons, OWNER shall pay the remamder of the Contract Price <lS rf'rommended by ENGINEER as proVIded m Said Itcm 1 51 4 Article 6. INTEREST. No mterest shall ever be due on late payments. Article 7. CONTRACTOR'S REPRESENTATIONS. In order to Illduce OWNER to enter mto thIS Agreement CONTRACTOR makes the followmg representatIons 7 1 CONTRACTOR has studIed carefully all reports of exploratIOns and tests of subsurface condItions and drawmgs of phYSIcal condItIons whIch are IdentIfied m the Supplementary CondItions as proVIded m Item 1.3 of the General ProVISIons, and accepts the determmatIon set forth m Item SC-l.20 of the Supplementary CondItIons of the extent of the technIcal data contamed III such reports and drawmgs upon whIch CONTRACTOR IS entItled to rely 7.2 CONTRACTOR has obtamed and carefully studIed (or assumes responsibIlIty for obtammg and carefully studymg) all such exammatIons, InveStIgatIOns, exploratIOns, tests, reports, and studIes (m addItIon to or to supplement those referred to m paragraph 7 1 above) whIch pertam to the subsurface or phYSIcal condItIons at or contIguous to the SIte or otherWIse may affect the cost, progress, performance, or furnIshmg of the Work as CONTRACTOR conSIders necessary for the performance or furnIshmg of the Work at the Contract Pnce, wIthm the Contract TIme and m accordance WIth the other terms and condItIOns of the Contract Documents, mcludmg speCIfically the proVISIOns of Item 1.3 of the General ProVISions, and no addItIonal exammatIOns, mvestIgatIOns, exploratIons, tests, reports, studIes, or SImIlar mformatIon or data are or WIll be reqUIred by CONTRACTOR for such purposes 2-4 Contract Documents 7 3 CONTRACTOR has revIewed and checked all mformatIOn and data shown or mdlcated on the Contract Documents wIth respect to eXIstmg Underground FacIlitIes at or contIguous to the sIte and assumes responsIbIlIty for the accurate locatIOn of saId Underground FacilItIes No addItIonal exammatIons, mvestIgatIons, exploratIons, tests, reports, studIes, or SImilar mformatIon or data m respect of said Underground FaCIlItIes are or wdl be reqUIred by CONTRACTOR m order to perform and furnIsh the Work at the Contract Pnce, wlthm the Contract tIme and m accordance WIth the other terms and COnditIOnS of the Contract Documents, mcludmg 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, exammatIOns, 11lVestl p)'ltlOns, exploratIOns, tests, reports, and studIes WIth the terms and condItions uf tIlt: Contract Documents 7 5 CONTRACTOR has gIVen ENGINEER wntten notIce of all conflIcts, errors or discrepancIes that he has dIscovered m the Contract Documents and the wntten resolutIOn thercofby ENGINEER IS acceptable to CONTRACTOR. Article 8. CONTRACTOR DOCUMENTS. The Contract Documents whIch compnse the entIre agreement between OWNER and CONTRACTOR concernmg the Work conSIst of the followmg: 8 1 ThIS Agreement (pages 2-2 thru 2-7, mclusIve) 82 CertIficate of Insurance and Bonds (pages 2-8 thrn 2-15, mclusIve) 83 Notice of Award. 8 4 Part 1 General ProvIsions of the Standard SpecIficatIOns for Public Works ConstructIOn, NCTCOG, thIrd edItIon. 8 5 Supplementary CondItIons to the NCTCOG, Part 1 General ProVISIOns (pages 3-2 thru 3-10, mclusIve) 8 6 SpeCIficatIOns beanng the tItle' "ConstructIon SpeCIficatIons and Contract Documents for the "Traffic SIgnal InstallatIon at Belt Lme Road @ MacArthur Boulevard and MacArthur Boulevard @ Bethel School Road - Project #TR 03-01 (A) and (B) for the CIty ofCoppell" 8 7 Drawmg entItled TR 03-01 (A) & (B) 2-5 Contract Documents 8 8 The followmg lIsted and numbered addenda. 8 9 CONTRACTOR's BId Proposal and BId Schedule of SectIon 1 - BIddmg Documents 8 10 DocumentatIOn submItted by CONTRACTOR pnor to NotIce of Award. 8 11 The followmg whIch may be delIvered or Issued after the EffectIve Date of the Agreement and are not attached hereto All Wntten Amendments and other documents amendmg, modIfymg, or supplementmg the Contract Documents pursuant to Items 1 37 and 1 38 of the General ProvISIons. 8 12 The documents lIsted m paragraphs 8.2 et seq above are attached to thIS Agreement (except as expressly noted otherwIse above) The Contract Documents may only be amended, modIfied, or supplemented as provIded m Items 1 37 and 1 38 of the General ProvISIOns Article 9. MISCELLANEOUS. 9 1 Terms used m thIS Agreement WhICh are defined m Item 1 0 of the General ProvISIons WIll have the meamngs mdIcated m the General ProvISIOns. 92 No assIgnment by a party hereto of any nghts under or mterests m the Contract Documents will be bmdmg on another party hereto wIthout the wntten consent of the party sought to be bound, and speCIfically but wIthout lImItation moneys that may become due and moneys that are due may not be asSIgned wIthout such consent (expect to the extent that the effect of thIS restnctIOn may be limIted by law), and unless speCIfically stated to the contrary many wntten consent to an asSIgnment no assIgnment WIll release or dIscharge the assIgnor from any duty or responsibIlIty under the Contract Documents. 9 3 OWNER and CONTRACTOR each bmds Itself, Its partners, successors, asSIgnS and legal representatIves to the other party hereto, ItS partners, successors, assIgns and legal representatIves m respect of all covenants, agreements and obligatIons contamed m the Contract Documents. 2-6 Contract Documents Article 10 OTHER PROVISIONS. IN WITNESS WHEREOF, OWNER and CONTRACTOR have sIgned thIS Agreement m tnphcate One counterpart each has been delIvered to OWNER, CONTRACTOR and E\JGINEER. All portIOns of the Contract Documents have been sIgned or IdentIfied by OWNER and CONTRACTOR or by ENGINEER on theIr behalf This Agreement wIll be effectIve on OWNER CIty of Coppell 255 Parkway Boulevard Coppell, TX 75019 BY TITLE ATT Address for gIvmg notIces POBox 9478 Coppell, Texas 75019 Attn Ken Gnffin, P E DIr ofEngmeennglPubhc Works (lfO\VNER IS a publIc body, attach eVIdence of authonty to SIgn and resolutIOn or other documents authonzmg executIOn of Agreement.) Vv\r~ ? 3 d . ~ ,2006 CONTIV\CTOR. Roadway SolutIOns, Ine 2524 N lH 35E Cgrro.lltgn, TX 75006 .-.- --...... "-'. BY TITLE L/\ /)/z-fi , ATTEST vll ()Ju 'f1(j M'p-' Address for gIvmg notIces ~~~)~ I\tlH '?J) [hS-+ C 8212LU1(^-( IX '7~ (If CONTRACTOR IS a corporatIon, attach eVIdence of authonty to SIgn.) 2-7 Contract Documents Certificate of Insurance After award of contract, Contractor wIll provIde Owner wIth CertIficate of Insurance, WhICh WIll be executed and bound here wIth final documents. 2-8 Contract Documents General Instructions For Bonds ~ A. The surety on each bond must be a responsible surety company whIch IS qualIfied to do busmess m Texas and satIsfactory to the Owner B The name, and residence of each mdIvIdual party to the bond shall be mserted m the body thereof, and each such party shall SIgn the bond WIth hIS usual SIgnature on the lme OpposIte the scroll seal, and If SIgned m Mame, Massachusetts or New HampshIre, an adhesIve seal shall be affixed OpposIte the SIgnature. C If the pnncIpals are partners, theIr mdIvIdual names wIll appear III the body of the bond, WIth the:' reCItal that they are partners composmg a firm, nammg It, and all the members of the firm shall execute the bond as mdIvIduals. D The SIgnature of a WItness shall appear III the appropnate place, attestmg the SIgnature of each mdIvIdual party to the bond. E If the pnncIpal or surety IS a corporatIOn, the name of the State m WhICh mcorporated shall be mserted m the appropnate place m the body of the bond, and Said mstrument shall be executed and attested under the corporate seal, the fact shall be stated, m whIch case a scroll or adheSIve seal shall appear followmg the corporate name. F The offiCial character and authonty of the person or persons executmg the bond for the pnncIpal, If a corporatIOn, shall be certIfied by the secretary or aSSIstant secretary accordmg to the form attached hereto In lIeu of such certIficate, records of the corporatIOn as wIll show the offiCIal character and authonty of the officer sIgnmg, duly certIfied by the secretary or aSSIstant secretary, under the corporate seal, to be true copIes. G The date of thIS bond must not be pnor to the date of the contract m connectIon WIth whIch It IS gIven. 2-9 Contract Documents BOND # SSB 382018 PERFORMANCE BOND ST .\ TE OF TEXAS } COLNTY OF DALLAS } K;\iO\\ ALL !\IEN BY THESE PRESENTS: That Roadway Solutions, Inc. \\ hose address IS 2524 N. IH 35E, Carrollton, TX 75006 heremafter called Pnnclpal, and RLI Insurance Company , a corporation orgamzed and e\.lstmg under the laws of the State of Illinois , and fully licensed to transact busmess m the State of Texas as Surety, are held and firmly bound unto the C I ry OF COPPELL, a mUnicipal corporation organIzed and eXIstmg under the laws of the State of Tex.ls, herell1after called "BcnefiClary", In the penal sum of Tv.D Hundred Ninety-Eight Thous@Cl..I_ Forty-'I'v.Q and No/l 00---------------- DOLLARS (S 298 ,~42. 00----- ) 111 lawful money of the Umted States, to be paId m Dallas County, Texas, for the payment of which sum well and truly to be made, we bmd ourselves, our heIrs, executors, admInistrators and successors jomtly and severally, firmly by these presents ThIS Bond shall automatIcally be 1I1creased by the amount of any Change Order or Supplemental Agreement \\hlch Incrcases the Contract pnce, but m no event shall a Change Order or Supplemental Agreement WhiCh reduces the Contract pnce decrease the penal sum of thIS Bond. THE OBLIGATION TO PAY SAME IS condItioned as follows Whereas, the PnncIpa] entered mto a certaIn Contract With the City of Coppell, the BenefiCiary, dated the 23rd of May , A.D 2006, whIch IS made a part hereof by reference, for the constructIOn of certain pub!tc Improvements that are generally described as follows Installation of: Traffic Signals at (A) Belt Line Road @ MacArthur Boulevard and (B) MacArthur Boulevard @ Bethel School Road Project No. TR 03-01 A & B Bid No. Q-0306-01 l\O\V, THEREFORE, If the PnncIpal shall well, truly and faIthfully perfonn and fulfill all of the undertakmgs, covenants, terms, condItions and agreements of saId Contract III accordance With the plans, speCificatIOns and Contract documents dunng the ongmal term thereof and any extensIOn thereof whIch may be granted by the BenefiCIary, WIth or WIthout notIce to the Surety, and dunng the !tfe 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 authonzed modIficatIOns of said Contract that may hereafter be made, notIce of which modIficatIons to the Surety beIng hereby waived, and, If the PnncIpal shall repaIr and/or replace all defects due to faulty matcnals and workmanshIp that appear wIthm a penod of one (1) year from the date oC final completion and final acceptance of the Work by Owner; and, If the PnncIpal shall fully lI1(kml1l fy and sav e harmless the BenefiCIary from all costs and damages whIch BenefiCiary may suffer by reason of failure to so perform herem and shall fully reImburse and repay BenefiCiary all outlay and expense whIch the Bcneficlary may mcur 10 makmg good any default or defiCIency, then thiS obligation shall be VOId, otherWIse, It shall remam m full force and effect. 2-10 Contract Documents PROVIDED FURTHER, that If any legal actIOn be filed on thIS Bond, exclusIve Venue shall he III Dallas County, Texas .\ ND 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 v\ ark 10 be performed thereunder or the speCIficatIOns accompanymg the same shall m anyway affect Its obligatIOn on thIS Bond, and It does hereby waIve notIce of any such change, extensIon of tllne, altcratlon or addition to the tem1S of the Contract, or to the Work or to the SpeCIficatIOns. ThIS Bond IS gIven pursuant to the proVISIons of ArtIcle 5160 ofVemon'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 herem as the Resldcnt "gent III Dallas County or Denton County to whom any requISIte notices may be delIvered 3.nd an 'vhom servIce of process may be had In matters anS1l1g out of such ::.urelyslup, as provIded by AnlCle 7 ] 9-1 of the Il1surance Code, Vernon's Annotated CiVIl Statutes of the State of Texas. l'\i \Y1TNESS \VHEREOF, thIS mstrument IS executed m three (3) one ofwll1ch shall be deemed an ongmal, thIS the 23rd day of May copIes, each ,2006 PRINCIPAL Roadway Solutions, Inc. SURETY RLI Insurance Company By _ _ ~ TItle By' Title Shane A. Ht.nnphrey, Atto y-in-Fact ATTEST ResIdent Agent of the Surety In Dallas or Denton County, Texas, for delIvery of notIce and servICe of the process is. NAME Michael P. Ross ADDRE~S 909 Lake Carolyn Parkway, #800, Irving, TX 75039 l\DT!: DfIIL' ofPcr(ormance Bond ml/st bc datc of Contract. If Resident Agent is not cOlporation, give person's name 2-1/ Contract Documents BOND # SSB 382018 PAYMENT BOND STATE OF TEXAS COUNTY OF DALLAS KNOW ALL l\-IEN B\- THESE PRESENTS: That Roadway Solutions, Inc. whose address IS _~?24 N. IH 35E, Carrollton, TX 75006 hcreInafter called Pnnclpal, and RLT Tn.<:;urance Company , a corporation organized and CXIStlllg under the laws of the State of Illinois , and fully Itccnscd to transact bUSlI1css 111 the Statc of Texas a~ Surety, are held and firmly bound unto the CITy or (OPPCLL a lTIul1lclpal corporatIOn organIzed and eXIstmg under the laws of the State of Tc:\as. heremafter called "BcneficIary", m the penal sum of TYK> Hundred Ninety-Eigh~ Tho~, Forty-TYK> and No/100----------- DOLLARS ($298,042.00------ H__ ) In lawful money of the United States, to be paId m Dallas County, Texas, for the paymcnt of which sum well and truly to be made, we bmd ourselves, our heIrs, executors, administrators and succcssors jomtly and severally, firmly by these presents. ThIS Bond shall automatically be Increased by the amount of any Change Order or Supplemental Agreement whIch mercases the Contract pnce, but m no event shall a Change Order or Supplemental Agrecment \\ hlch reduces the Contract pnce decrease the penal sum of thIS Bond. THE OBLIGATION TO PAY SAME IS condItIoned as follows. Whereas, the PnncIpal entered mto a certalll Contract WIth the City of Coppell, dated the 23rd of May 200 Ii, w]uch IS made a part hercof by reference, for the construction of certam pubhc Improvements that are generally descnbcd as follows Installation of : Traffic Signals at (A) Belt Line Road @ MacArthur Boulevard and (B) MacArthur Boulevard @ Bethel School Road Project No. TR 03-01 A & B Bid No. Q-0306-01 NO\\, THEREFORE, If the PnncIpal shall well, truly and faIthfully perform ItS duties and make prompt payment to all persons, firms, subcontractors, corporatIons and claImants supplymg labor and/or matenal m the prosecutIOn of the Work provIded for m saId Contract and any and all duly authonzcd modIficatIons of said Contract that may hereafter be made, notIce of WhICh modIficatIOn to the Surety IS hereby expressly waIved, then thIS obhgatIon shall be VOId, otherwIse It shall remam III full force and effect. PROVIDED FURTHER, that If any legal actIOn be filed on thIS Bond, exclUSIve Venue shall lIe lt1 Dallas County. Texas A:\'D 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 bc performed thereunder or the Plans, SpeCIfications, Drawmgs, etc., accompanYlllg the same shall III anyway dffect ItS oblIgation on thiS Bond, and It does hereby waIve notice of any 2-12 Contract Documents such change, extensIon oftllne, alteration or addItion to the terms of the Contract, or to the Work to be performed thereunder ThIS Bond IS gl ven pursuant to the provISIOns of ArtIcle 5160 of Vernon's Annotated CIvil Statutes and any other applIcable statutes of the State of Texas. The underSIgned and deSIgnated agent IS hereby deSIgnated by the Surety herem as the ReSIdent Agent 111 Dallas County or Denton County to whom any reqUISIte notices may be dehvered and on \\ hom SC[\'lce of process may be had m matters ansmg out of such suretyshIp, as prOVIded by ArtIcle 7 ] 9-1 ofthc 1t1surance Code, Vernon's Annotated CIVtl Statutes of the State of Texas. l'\l \\ ITNESS \\'HEREOF, thIS mstrument IS executed 111 three (3) copIes, each onc of\\ hlCh shall be decmed an ongll1al, thIS the 23rd day of May ,2006 PRINCIPAL SURETY RLI Insurance Company By ~ A., tJ~ cr- Title Shane A. Humphrey, Attorney-in-Fat:t Roadway Solutions, Inc. BY' Title ATTEST: The ReSIdent Agent of the Surety m Dallas or Denton County, Texas, for delIvery of notice and serVIce of the process IS NAME Michael P. Ross ADDRESS 909 Lake Carolyn Parkway, #800, Irving, TX 75039 "'vOTE [)<lle oj Peljfir/nOnCe Bond must be dale of Contract. If Resident Agent IS not a corporation, give a person's nome 2-/3 Contract Ducuments BOND # SSB 382018 MAINTENANCE BOND ST ATE OF TEXAS COUNTY OF DALLAS KNOW ALL MEN BY THESE PRESENTS: THAT Roadway Solutions, Inc. as Pnnclpal, , a corporatIOn organIzed under , as suretIes, do .mu RLI Insurance Company the Id\\'s of the state of Illinois hereby expressly ackJ10\\ lcdge themselves to be held and bound to pay unto the City of Cappel! a MUnICIpal Corporation, Texas, the sum of '&D Hundred Ninety-Eight Thousand, Forty-'&D and No/100----------- Dollars and Cents ($ 298,042.00----- ) , for the payment of whIch sum wIll and truly be made unto said Roadway Solutions, Inc. , and Its successors, SaId pnncIpal and suretIes do hereby bmd themselves, theIr asSIgnS and successors jomtly and severally THIS oblIgation IS condItIOned, Roadway Solutions, Inc. however, that whereas, the saId has thiS day entered mto a wntten contract WIth the saId City of Cappell to buIld and construct Traffic Signals at (A) Belt Line Rd. @ MacArthur Blvd., and (B) MacArthur Blvd. @ Bethel Sch<x>l Rd. WhICh contract and the plans and speCIfications therem mentIOned, adopted by the Ci ty of Cappel! are hereby expressly made a part thereof as through the same were wntten and embodIed herem. \VHEREAS, under the plans, specIficatIOns, and contract, It IS provIded that the Contractor will mall1tam and keep 111 good repaIr, the work herem contracted to be done and performed, for a penod of two (2) years from the date of the acceptance of saId work, and to do all necessary repaIrs and/Or reconstructIOn m whole or 111 part of Said Improvements that should be occasIOned by settlement of foundatIon, defectIve workmanshIp or matenals furnIshed m the construction or any part thcreof or any of the accessoncs thereto constructed by the Contractor It bemg understood that thc purpose of thIs sectIon ]5 to co\er all defectIve condItIOns ansmg by reason of defectIve matenal and charge the same agall1st the saId Contractor, and sureties on thIS oblIgation, and the said Contractor and sureties hereon shall be subject to the lIqUIdation damages mentIOned m saId contract for each day's fallurc 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 2-14 Contract Documents mamtam said worK and keep the same m repaIr for the saId mamtenance penod of two (2) years, as provided, then these presents shall be null and vOId, and have not further effect, but If default shall be made by the said Contractor 111 the performance of Its' contract to so mall1tall1 and repaIr saId work, then these presents shall have full force and effect, and saId City of Coppell ~_ ____ shall have and recel\ e from the said Contractor and Its' pnncIpal and suretIes damages m the premIses, as provIded, and It IS further agreed that thIS oblIgatIOn shall be a contmumg one agamst the prIncIpal and sureties, hereon, and that succeSSIve recovenes may be and had hereon for successive branches until the full amount shall have been exhausted, and It IS further understood that the obhgatIOn hercm to mal11tall1 said work shall contmue throughout saId mall1tenance penod, and the same shall not be changcd, chmll1lshed or m any manner affected from any cause dunng saId tllne l~ \, lTNESS \\ HEREOF, the SaId Roadway Solutions, Inc. has r;'lll,,~d t11('<;e prf'sf'nts 10 bt::' ev.ecuted by its Vice President and the said RLI Insurance Canpany has caused these presents to be executed by ItS Attorney 1I1 fact and the saId Attorney m fact Shane A. Humphrey has hereunto set hIS hand, the 23rd day of May ,2006 PRINCIPAL SURETY By By. -in-Fact Roadway Solutions, Inc. TItle Title.Shane A. Humphrey, \VITNESS: ATTEST: NOTE Dare oj Maintenance Bond mllst not be pnor to date of Contract. 2-15 Contracl Document.1 -RLI RLl Surety A Division ofRL/ Insurance Company POBox 3967 Peoria,IL 61612-3967 Phone: 309-692-1000 Fax. 309-692-8637 POWER OF ATTORNEY RLI Insurance Company Know All Men by These Presents. That thIs Power of Attorney IS not valId or In effect unless attached to the bond whIch It authonzes executed, but may be detached by the approvIng officer If deSIred. That RLI Insurance Company, an IllInOIS corporation, does hereby make, constItute and appoInt: SHANE A. HUMPHREY. CHERYL L. HUMPHREY. KATHY R. ZACHAREK. JOINTLY OR SEVERALLY In the CIty of Prosper , State of Texas Its true and lawful Agent and Attorney In Fact, with full power and authonty hereby conferred, to SIgn, execute, acknowledge and deliver for and on Its behalf as Surety, the follOWIng described bond. Any and all bonds, undertakings, and recognizances in an amount not to exceed Ten Million Dollars ($lO,OOO,OOO) for any single obligation. The acknowledgment and executIon of such bond by the SaId Attorney In Fact shall be as bIndIng upon thIS Company as If such bond had been executed and acknowledged by the regularly elected officers of thIS Company The RLI Insurance Company further certIfies that the followmg IS a true and exact copy of the Resolunon adopted by the Board of Directors ofRLllnsurance Company, and now m force to-WIt: "All bonds, poliCIes, undertakmgs, Powers of Attorney or other obltgatlOns of the corporatIOn shall be executed m the corporate name of the Company by the PreSIdent, Secretary, any ASSIstant Secretary, Treasurer, or any Vice PreSIdent, or by such other officers as the Board of DIrectors may authorize. The PreSIdent, any Vice PreSIdent, Secretary, any ASSIstant Secretary, or the Treasurer may appomt Attorneys In Fact or Agents who shall have authonty to Issue bonds, poliCIes or undertakmgs m the name of the Company The corporate seal IS not necessary for the valtdlty of any bonds, poltcles, undertakmgs, Powers of Attorney or other oblIgatIons of the corporatIon. The sIgnature of any such officer and the corporate seal may be pnnted by facsImile." IN WITNESS WHEREOF, the RLI Insurance Company has caused these presents to be executed by Its PreSIdent WIth ItS corporate seal affixed thIS 18th day of October 2004 State of Illinois \,\\,UIIII",/ ,,"'~NCE e"'", ""C::1'U .......... O~"''''' ;:~ ... .... ~.,~ '..... ''1'.' fit:' vol\POFl"ll'~ ". ~ ~ ~" S E-AL) ) ." ~ ......."" ........ .... ,,';:- ""'/ l L , N 0 \'0""" /1/11""111'\\"\\ County of Peona } 55 On thIS ~ day of October , 2004, before me, a Notary Public, personally appeared Jonathan E. Michael , who being by me duly sworn, acknowledged that he signed the above Power of Attorney as the aforesaid officer of the RLI Insurance Company and acknowledged said Instrument to be the voluntary act and deed of saId corporatIon. By' Jacque /, ,,f' 'OFFICIAL SEAL I NOT"'AV _ :';::~I~~ JACQUELINE M BOCKlER '~. CON..'v\.t$SION [XPIJ"l:[S CJ/Cl 06 . -1 rlli~O';ol()h RLI Insurance Company By ~ Jonat n E Ie ael E~ President CERTIFICA IE I, the underSIgned officer of RLI Insurance Company, a stock corporatIOn of the State of IllInOIS, do hereby certIfy that the attached Power of Attorney IS In full force and effect and is irrevocable; and furthermore, that the ResolutIOn of the Company as set forth In the Power of Attorney, is now In force. In testImony whereof, I have hereunto set my hand and the ielll of the RLllnsurance Company thiS 23rd day of May ,~6 RLI Insurance Company By ~ Jonat an E. IC acl E~ PresJdent I\0059DO, SECTION 3 STANDARD SPECIFICA TIONS SUPPLEMENTARY CONDITIONS TH E CITY OF COPPELL 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 ST~NDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION, NORTH CENTRAL TEXAS, LA TEST 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 A]\,'D EFFECT AS AME~'DED PART I: GENERAL PROVISIONS - DIVISION 1 PROPOSAL REQUIREMENTS ITEM 1.0 - DEFINITIONS SC-l.O Engmeer The word "Engmeer" m these contract documents and specIficatIOns shall be understood as refemng to CITY ENGINEER, CIty ofCoppell, POBox 9478, Coppell, TX 75019, Engmeer of the Owner, or such other representatIves as may be authonzed by SaId owner to act m any partIcular pOSItion Owner The word "Owner" m these contract documents and specIficatIons refers to the CITY OF COPPELL actmg through ItS authonzed representatIves. Calendar DaY' Add the followmg sentence to the end of the workmg days defimtIOns "Hours worked before 8 00 a.m. after 5 00 p.m., all weekends and holIdays are subject to overtIme OvertIme request must be made m wntmg and approved by the City of Coppell. Seventy-two hours notIce reqUIred. All overtIme mcurred by the City for mspectIon servIces shall be paid by the Contractor If not paid, such cost may be deducted from partial payments." All other tenns used In these Supplementary CondItIons whIch are defined in the General ProVISIOns shall have the same meanmgs used m the General PrOVIsIons. ITEM 1.15 - SURETY BONDS SC-1.15 Add followmg sentence to Item 1 15 (A) "Mamtenance Bond shall be reqUIred m the amount of 50% of the cost of the publIc Improvements for a 2 year penod." 3-2 Standard Specifications Supplementary Conditions ITEM 1.16- NOTICE TO PROCEED SC-1.16 Add followmg sentence to end ofItem 1 16 "Before Contractor starts the Work at the sIte, a conference attended by Contractor, Engmeer and others as appropnate WIll be held to dISCUSS the schedules referred to m Items 1.22 5, 1.28 and I 51 1, to dISCUSS procedures for handlmg Shop Drawmgs and other submIttals and for proceSSIng ApplIcatIons for Payment, and to establish a workmg understandmg among the partIes as to the Work." ITEM 1.19 - PRIORITY OF C'ONTRi\CT DOCUMENTS SC-1.19 Add the followmg language at the end of the Item 1 19 "If there IS any confhct between the proVIsIons of the Contract Documents and any such referenced standard speCIfications, manuals or codes, the proVISIOns of the Contract Documents shall take precedence over that of any standard speCIficatIOns, manuals or codes" ITEM 1.20 - CORRELATION AND INTENT OF DOCUMENTS SC-1.20.1 Amend the first sentence of Item 1 20 1 by changmg "such copIes" to be "five copIes" Add the followmg to the end of Item 1.20 1 "In the preparatIOn of Drawmgs and SpeCIficatIons, ENGINEER has establIshed and rehed upon the followmg reports of explorations and tests of subsurface condItions at the SIte of the work. No geotechmcal explorations or tests of subsurface condItIons have been performed. The Contractor may take bonngs at the SIte to satisfy hImself as to subsurface condItIons." SC-l.20.5 Add the follOWIng new Item 1.20 5 ImmedIately after Item 1.20 4 "1.20 5 EXIstmg UtIlItIes and Sewer Lmes The Contractor shall be responsible for the protectIon of all eXIstmg utilities or servIce lines crossed or exposed by the constructIOn operatIOns. Where eXIstmg utIlItIes or servIce hnes are cut, broken or damaged, the CONTRACTOR shall replace the utilIties or servIce Imes WIth the same type of ongmal constructIOn, or better, at hIS own cost and expense ThIS mcludes any and all ImgatIon systems, whether or not they are IdentIfied on the plans. 3-3 Standard Specifications Supplementary Conditions 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 mterfered WIth until authonzed b)"the ENGINEER. The nght IS reserved to the owner of any publIc utIlity to enter upon the limIts of the project for the purpose of makmg such changes or repairs of theIr property that may be made necessary by the performance of thIS contract." ITEM 1.22 - CONTRACTORS RESPONSIBILITIES SC-l.22.5 Amend the first sentence of Item 1.22 5 by addmg the followmg at the begmnmg Of the sentence "If requested by Owner, Engmeer or Contractor" ITEM 1.24 - PROTECTION OF WORK AND OF PERSONS AND PROPERTY SC-l.24.2.1 Add the followmg new Item 1.24.2 1 ImmedIately after Item 1.24.2 "1 24 2 1 Should CONTRACTOR cause damage to the work or property of any separate Contractor at the SIte, or should any claim ansmg out of CONTRACTOR'S, OWNER, ENGINEER, Consultmg Engmeer 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, mdemmfy and hold OWNER, ENGINEER and Consultmg Engmeer harmless from and agamst all claims, damages, losses and expenses (includmg, but not limIted to, fees of engmeers, archItects, attorneys and other profeSSIOnals and court and arbItratIon costs) ansmg dIrectly, mdIrectly or consequentIally out of any actIOn, legal or eqUItable, brought by any separate Contractor agamst OWNER, ENGINEER or Consultmg Engmeer to the extent based on a claim ansmg out of CONTRACTOR'S performance of the Work. Should a separate Contractor cause damage to the work or property of CONTRACTOR or should the performance of work be any separate Contractor at the SIte gIve nse to any other claim, CONTRACTOR shall not mstItute any actIOn, legal or eqUItable, agamst OWNER, ENGINEER or Consultmg Engmeer or permit any actiOn agamst any of them to be mamtamed and contmued m Its name or for Its benefit m any court or before any arbIter whIch seeks to Impose lIabIlIty on or to recover damages from OWNER, ENGINEER or Consultmg Engmeer on account of any such damage or claIm. If CONTRACTOR IS delayed at any tIme m performmg or furnIshmg 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 m Contract TIme attributable thereto, CONTRACTOR may make a claIm for an extenSIOn of tIme m accordance WIth Item 1 36 An extenSIOn of the Contract TIme shall be CONTRACTOR's exclUSIve remedy WIth respect to OWNER, ENGINEER and Consultmg Engmeer for any delay, dIsruption, mterference or hmdrance caused by any separate Contractor" 3-4 Standard Specifications Supplementary Conditions ITEM 1.26 - INSURANCE SC-1.26.6 Add the followmg new Item "1.26 6 If OWNER requests In wntmg that other specIal msurance be mcluded m the property msurance polIcy, CONTRACTOR shall, If possible, Include such msurance, and the cost thereof wIll be charged to OWNER by appropnate Change Order or Wntten Amendment. Pnor to commencement of the Work at the SIte, CONTRACTOR shall m wntmg adVIse OWNER whether or not such other msurance has been procured by CONTRACTOR." SC'-1.26.7 Add the followmg new Item. "I 267 CONTRACTOR mtends that any policIes provIded m response to Item 1 26 shall protect all of the partIes' Insured and provIde coverage for all losses and damages caused by the penIs covered thereby Accordmgly, all such policIes shall contam provlSlons to the effect that m the event of payment of any loss or damage the msurer WIll have no nghts of recovery agamst any of the partIes named as msured or addItIOnal msured, and If such Waiver forms are reqUIred of any Subcontractor, CONTRACTOR wIll obtam the same" ITEM 1.27 - MATERIALS AND WORKMANSHIP~ WARRANTIES AND GUARANTEES SC-1.27.4 Amend the first sentence of Item 1.274 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 m ItS entirety and msert the followmg m lieu thereof "ConstructIon stakes/surveymg shall be provIded by the CONTRACTOR. VertIcal control has been established as shown on the constructIon plans. Honzontal control can be establIshed from eXIstmg mlets, street mtersectIOns or other utilIties mdIcated on the construction plans. The Contractor shall be responsible for establlshmg all lines and grades, and the preCIse locatIOn of all proposed facIlitIes The ENGINEER may make checks as the Work progresses to venfy lines and grades established by the Contractor to determme the conformance of the completed Work as It progresses WIth the reqUIrements of the constructIOn documents. Such checkmg by the Engmeer shall not relIeve the Contractor of hIS responsibIlity to perform all Work m connectIOn WIth Contract DraWIngs and SpeCIficatIons and the lInes and grades gIven therem." 3-5 Standard Specifications Supplementary ConditIOns ITEM 1.33 - OTHER CONTRACTORS; OBLIGATION TO COOPERATE SC-1.33 Delete the last sentence of the second paragraph and substItute the followmg m lIeu thereof "In such event, Contractor shall be entitled to an extenSIOn of workmg time only for unavOidable delays venfied by the Engmeers, as provIded m Item 1.36, however, no mcrease m the contract pnce shall be due the Contractor " Insert the followmg sentence at the end of the second paragraph ofItem 1 33 "The FNGTNEER shall coordmate such other work WIth the CONTRACTOR and schedule c:ven!:' to mmImIze delay caused to the CONTRACTOR. No addItional tIme shall be gIven to the CONTRACTOR of such related work except as proVIded m Item 1 36 " ITEM 1.36 - DELAYS; EXTENSION OF TIME; LIQUIDATED DAMAGES SC-l.36 Add the followmg at the end of the last paragraph m 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 cntIcal path and that loss of tIme can not be made up by revIsmg the sequence of the work of the project." ITEM 1.37 - CHANGE OR MODIFICATION OF CONTRACT SC-1.37 1.37 1 Amend the last sentence m Paragraph two ofItem 1 37 1 to delete the followmg "except as proVIded below" Add the followmg sentence to the end of paragraph two m Item 1.37 1 "The umt pnce of an item of Umt Pnce Wark shall be subject to re-evaluahon and adjustment under the followmg condItIOns' ITEM 1.42 - INSPECTION AND TEST SC-l.42 1 42 3 Amend the first paragraph to delete "dIrectIon and expense of the Owner" and add the followmg "dIrectIOn of the Owner and expense of the Contractor" Amend the last paragraph, first sentence by changmg "Contractor" to "Owner" 3-6 Standard Specifications Supplementary Conditions ITEM 1.49 - OWNER'S, EMPLOYEES OR AGENTS SC-t.49-2 Replace Item 1 49.2 wIth the followmg new paragraph "1 49 2 ConflIct of Interest City Charter states that no officer of the CIty shall have a financial mterest, dIrect or mdIrect, m any contract WIth the CIty, nor shall be financIally mterested, dIrectly or mdIrectly, m the sale to the City of any land, or nghts or mterest m any land, matenals, supplies or servIces. ThIS prohibItIon does not apply when the mterest IS represented by ownershIp of stock m a corporatIOn mvolved. proVIded such stock O\vnershlp amollnts to less than one percent (1 %) of the corporatIOn stock. Any VIOlatIon of thIS prohibItIon wIll constItute malfeasance m 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 contractmg WIth the CIty shall render the contract VOidable by the City Manager or the City CouncIl The Contractor represents that no employee or officer of the CIty has an mterest m the Contractor" ITEM 1.58 - STATE AND LOCAL SALES AND USE TAXES SC-1.58 Delete Item 1 58 and SubstItute the followmg m heu thereof' "I 5 8 Recent legIslatIon has removed the sales tax exemptIon prevIously provIded by SectIOn 151 311 of the Tax Code covenng tangible personal property purchased by a contractor for use m 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 mcorporated mto and become part of a CIty constructIon project through the use of a "separated contract" WIth the CIty A "separated contract" IS one, WhIch separates charges for matenals from charges for labor Under such a contract, the contractor becomes a "seller" of those matenals, WhICh are mcorporated mto the project, such as bncks, lumber, concrete, pamt, etc The contractor Issues a resale certIficate m 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 matenals. (ThIS procedure may not be used, however, for matenals, whIch do not become a part of the fimshed product. For example, eqUIpment rentals, form matenals, etc are not conSIdered as becommg "mcorporated" mto the project) UtIlizatIOn of thIS "separated contract" approach elImmates the need for bIdders to figure m sales tax for matenals, whIch are to be mcorporated mto the project. The successful bIdder's bId form WIll be used to develop the "separated contract" and WIll determme the extent of the tax exemptIOn. Upon executIOn of the constructIOn contract, the contractor shall furnIsh a 3-7 Standard Specifications Supplementary Conditions breakdown (per Item) of 1) matenals mcorporated mto the project, and 2) labor, eqUIpment, supervIsIon and matenals notmcorporated mto the project." PART II: MATERIALS - DIVISION 2 MATERIALS ITEM 2.1.5 - TRENCH BACKFILL: (b) Types "B" and "C" (4) AddItIonal ReqUIrements (B) AddItional ReqUIrements for Type "(''' hackfil1 when I\sed In streets Insert the followmg paragraph at the begmnmg of thIS subsectIon. "All trench backfill shall be compacted to between 95 percent and 100 percent of Standard Proctor DenSIty as determmed by ASTM D-698 at, or up to five (5) percentage pomts above, optImum mOIsture content, usmg mechanIcal compactIOn methods unless otherwIse speCIfied m the Plans. Water jettmg may be used only WIth speCIfic wntten permISSIOn of the Engmeer" ITEM 2.1.6 - RIPRAP OR STONE MASONRY: (b) Matenals and DImenSIOns (4) Mortar RIprap Add the sentence "Mortar or concrete type shall be approved by the Engmeer and shall conform to A.S T.M. C 387-83 " ITEM 2.1.7 - PIPE BEDDING MATERIAL FOR STORM SEWERS: (a) General Amend the first sentence, by strikmg the words "reqUIrements for earth beddmg" and replace WIth "recommendatIOns of the pIpe manufacturer, and shall be approved by the Engmeer" (b) Earth Beddmg: Add the followmg sentence at the begmmng of thIS paragraph. "Earth beddmg WIll not be permItted WIthout wntten approval of the Engmeer " ITEM 2.2.2 - CHEMICAL ADMIXTURES: (d) Mmeral AdmIxtures Delete paragraph (d) m ItS entIrety The use of Fly Ash as an admIxture m any Class of concrete IS speCIfically prohibIted WIthout wntten approval of the Engmeer 3-8 Standard Specifications Supplementary Conditions PART III CONSTRUCTION METHODS DIVISION 3 - SITE PREPARATION ITEM 3.1.2 - CONSTRUCTION METHODS: Add the followmg sentence after the second sentence' "The method of protectIon shall be 2 mch by 4 mch wood ralhng unless otherwIse shown on the Plans or dIrected by the Engmeer " ITEM 3.7.3 - DENSITY: PART III Stnke the first sentence and replace WIth the followmg "Earth embedment and select matenal shall be compacted to between 95 percent and 100 percent of Standard Proctor DenSIty as determmed by ASTM 0-698 at, or up to five (5) percentage pOints ;:lhove, optimum mOIsture content, usmg mechamcal compactIOn methods, unless otherwIse specIfied III the Plans or SpecIficatIOns." DIVISION 4 - SUBBASE AND BASE COURSES ITEM 4.8.4 - CONSTRUCTION METHODS: PART III (b) CompactIOn Amend the last sentence of the first paragraph, by strikmg the words "90 percent of the maXImum dry denSIty of such matenal " and replace WIth the words "95 percent of the maXImum dry denSIty of such matenal, or as dIrected by Engmeer DIVISION 5 - PAVEMENT/SURFACE COURSES ITEM 5.8.2 - CONSTRUCTION METHODS: (e) Jomts (1) ExpansIOn Jomts Delete the first paragraph and replace With the followmg: "EXpanSIOn Joints shall be mstalled perpendIcularly to the surface and centerlme of the pavement. ExpanSIOn Jomt matenal shall be redwood boards, 3/4-mch m WIdth, and extended through curbs. ExpanSIOn jomts are to be Installed at each end of radIUS at street mtersectIOns. ExpanSIOn jomts shall be equally spaced between mtersectIons WIth not less than one every 200 lmear feet of pavement, unless otherwIse speCIfied on the Plans or dIrected by the Engmeer (C) ProXImIty to EXIstIng Structures Engmeer" Add to end of sentence, "or as dIrected by the 3-9 Standard Specifications Supplementary Conditions (2) ContractIOn Jomts Delete the first sentence of the first paragraph and msert the followlllg" "Contraction or dummy jomts shall be sawed to 1-1/4 mches m depth, and 1/4 mch m wIdth, and mstalled every 20 Imear feet of pavement, and extend through curb, unless otherwIse dIrected by the Engmeer " (h) FImshmg (I) Machme. Add the followmg paragraph at the end of thIS subsectIOn "Fog sprays powered by pressure pumps, and capable of covenng the entire area of freshly placed concrete wIth a fine mIst, shall be used If water IS needed for fimshmg operations." (2) Hand. Add a new paragraph after first paragraph whIch reads as follows "Fog sprays powered by pressure pumps, and capahle of covenng the entIre area of freshly placed concrete WIth a fine mIst, shall be used If water IS needed for fimshmg operations" PART III DIVISION 6 - UNDERGROUND CONDUIT CONSTRUCTION ITEM 6.2.9 - BACKFILL: (b) Compaction. (2) DenSItIes - Areas Not Subjected to or Influenced by VehIcular Traffic Amend the second sentence by strikmg the words "to a denSIty comparable WIth adjacent undIsturbed matenal" and replacmg WIth "to a denSIty between 95 percent and 100 percent Standard Proctor DenSIty as determmed by ASTM 0-698 at, or up to five (5) percentage pomts above, optImum mOisture content, unless otherwIse speCIfied m the Plans or dIrected by the Engmeer " 3-10 Standard Specifications Supplementary Conditions TH E CITY OF COPPELL SECTION 4 SPECIFIC PROJECT REQUIREMENTS 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 followmg SpecIfic Project ReqUIrements contam general and specIfic project reqUIrements applicable to thIS project m the City of Coppell. These mdIvIdual specIficatIOns control for thIS project. AddItIonal amendments to the NCTCOG Standard SpecIficatIOns are contamed m SectIOn 3 - Supplementary CondItIons to the Standard SpeCificatIOns for ConstructIOn. In the event that an Item IS not covered m the Project Drawmgs and these SpecIficatIons, then the CIty of Coppell Standard ConstructIon DetaIls (Ord # 92-554), and AppendIX 'C' DeSIgn Cntena and Standards m the CIty of Coppell SubdIVIsIOn Ordmance (Ord #94-643) shall apply In addItion, reference to the followmg shall be conSIdered as refemng to the speCIficatIOns or Method of Test as set forth by these orgamzatIons and shall be conSIdered as part of the SpeCIficatIOns when referenced. AS.A A.STM. A.A.S.H.T 0 Amencan Standards ASSOCIatIon A.C.r. AWS A.WW.A. S S.PC Amencan SOCIety of Testmg Matenals Amencan ASSOCIatIon of State HIghway & TransportatIOn OffiCials Amencan Concrete InstItute Amencan Weldmg SOCiety Amencan Water Works ASSOCIatIOn UL. N.E M.A. W.PC.F TX.DOT S S.P W C.N C T Steel Structures Pamtmg CouncIl, Federal SpeCIficatIOns Treasury Department Underwnters Laboratones Water PollutIOn Control FederatIOn Texas Department of TransportatIOn TCEQ T.M.U T C.D OSHA. T A.S A.D.A Standard SpecIficatIOns for PublIc Works ConstructIOn North Central Texas Texas CommISSIOn on EnVIronmental Quahty Texas Manual on Umform Traffic Control DeVIces Occupational Safety and Health AdmmIstratIOn Texas AccessibIlity Standards Amencans WIth DISabIhtIes Act 4-2 Specific Project ReqUIrements 1.1 OWNER: The "Owner" as referred to m these SpecIficatIOns IS the City @fCoppell, PO Box 9478, Coppell, Texas 57019 1.2 ENGINEER: The "Engmeer" as referred to m these Specifications IS the CIty Engmeer, CIty of Coppell, Engmeer of the Owner, or such other representatIves as may be authonzed by Said owner to act m any partIcular posItIOn. 1.3 CITY OF COPPELL: All Improvements described m thIS Proposal and ConstructIOn Drawmgs shall be done m accordance WIth the Project Drawmgs and SpeCIficatIOns. In the event that an Item IS not covered m the Project Drawmgs and SpecIficatIOrts, then the Standard SpeCIfications for ConstructIOn for the City ofCoppell, Texas shall apply 1.4 SITE: The Contractor shall limIt hIS work to the area shown on the Project Drawmgs as wIthm the street nght-of-way Entrance onto pnvate property shall be at the expressed approval ofthe ENGINEER, only 1.5 PROJECT DESCRIPTION: ThIS work shall conSIst ofthe mstallatIon of two traffic SIgnals TR03-01 (A) conSIsts of the removal and replacement of the eXIstmg traffic SIgnal at the mtersectIOn of Belt Lme Road and MacArthur Boulevard. TR03-01 (B) conSIsts of the mstallatIOn of a new traffic SIgnal at the mstallatIon of MacArthur Boulevard and Bethel School Road/Court. The work at both of these mstallatIOns shall mclude all components necessary for the "turn key" constructIOn of the traffic SIgnals as shown m the plans, mcludmg but not hmIted to SIgnalS/SIgnal heads, controllers and cabmets, optIcom, wmng, ground boxes, condUIt, pole/mast arms WIth foundatIons, electncal hookup, VIdeo detection, etc ThIS work shall generally conSIst of all necessary work to produce operatIOnal traffic SIgnals at both locatIons. SpeCIal attentIOn should be paId to sequencmg of the work at the Belt Lme Road and MacArthur Boulevard location. It IS imperatIve that the eXistmg SIgnal remams m operatIon dunng the mstallatlOn of the new SIgnal ThIS WIll allow unInterrupted traffic flow dunng thIS penod. Once the new sIgnal IS m operation, the old one can be removed. 1.6 CALENDAR DAY COUNT: Calendar days shall be counted by the Engmeer on the baSIS of the defimtIOn set out m the General CondItIons of Agreement. The calendar day count shall be suspended upon receIpt by the Engmeer of a wntten request for final mspectIon. The calendar day count shall resume upon receIpt by the Contractor of a wntten lIst of Items necessary to satIsfactonly complete the project. ThIS process shall contmue untIl such tIme as the project IS accepted by the Engmeer, and the Owner The 4-3 Specific Project Requirements calendar day count WIll not be suspended or otherwIse affected by use of completed portIOns or "substantIal completIOn" of any of the project. 1.7 SAFETY PRECAUTIONS: The Contractor shall comply WIth all applIcable laws mcludmg the Occupational Safety and Health Act of 1970, ordmances, rules, regulatIons and order of any publIc authonty have jUnSdIctIOn for the safety of persons or property to protect them from damage, mjury or loss. He shall erect and mamtam, as reqUIred by eXIstmg condItions and progress of the work, all reasonable safeguards for safety and protectIOn, mcludmg postmg danger SIgnS and other warnmgs agamst hazards, promulgatmg safety regulatIons and notIfYIng owners and users of adjacent utIlItIes. 1.8 SOIL INVESTIGATION: A geotechmcal mvestIgatIon report has not been prepared. The Contractor shall VISIt the sIte and <lcquamt himself wIth the C;Jte rondItIons 1.9 SURVEY AND FINISHED GRADES: General honzontal and vertIcal alIgnment IS not changmg. The Contractor shall be responsible for layout and stakmg of all grades and lInes for construction to preserve eXIstmg honzontal and vertIcal alIgnment. The Contractor shall preserve all stakes or markmgs until authonzed by the Engmeer to remove same. The Contractor shall bear the cost of the re-establIshmg 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 mamtam established pomts and marks. No separate payment shall be made to the Contractor for constructIOn stakmg whIch shall be consIdered mCIdental to the project and payments made under specIfic Pay Items shall be consIdered as full compensatIOn for these reqUIrements. 1.10 CONFORMITY WITH DRAWINGS: All work shall conform to the Imes, grades, cross- sections, and dImenSIOns shown on the Drawmgs. Any deVIatIOn from the Drawmgs WhICh may be reqUIred by the eXIgenCIes of constructIon WIll be determmed by the Engmeer and authonzed by hIm m wntmg. 1.11 TESTING LABORATORY SERVICE: The Owner shall make arrangements WIth an mdependent laboratory acceptable for testmg as reqUIred by the constructIon plans and standard speCIfications. The Contractor shall bear all related costs of retests, or remspectlOns. The Contractor shall notIty the ENGINEER In a timely manner of when and where tests or mspectIons 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. Testmg by the CIty does not alleVIate the contractors' responsibilIty for hIS own qualIty assurance/quality control testmg. Contractor shall replace any defiCIent constructIOn Items 1.12 SUSPENSION OF WORK: If the work should be stopped or suspended under any order of the court, or other publIc authonty, the Owner may at any tIme dunng suspenSIOn upon seven days wntten notIce to the Contractor, termmate the Contract. In such an event, the Owner shall be lIable only for payment for all work completed plus a reasonable cost for 4-4 Specific Project Requirements any expenses resultIng from the termmatIOn of the Contract, but such expenses shall not exceed $5,000 1.13 PRESERVATION OF TREES: PermISSIon of the Engmeer must be obtamed for removal of trees on the property that obstruct the mstallatlOn of the Improvements as outlmed m thIS project. Penalty for destructIOn of a tree WIthout permISSIOn shall be $500 00 each payable to the Owner If damage IS contmuous, tree guards shall be erected when so dIrected by the Engmeer at the Contractor's expense. 1.14 COOPERATION OF CONTRACTOR: The Contractor shall have on the project at all tImes, as hIS agent, a competent Supenntendent capaQle of readmg the plans and speCIficatIOns and thoroughly expenenced m the type of work bemg performed. The Supenntendent shall have full authonty to execute orders or dIrectIons and to promptly supply such matenals, eqUIpment, tools, labor and InCIdentals as may be reqUIred. Such supenntendence shall be furnIshed IrrespectIve of the amount of work contracted. The Supenntendent and the Contractor shall be responsible for supervISIOn of all work performed by the subcontractor at all tImes dunng constructIon. 1.15 WARNING DEVICES: The Contractor shall have the responsibIlIty to prOVIde and mamtam all warnmg deVIces m accordance WIth the TMUTCD and take all precautIonary measures reqUIred by law to protect persons and property whIle SaId persons or property are approachmg, leavmg or wIthm the work SIte or any area adjacent to Said work SIte AddItIonally, two-way traffic and 20 mph adVISOry SIgnS for each dIrectIOn of traffic shall be placed on both SIdes of all mtersectIons No separate compensatIon WIll be paid to the Contractor for the mstallatIOn or mamtenance of any warnIng deVIces, bamcades, lIghts, SIgnS or any other precautIOnary measures reqUIred by law for the protectIon of persons or property The Contractor shall assume all dutIes owned by the CIty of Coppell to the general public m connectIon WIth the general publlc's Immediate approach to and travel through the work SIte and area adjacent to Said work SIte Where the work IS camed on, m, or adjacent to, any street, alley, SIdewalk, publIc nght-of- way or pubhc place, the Contractor shall at hIS own cost and expense proVIde such flagmen and watchmen and furnIsh, erect and mamtam such warnmg deVIces, bamcades, 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 pnor to the begInnmg of work. No lane shall be bamcaded before 9 00 a.m. or after 4 00 p.m. No less than one lane of traffic m each dIrectIon shall be prOVIded at all tImes. The Contractor IS responsible for provIdmg and mamtaImng flagmen, watchmen, warnmg deVIces, bamcades, SIgnS, and lights, and other precautIOnary measures shall not cease until the project shall have been accepted. At no tIme shall the Contractor's work mterfere WIth the operatIOns of the adjacent DART raIlroad. All necessary permIttmg shall be obtamed from DART for thIS work and the Contractor shall comply WIth all condItions of saId permI t. 4-5 Specific Project Requirements If the Engmeer dIscovers that the Contractor has faIled to comply wIth the applIcable federal and state law (by faIlmg to furnISh the necessary flagmen, warnmg deVIces, barncades, lIghts, SIgnS or other precautIOnary measures for the protectIOn of persons or property), the Engmeer 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 m ordenng such addItIonal precautIOnary measures In addItion, the Contractor wIll be held responsible for all damages to the work and other publIc or pnvate property due to the faIlure of warnmg deVIces, barncades, SIgnS, lIghts, or other precautIOnary measures m protectmg Said property, and whenever eVIdence IS found of such damage, the Engmeer 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 m a timely fashIon, then the CIty shall have the nght to repair the damage and charge the cost back to the Contractor All of thIS work IS consIdered mCIdental and shall not be separate pay Item. 1 16 EXISTING UTILITIES, STRUCTURES AND OTHER PROPERTY: a. Pnor to any excavatIon, the Contractor shall determme the locatIOns of all eXIstmg water, gas sewer, electnc, telephone, telegraph, televlSlon, and other underground utilities and structures. b After commencmg the work, use every precautIon to aVOId mterferences WIth eXIstmg underground and surface utIlIties and structures, and protect them from damage c Where the locatIOns of eXIstmg underground and surface utIlItIes and structures are mdIcated, these locations are generally approXImate, and all Items whIch may be encountered dunng the work are not necessanly mdIcated. The Contractor shall determme the exact locations of all Items mdIcated, and the eXIstence and locatIOns of all Items not mdIcated. d. The Contractor shall repair or pay for all damage caused by hIS operations to all eXIstmg utIlItIes, publIc property, and pnvate property, whether It is below ground or above ground, and he shall settle m total cost of all damage SUItS whlch may anse as a result of thIS operations. e. To aVOId unnecessary mterferences or delays, the Contractor shall coordmate all utIlity removals, replacements and constructIOn WIth the appropnate utilIty company 1.17 DRAINAGE: The Contractor shall mamtam adequate dram age at all tImes 4-6 Specific Project Requirements 1.18 PROJECT MAINTENANCE: The Contractor shall mamtam, and keep m good repaIr, the Improvements covered by these.plans and specIficatIOns dunng the lIfe of the contract. 1.19 CLEANUP: Dunng ConstructIon. The contractor shall at all times keep the job sIte as free from all matenal, debns and rubbIsh as IS practicable and shall remove same from any portIOn of the job site when It becomes objectIOnable or mterferes WIth the progress of the project. Fmal. Upon completIOn of the work, the Contractor shall remove from the SIte all plant, matenals, tools and eqUIpment belongmg to hIm and leave the SIte WIth an appearance acceptable to the Engmeer and the Owner The Contractor shall thoroughly clean all eqUIpment and matenals mstalled by hIm and shall deliver over such matenals and eqUIpment m a bnght, clean, polished and new-appeanng condItIon 1.20 INSPECTION: The word "Inspection" or other forms of the word, as used m 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 proceedmg m general accordance WIth the contract documents, but he wIll not be a guarantor of the Contractor's performance. 1.21 DISPOSAL OF WASTE AND SURPLUS EXCAVATION: All pavmg, subgrade, or other debns removed from the SIte as a prellmmary to the constructIon shall be removed from the property at the sole expense of the Contractor Any reqUIred burnmg and dIsposal permIts shall be the sole responsibIlIty of the Contractor All excavated earth m excess of that reqUIred for backfillmg shall be removed from the job SIte and dIsposed of m a satIsfactory manner 1.22 WATER FOR CONSTRUCTION: The Contractor shall make the necessary arrangement for secunng and transportmg all water reqUIred m the constructIOn, mcludmg water reqUIred for mIxmg of concrete, spnnklmg, testmg, flushmg, floodmg, or jettmg. The Contractor shall proVIde water as reqUIred at hIS own expense 1.23 GUARANTEE: All work shall be guaranteed agamst defects resultmg from the use of mfenor matenals, eqUIpment or workmanshIp for a penod of two (2) years from the date of final completIOn and acceptance ofthe project. 4-7 Specific Project Requirements SHOP DRAWINGS, PRODUCT DATA AND SAMPLES 1.1 GENERAL: A. Contractor to submIt Shop Drawmgs, Product Data and Samples as reqUIred by the Contract Documents and as specIfied m other sectIons of the speCIfications. 1.2 SHOP DRAWINGS: A. As soon as practIcable after contract award, submIt to the Engmeer, for reVIew, the reqUIred number of bound copIes of shop drawmgs of all Items as specIfied m the vanou" sectIOn" of these specIficatIOns, accompdIllcd by lcttcrs oftransl1uttal. B Shop drawmgs shall mclude Manufacturer's catalog sheets and/or descnptIve data for matenals and eqUIpment; showmg dImenSIOns, performance charactenstIcs, and capacIties and other pertment mformatIOn as reqUIred to obtam approval of the Items mvolved. C No work requInng shop drawmgs WIll be executed untIl reVIew and acceptance of such drawmgs has been obtamed. 1.3 PRODUCT DATA: A PreparatIOn. 1 Clearly mark each copy to IdentIfy pertment products or models. 2 Show performance charactenstIcs and capacIties. 3 Show dImenSIOns and clearances reqUIred. B Manufacturers standard schematic drawmg sand dIagrams 1 ModIfy drawmgs and dIagrams to delete mformatIon whIch IS not applIcable to the work. 2 Supplement standard mformatIOn to proVIde mformatIon specIfically applicable to the work. 1.4 SAMPLES: ProvIde samples as mdIcated m other parts of these speCIfications. 1.5 CONTRACTOR RESPONSIBILITIES: A. ReVIew Shop Drawmgs and Product Data pnor to submISSIOn. B Determme and venfy' 1 FIeld measurements. 2 FIeld constructIOn cntena. 3 Catalog numbers and SImIlar data. 4-8 Specific Project Requirements 4 Conformance wIth speCificatIOns. ',j'. C' Coordmate each submIttal WIth reqUIrements of the work and of the Contract Documents. D Begm no work whIch reqUIres submIttals untIl return of submIttals WIth Engmeer's reVIew E Keep one (1) approved copy of shop drawmgs or product data at job sIte at all times 1.6 SUBMISSION REQUIREMENTS: A Make submIttals promptly and m such sequence as to cause no delay m the work or m the work of any other contractor B Number of submIttals reqUIred 1 For shop drawmgs and product data. SubmIt the number of copIes whIch the contractor reqUIres, plus four WhICh wIll be retamed by the Engmeer C SubmIttals shall contam. 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 cntIcal features ofthe work or matenals. 7 ApplIcable standards, such as ASTM or Federal SpeCIficatIon numbers. 8 IdentIficatIOn of deVIatIons from Contract Documents. 9 IdentIficatIOn of reVISIons on resubmIttals. 10 Contractor's stamp, InItIaled or Signed, certIfyIng to reVIew of submIttal, venficatIon of products, field measurements and field constructIon cntena, and a\coordmatlOn of the mfonnatIon wIthm the submIttal With reqUIrements of the work and of Contract Documents 11 FabncatIOn and erectIon drawmgs lists and schedules. 12 BaSIS of deSIgn and deSIgn calculatIOns SIgned and sealed by a regIstered profeSSIOnal engmeer 13 Seal and SIgnature of a regIster engmeer on all structural submIttals. 4-9 Specific Project Requirements D REVIEW Shop drawmg and product data mformatIon reVIew wIll be general Such reVIew WIll not reltve the contractor of any responsibIlIty and work reqUIred by the Contract. 2 Satisfactory shop drawmgs wIll be so deSIgnated and all sets, except four (4), returned to the Contractor Rejected shop drawmgs wIll be so desIgnated and all sets except two (2) WIll be returned to the Contractor, wIth mdIcatIOns ofthe reqUIred correctIOns and changes. 3 Rejected shop drawmgs WIll be corrected and resubmItted to the EngIneer for Acceptance 1.7 RESUBMISSION REQUIREMENTS: A Make any correctIOns or changes m the submIttals reqUIred by the EngIneer and resubmIt untIl accepted. B Shop Drawmgs and Product Data. I ReVIse mItIal drawmgs or data, and resubmIt as specIfied for the mItIal submIttal. 2 IndIcate any changes whIch have been made other than those requested by the EngIneer 1.8 ENGINEER'S RESPONSIBILITIES: A. ReVieW submIttals WIth reasonable promptness. B Affix stamp and ImtIals or SIgnature, and mdIcate reqUIrements for resubmIttal, or acceptance of submIttal. C Return submIttals to Contractor for dIstributIOn, or for resubmIssIon. 4-10 SpecIfic Project Requirements SECTION 5 DESCRIPTION OF PAY ITEMS THE CITY OF SECTION 5 - DESCRIPTION OF PAY ITEMS ThIS sectIOn mcludes comments concernmg varIOUS Pay Items so that the contractor can fully understand the scope of work mvolved m the Pay Items 1. Construction No Pay Items: All work necessary for the orderly completIOn of the project, but not specIfically mcluded as a pay Item m 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 followmg. (a) removal and replacement of any SIgns WIth the exceptIOn of the new SIgns paid under varIOUS BId Items, (b) removal of spOIls, (c) water for constructIon, (d) surveymg to re-establIsh grade, (e) mamtenance of eXIstmg traffic control dunng constructIOn, (1) {Jt:mllllmg [ruIll ulht:r t:nlIlIt::s, (g) any utht:r mCIut:ntals m:ct::s:sary tu cumpldt: the wurk. The above Items are not meant to be a total and complete lIst of SUbSIdIary Items but only representative of the types of Items that should be mcluded m the vanous pay Items aSSOCiated WIth thIS project. 2. Construction Pay Items: Pay Items as lIsted m the proposal shall be measured and paid for m accordance WIth the applIcable measurement and payment paragraphs m 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 Cntena and Standards m the CIty of Coppell SubdIVISIon Ordmance (Ord. #94-643), together WIth any addItional Supplementary CondItions, SpeCIfic Project ReqUIrements, General Notes or DescnptIon of Pay Items mcluded herem. 2.1 Pay Item #I-IAIB - Mobilization & Demobilization: ThIS pay Item shall conSIst of the mobIlIzatIOn for the construction of the project. It IS antiCIpated that the project WIll be constructed 10 multiple phases. ThiS pay Item shall be mclusIve of any and all mobIlIzatIOns and demobIlIzatIons assOCIated WIth the project. Measurement and Payment shall be as follows. one-half the mobIlIzatIon and demobIlIzatIOn shall be paid WIth the first pay estImate after the mItIal mobIlIzatIon has taken place On all subsequent pay estimates, measurement and payment shall be prorated on the baSIS of the percent of the job complete plus the mItIal 50% (i.e, when the pay request reflects 50% payment of the total contract amount, then the contractor WIll be paId for 75% of the mobIlIzatIon pay Item, etc) Payment shall be total compensatIon for furmshmg all labor, matenals, tools, and eqUIpment necessary to complete the work. 5-2 Description of Pay Items 2.2. Pay Item #I-2A/B - Installation of Highway Traffic Signals: This work mcludes the furnIshmg and mstallatIon of new hIghway traffic sIgnals mcludmg traffic sIgnal controllers and cabmets m accordance wIth the appropnate details and specIfications, mcludmg CIty of Coppell "TS-2 Type 2 Cabmet SpecIficatIons" and "SpecIficatIon for Fully-Actuated SolId State Controller umt (TS-2) WIth Time-Based CoordmatIon, PreemptIon, and Closed Loop Operation" as well as Item 680 m TxDOT's 2004 Standard SpecIficatIOns for ConstructIOn and Mamtenance of Highways, Streets and Bndges This Item WIll also mclude supplymg an upload-download deVIce foe each sIgnal mstallatIOn. Measurement and Payment for mstallatIon of hIghway traffic sIgnals work performed and matenals furnIshed, completed and m place as proVIded herem shall be made on the basIS of the pnce bId per each (EA) mtersectIon and shall be total compensatIOn for furnIshmg all labor matenals, and eqmpment necessary to complete the work. 2.3. Pay Item #I-3A/B - Traffic Signal Pole w/20 foot Mast Arm: ThIS work shall mclude the furnIshmg and mstallatIon of traffic sIgnal poles WIth 20' mast arms. Said traffic signal poles shall be mstalled m 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 bId pnce per each (EA) and shall be the total compensatIOn for furnIshmg all labor, matenals, and eqUIpment necessary to complete the work. 2.4. Pay Item #I-4A/B - Traffic Signal Pole w/28 foot Mast Arm: ThIS work shall mclude the furnIshmg and mstallatIOn of traffic SIgnal poles WIth 28' mast arms. SaId traffic sIgnal poles shall be mstalled m 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 bId pnce per each (EA) and shall be the total compensation for furnIshmg all labor, matenals, and eqUIpment necessary to complete the work. 2.5. Pay Item #I-5A/B - Traffic Signal Pole w/32 foot Mast Arm: This work shall include the furnIshmg and installatIon of traffic sIgnal poles WIth 32' mast anns. Said traffic signal poles shall be Installed In accordance with CIty of Coppell standards and "SpeCIficatIOn for Mast Arm Pole Assembly", and NCTCOG standards. Measurement and Payment shall be made on the basIs of the bId pnce per each (EA) and shall be the total compensatIOn for furnIshmg all labor, matenals, and eqUIpment necessary to complete the work. 2.6. Pay Item #I-6A/B - Traffic Signal Pole- w/36 foot Mast Arm: ThIS work shall mclude the furnIshmg and mstallatIOn of traffic sIgnal poles WIth 36' mast arms. Said traffic sIgnal poles shall be mstalled m accordance With CIty of Coppell standards and "SpeCIficatIOn for Mast Arm Pole Assembly", and NCTCOG standards. 5-3 Description of Pay Items Measurement and Payment shall be made on the baSIS of the bId pnce per each (EA) and shall be the total compensation for furnIshmg all labor, matenals, and eqUIpment necessary to complete the work. 2.7. Pay Item #1-7 A/B - Traffic Signal Pole- w /40 foot Mast Arm: ThIS work shall mclude the furnIshmg and mstallatIOn of traffic sIgnal poles WIth 40' mast arms. Said traffic sIgnal poles shall be mstalled m accordance WIth CIty of Coppell standards and "SpecificatIOn for Mast Arm Pole Assembly", and NCTCOG standards. Measurement and Payment shall be made on the baSIS of the bId pnce per each (EA) and shall be the total compensation for furnIshmg all labor, matenals, and eqUIpment necessary to complete the work. 2.8. Pay Item #I-8A/B - Traffic Signal Pole- w/48 foot Mast Arm: ThIS work shall mclude the furnIshmg and mstallatIOn of traffic sIgnal poles WIth 48' mast arms. Said traffic sIgnal poles shall be mstalled m accordance WIth City of Coppell standards and "SpecIficatIOn for Mast Arm Pole Assembly", and NCTCOG standards. Measurement and Payment shall be made on the baSIS of the bId pnce per each (EA) and shall be the total compensatIOn for furnIshmg all labor, matenals, and eqUIpment necessary to complete the work. 2.9. Pay Item #I-9A/B - 3-Section Traffic Signal Head w/Backplate: ThIS work shall mclude the furnIshmg and mstallatIon of 3-sectIOn sIgnal heads WIth backplates. Said sIgnal heads shall be mstalled m accordance WIth CIty of Coppell standards and specIficatIon "Polycarbonate Resm Traffic SIgnal Heads - 12 Inch, Expandable, Adjustable Type", and NCTCOG standards. Measurement and Payment shall be made on the basIS of the bId pnce per each (EA) and shall be the total compensation for furnIshmg all labor, matenals, and eqUIpment necessary to complete the work. 2.10 Pay Item #I-I0AIB - 5-Section Traffic Signal Head w/Backplate: ThIS work shall mclude the furnIshmg and mstallatIOn of 5-sectIon SIgnal heads WIth backplates. SaId SIgnal heads shall be Installed In accordance WIth CIty of Coppell standards and speCIficatIOn "Polycarbonate Resm Traffic Signal Heads - 12 Inch, Expandable, Adjustable Type", and NCTCOG standards. Measurement and Payment shall be made on the baSIS of the bId pnce per each (EA) and shall be the total compensatIon for furnIshmg all labor, matenals, and eqUIpment necessary to complete the work. 2.11 Pay Item #I-11A/B Pedestrian Signal Sections: ThIS work shall mclude the furnIshmg and mstallatIon of polycarbonate, symbolIc pedestnan SIgnal sectIOns m accordance WIth the appropnate details and speCIficatIOns, mcludmg Item 5-4 Description of Pay Items 682 m TxDOT's 2004 Standard SpecIficatIons for ConstructIon and Mamtenance of Highways, Streets and Bndges. Measurement and Payment shall be made on the baSIS of the bId pnce per each (EA) and shall be the total compensatIon for furnIshmg all labor, matenals, and eqUIpment necessary to complete the work. 2.12 Pay Item #I-12A/B 2" PVC Conduit: ThIS work shall mclude the furnIshmg and mstallatIOn of 2" PVC condUIt m accordance WIth CIty of Coppell standards and specIficatIon "Underground Traffic SIgnal ReqUIrements, CondUIt, Ground Boxes, Concrete Cabmet FoundatIOns, and InstallatIOn Procedures", and NCTCOG standards. Measurement and Payment shall be made on the baSIS of the bId pnce per Imear foot (LF) and shall be the total compensatIon for furnIshmg all labor, matenals, and eqUIpment necessary to complete the work 2.13 Pay Item #I-13A/B 3" PVC Conduit: ThIS work shall mclude the furnIshmg and mstallatIOn of 3" PVC condUIt m accordance WIth CIty of Coppell standards and speCIficatIOn "Underground Traffic SIgnal ReqUIrements, CondUIt, Ground Boxes, Concrete Cabmet FoundatIOns, and InstallatIOn Procedures", and NCTCOG standards. Measurement and Payment shall be made on the baSIS of the bId pnce per lmear foot (LF) and shall be the total compensatIOn for furnIshmg all labor, matenals, and eqUIpment necessary to complete the work. 2.14 Pay Item #I-14A/B 4" PVC Conduit: ThIS work shall mclude the furnIshmg and mstallatIon of 4" PVC condUIt m accordance WIth CIty of Coppell standards and speCIficatIOn "Underground Traffic SIgnal ReqUIrements, CondUIt, Ground Boxes, Concrete Cabmet FoundatIons, and InstallatIOn Procedures", and NCTCOG standards Measurement and Payment shall be made on the baSIS of the bId pnce per lmear foot (LF) and shall be the total compensatIon for furnIshmg all labor, matenals, and eqUIpment necessary to complete the work. 2.15 Pay Item #I-15A/B Install Ground Box Type A: ThIS work shall mclude the furnIshmg and mstallatIOn of ground boxes !On accordance WIth CIty of Coppell standards and speCIficatIOn "Underground Traffic SIgnal ReqUIrements, CondUIt, Ground Boxes, Concrete Cabmet FoundatIons, and Installation Procedures", and NCTCOG standards. 5-5 Description of Pay Items Measurement and Payment shall be made on the basIs of the bId pnce per each (EA) and shall be the total compensatIon for furnishmg all labor, matenals, and eqUIpment necessary to complete the work. 2.16 Pay Item #I-16A/B Install Ground Box Type C: This work shall mclude the furnIshmg and mstallatIOn of ground boxes Ion accordance WIth CIty of Coppell standards and specIficatIOn "Underground Traffic SIgnal ReqUirements, CondUIt, Ground Boxes, Concrete Cabmet FoundatIOns, and InstallatIOn Procedures", and NCTCOG standards. Measurement and Payment shall be made on the baSIS of the bId pnce per each (EA) and shall be the total compensatIon for furnIshmg all labor, matenals, and eqUIpment necessary to complete the work 2.17 Pay Items #I-17A/B Traffic Signal Controller Foundation: ThIS work shall mclude the furnIshmg and mstallatIOn of traffic SIgnal controller foundations m accordance WIth CIty of Coppell standards and speCIficatIOn "Underground Traffic SIgnal ReqUirements, CondUit, Ground Boxes, Concrete Cabmet FoundatIons, and InstallatIon Procedures", and NCTCOG standards. Measurement and Payment shall be made on the baSIS of the bId pnce per each (EA) and shall be the total compensatIOn for furnIshmg all labor, matenals, and eqUIpment necessary to complete the work. 2.18 Pay Item #I-18A/B 3 Conductor #6 Gauge Wire: This work shall mclude the furnIshmg and mstallatIOn of 3C #6 gauge WIre m multIple locatIOns of the project m accordance WIth CIty of Coppell standards and speCIficatIOn "MultIple Conductor and Smgle Conductor Traffic SIgnal Cable and Wire", and NCTCOG standards. Measurement and Payment shall be made on the basIS of the bId pnce per Imear foot (LF) and shall be the total compensation for furnIshmg all labor, matenals, and eqUipment necessary to complete the work. 2.19 Pay Item #I-19A/B 1 Conductor #6 Gauge Bare Wire: ThIS work shall mclude the furnIshmg and mstallatIOn of 1 C #6 gauge bare WIre m multiple locations of the project m accordance WIth CIty of Coppell standards and speCIficatIOn "Multiple Conductor and Smgle Conductor Traffic SIgnal Cable and Wire", and NCTCOG standards. Measurement and Payment shall be made on the baSIS of the bId pnce per lInear foot (LF) and shall be the total compensatIOn for furnIshmg all labor, matenals, and eqUipment necessary to complete the work. 5-6 Description of Pay Items 2.20 Pay Item #I-20AIB 1 Conductor #8 Gauge Wire: ThIS work shall mclude the furnIshmg and mstallatIon of I C #8 gauge WIre In multiple locatIOns of the project m accordance WIth CIty of Coppell standards and specification "Multiple Conductor and Smgle Conductor Traffic SIgnal Cable and Wire", and NCTCOG standards. Measurement and Payment shall be made on the baSIS of the bId pnce per lInear foot (LF) and shall be the total compensatIOn for furnIshmg all labor, matenals, and eqUIpment necessary to complete the work. 2.21 Pay Item #I-21AIB 16 Conductor #12 Gauge Wire: ThIS work shall mclude the furnIshIng and mstallatIOn of 16C #12 Gauge WIfe In multiple IQcatIons of the project III accordance WIth CIty of Coppell standards and speCIficatIon "Multiple Conductor and Smgle Conductor Traffic SIgnal Cable and Wire", and NCTCOG standards. Measurement and Payment shall be made on the basIS of the bId pnce per lInear foot (LF) and shall be the total compensation for furnIshmg all labor, matenals, and eqUIpment necessary to complete the work. 2.22 Pay Item #I-22AIB 3 Conductor #14 Gauge Wire: ThiS work shall Include the furnIshmg and mstallatIon of 3C # 14 gauge WIre m multIple locatIOns of the project m accordance WIth CIty of Coppell standards and specification "MultIple Conductor and Smgle Conductor Traffic SIgnal Cable and Wire", and NCTCOG standards. Measurement and Payment shall be made on the baSIS of the bId pnce per hnear foot (LF) and shall be the total compensatIOn for funushmg all labor, matenals, and eqUIpment necessary to complete the work. 2.23 Pay Item #I-23AIB 5 Conductor #14 Gauge Wire: ThIS work shall Include the furnIshmg and mstallatIOn of 5C # 14 Gauge WIre In multIple locatIOns of the project m accordance WIth CIty of Coppell standards and specificatIOn "Multiple Conductor and Smgle Conductor Traffic SIgnal Cable and Wire", and NCTCOG standards. Measurement and Payment shall be made on the baSIS of the bId pnce per hnear foot (LF) and shall be the total compensation for furnIshmg all labor, matenals, and eqUIpment necessary to complete the work. 2.24 Pay Item #I-24AIB 7 Conductor #14 Gauge Wire: ThIS work shall mclude the furnIshIng and mstallatIOn of 7C # 14 Gauge WIre In multIple locatIons of the project In accordance WIth CIty of Coppell standards and specificatIon "MultIple Conductor and Smgle Conductor Traffic SIgnal Cable and Wire", and NCTCOG standards. 5-: Description of Pay Items Measurement and Payment shall be made on the basIs of the bId pnce per lmear foot (LF) and shall be the total compensatIon for furnIshmg all labor, matenals, and eqUipment necessary to complete the work. 2.25 Pay Item #I-25A/B Opticom Cable ThIs work shall mclude the furnIshmg and mstallatIOn of optIcom cable as recommended by the manufacturer In multiple locatIOns of the project m accordance WIth CIty of Coppell standards and specificatIOns. Measurement and Payment shall be made on the baSIS of the bId pnce per lmear foot (LF) and shall be the total compensatIon for furnIshmg all labor, matenals, and eqUIpment necessary to complete the work. 2.26 Pay Item #I-26A/B VIVDS Coaxial Cable: ThIS work shall mclude the furnIshmg and mstallatIon of VIVOS CoaxIal cable m multIple locations of the project m accordance WIth the appropnate details and speCIficatIOns, mcludmg TxDOT's SpeCial SpeCIfication 8970 Video Imagmg VehIcle DetectIOn System (VIVDS) Measurement and Payment shall be made on the basIS of the bId pnce per linear foot (LF) and shall be the total compensatIOn for furnIshmg all labor, matenals, and eqUipment necessary to complete the work. 2.27 Pay Item #1-27 A/B Power Service and Pedestal Equipment: ThIS work shall mclude the furnIshmg and mstallatIOn of power servIce and pedestal eqUipment m accordance WIth CIty of Coppell standards and speCIficatIOn "Power ServIce and ServIce EqUIpment and General System Winng Procedures", and NCTCOG standards. Measurement and Payment shall be made on the baSIS of the bId pnce per each (EA) and shall be the total compensatIon for furnIshIng all labor, matenals, and eqUipment necessary to complete the work. 2.28 Pay Item #I-28A/B Pedestrian Push Button and Sign Assemblies: ThIS work shall Include the furnIshmg and installation of pedestrian push button and sign assemblies m accordance WIth City of Coppell standards and specificatIOn "VehIcle and Pedestnan Detectors, Detector Amplifiers, Lead m Cable, Pedestnan Push Buttons, InstallatIOn Procedures", and NCTCOG standards. Measurement and Payment shall be made on the basIS of the bId pnce per each (EA) and shall be the total compensatIOn for furnIshmg all labor, matenals, and eqUipment necessary to complete the work. 2.29 Pay Item #I-29A/B Spread Spectrum Radio System: ThIS work shall mclude the furmshIng and mstallatIOn of spread spectrum radIO systems m accordance WIth CIty of Coppell standards and Spread Spectrum RadIO speCIficatIOns, and NCTCOG standards. 5-8 Description of Pay Items Measurement and Payment shall be made on the baSIS of the bId pnce, per each (EA) and shall be the total compensation for furnIshmg all labor, matenals, and eqUIpment necessary to complete the work. 2.30 Pay Item #I-30AIB Yagi Spread Spectrum Radio Antenna and Mounting Brackets: ThIS work shall mclude the furnIshmg and mstallatIon of YagI SSR antennas and mountmg brackets m accordance WIth CIty of Coppell standards and Spread Spectrum RadIO speCIficatIOns, and NCTCOG standards. Measurement and Payment shall be made on the baSIS of the bId pnce per each (EA) and shall be the total compensation for furnIshmg all labor, matenals, and eqUIpment necessary to complete the work 2.31 Pay Item #I-31AIB SSR Coaxial Cable: ThIS work shall mclude the furnIshmg and mstallatIOn of SSR coaxIal cable m multIple locations of the project m accordance With CIty of Coppell standards and Spread Spectrum RadIO speCIfications, and NCTCOG standards. Measurement and Payment shall be made on the basIS of the bId pnce per lInear foot (LF) and shall be the total compensatIOn for furnIshmg all labor, matenals, and eqUIpment necessary to complete the work. 2.32 Pay Item #I-32AIB Traffic Signal Foundations: ThIS work shall mclude the furnIshmg and mstallatIon of traffic SIgnal foundatIOns m accordance WIth the appropnate detaIls and speCIficatIOns, mcludmg Item 656 m TxDOT's 2004 Standard SpeCIfications for ConstructIon and Mamtenance of Highways, Streets and Bndges. Measurement and Payment shall be made on the baSIS of the bId pnce per linear foot (LF) and shall be the total compensation for furnIshmg all labor, matenals, and eqUIpment necessary to complete the work. 2.33 Pay Item #I-33AIB Video Imaging Vehicle Detection System: ThIS work shall mclude the furnIshmg and mstallatIon of VIdeo Imagmg vehIcle detectIOn systems m accordance WIth the appropnate details and speCIficatIOns, mcludmg TxDOT's SpeCial SpeCIfication 8970 Video Imagmg VehIcle DetectIon System (VIVDS) Measurement and Payment shall be made on the baSIS of the bId pnce per each (EA) and shall be the total compensatIOn for furnIshmg all labor, matenals, and eqUIpment necessary to complete the work. 2.34 Pay Item #I-34AIB Opticom Detector Phase Selector: ThiS work shall mclude the furnIshmg and mstallatIon of optIcom detector phase selectors m accordance WIth the appropnate detaIls and speCIficatIons, mcludmg the Emergency Management Response System speCial speCIficatIon. 5-9 Description of Pay Items Measurement and Payment shall be made on the baSIS of the bId pnce per each (EA) and shall be the total compensation for furmshmg all labor, matenals, and eqUipment necessary to complete the work. 2.35 Pay Item #I-35AIB Uni-Directional Opticom Detector: ThIS work shall mclude the furnIshmg and mstallatIOn of um-dIrectIOnal optIcom detectors m accordance With the appropnate detaIls and specIficatIOns, mcludmg the Emergency Management Response System special specIficatIOn. Measurement and Payment shall be made on the baSIS of the bId pnce per lInear foot (LF) and shall be the total compensatIon for furnIshmg all labor, matenals, and eqUIpment necessary to complete the work 2.36 Pay Item #I-36AIB UPS System: ThIS work shall mclude the furnIshmg and mstallatIon of an unmterrupted power supply system, Clary CorporatIon, Model SP-I000, or equal WIth a SIX battery cabmet m accordance WIth the appropnate detaIls and specIficatIOns, mcludmg TxDOT SpecIficatIon. Measurement and Payment shall be made on the baSIS of the bId pnce per each (EA) and shall be the total compensatIon for furmshmg all labor, matenals, and eqUIpment necessary to complete the work. 2.37 Pay Item #1-37 AIB Traffic Signal Confirmation Lights: ThIS work shall mclude the furnIshmg and mstallatIon of traffic sIgnal confirmatIOn lIght assemblIes WIth clear globe on the mast arms and m the locations as deSIgnated by the Owner Contractor shall furnish and mstall Pelco Part Number SM-0286 traffic sIgnal confirmatIOn lIghts, or equal. Measurement and Payment shall be made on the basIS of the bId pnce per each (EA) and shall be the total compensation for furnIshmg all labor, matenals, and eqUIpment necessary to complete the work. 2.38 Pay Item #I-38AIB Furnish and Install Illuminated Street Name Signs: Tlus work shall mclude the furnIshmg and mstallatIon of Illummated street name SIgns m accordance WIth the appropnate specIficatIons. Measurement and Payment shall be made on the baSIS of the bId pnce per each (EA) and shall be the total compensatIon for furnIshmg all labor, matenals, and eqUIpment necessary to complete the work. 2.39 Pay Item #I-39AIB Installation of Standard Street Name Signs: ThIS pay Item shall conSIst of the furnIshmg and mstallatIOn of standard street name SIgns at the locatIOns speCIfied by the Owner 5-10 Description of Pay Items Measurement and Payment shall be made on the baSIS of the bId pnce per Lump Sum (LS) and shall be the total compensation for furnIshmg all labor, matenals, and eqUIpment necessary to complete the work. 2.40 Pay Item #I-40AJB Furnish & Install Pavement Markings: ThIS pay Item shall conSIst of the furnIshmg and mstallatIOn of pavement markmgs as mdIcated m the plans Markmgs shall be placed m the locatIOn shown m the plans and m accordance WIth the City of Coppell standard detaIls. Pavement markmg matenal (buttons, stnpes, arrow, etc) shall be m accordance WIth CIty standards as outlmed m the appropnate details. Measurement and Payment shall be made on the basIs of the bId pnce per Lump Sum (LS) and shall be the total compensatIOn for fumlshmg all lahor, matenals, and eqmpment necessary to complete the work. 2.41 Pay Item #I-41AJB Remove Existing Traffic Signal: ThIS pay Item shall conSIst of the removal of the eXIstmg traffic SIgnal at the mtersectIOn of Belt Lme Road and MacArthur Blvd. Once the new sIgnal IS m place and operatIonal, the old SIgnal can be dIsmantled and removed. Under thIS pay Item, the contractor shall dIsassemble the SIgnal, and deliver the followmg components to the City of Coppell servIce center located at 816 S Coppell Road Left turn poles and SIgnal heads, Contents of Controller Cabmet. DelIvery of the salvaged components shall be coordmated WIth the Traffic Control DIVISIon. They can be reached at 972-462-5150 All other components shall be removed from the City of Coppell and properly dIsposed of. All concrete foundatIons shall be broken down to a level at least two feet below the adjacent grade, and the VOids shall be filled WIth matenal to match the adjacent matenal. If the foundatIon was In a concrete medIan nose, It shall be backfilled and compacted to 95% and have concrete poured to match the eXIstmg, If It IS m a grass area, It shall have block sod of the same matenal placed. All ground boxes and WIre shall be removed, and the VOids filled, and the surface treated to match the adjacent fimsh. The only components that may remam from the ongmal mstallatIOn are the traffic 190ps m the street, and the underground condUIt. The underground condUIt should be plugged at all exposed ends pnor to backfillmg. Measurement and Payment shall be made on the baSIS of the bId pnce per Lump Sum (LS) and shall be the total compensatIon for furnIshmg all labor, matenals, and eqUIpment necessary to complete the work. 5-11 Description of Pay Items SECTION 6 TECHNICAL SPECIFICATIONS AND DESCRIPTION OF PAY ITEMS - THE CITY OF COPPELL .~*~>f !: ~ q .t1\1; \& SECTION 6 CONTENTS: TS 2 CABINET ASSEMBL Y Page 6-2 FULL Y-A CTUA TED SOLID STATE CONTROLLER UNIT Page 6-12 UPLOAD-DOWNLOAD DEVICE Page 6-29 SPECIFICATION FOR MAST ARM POLE ASSEMBLY Page 6-30 POL YCARBONA TE RESIN TRAFFIC SIGNAL HEADS Page 6-34 UNDERGROUND TRAFFIC SIGNAL REQUIREMENTS Page 6-40 MULTIPLE CONDUCTOR AND SINGLE CONDUCTOR TRAFFIC SIGNAL CABLE AND WIRE Page 6-46 PHYSICAL PROPERTIES OF POLYVINYL CHLORIDE JACKET Page 6-53 POWER SERVICE & SERVICE EQUIPMENT / GENERL SYSTEM WIRING PROCEDURES Page 6-60 RETROREFLECTIVE PREFABRICATED PA VEMENT MARKINGS Page 6-33 TS2- TYPE 2 CABINET SPECIFICATIONS 1.0 TS 2 CABINET ASSEMBLY 1 I ThIS specIficatIOn descrIbes the mmImum acceptable reqUIrements for a TS 2 cab met assembly to house a NEMA TS 2 Type 2 solId state full-actuated controller umt. The assembly shall mclude the cabmet, flasher, card rack(s), an MMU, an external power supply, and SIX flash transfer relays. For cabmet assemblIes of configuratIOn 4 (16 posItIOn), the assembly shall mclude 16 load SWItches and for cabmet assemblIes of configuratIon 3 (12 posItion), the assembly shall mclude 12 load SWItches. 1.2 Cabinet Design Requirements I 2 1 The cabmet shall be constructed usmg unpamted sheet alum mum WIth a mmImum thIckness of 3 2 mm. No wood, wood fiber products, or other flammable materIal shall be used m the cabmet. All welds shall be neat and ofumform conSIstency I 2.2 The SIze of the cabmet shall be a SIze 6 base mount as defined by TS 2 Clause 7 3 of the NEMA Standard PublIcation TS 2 - 1992, as speCIfied by the plans The load bay shall be configuratIon 4 (16 pOSItion), as speCIfied by the plans Cabmet SIze of Cabmet Backpanel Config SIze of Load Bay OptIOns Option I 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 IS 2 ConfiguratIon 4 16 pOSItIon load bay SIze 6 1.2 3 Two alummum-lIftmg eyes or ears shall be attached to the cab met WIth a smgle camage bolt or dual camage bolts each to permIt lIftmg the cabmet WIth a slmg. The corners of each eye or ear shall be rounded and m the down pOSItIOn when shIpped. 1.2 4 VertIcal shelf support channels shall be proVIded to permIt adjustment of shelf locatIOn III the field. The channels shall have a smgle contmuous slot to allow shelves to be placed at any heIght wIthm the cabmet. Channels WIth fixed notches or holes are not acceptable. 6-1 Technical Specifications & Description of Pay Items 1.2 5 Each cabmet shall be eqUIpped wIth an extra set of umstrut channels or a keyhole panel on eIther sIde of the front sectIOn of the cabmet to permIt the purchaser to mount addItIonal eqUIpment as necessary I 26 Shelves shall be at least 330 mm deep and be located m the cabmet to provIde a 125 mm clearance between the back of the shelf and the back of the cab met. A 38-mm drawer shall be proVIded m the cabmet, mounted dIrectly beneath the controller support shelf The drawer shall have a hmged top cover and shall be capable of storIng documents and mIscellaneous eqUipment. ThIS drawer shall support to 22 5 kg m weIght when fully extended. The drawer shall open and close smoothly Drawer dImenSIOns shall make maXImum use of aVailable depth offered by the controller shelf and be a mmImum of 600 mm. 1.2 7 Two shelves shall be proVIded m the cabmet and shall be at mImmum 305 mm apart m heIght. There shall be suffiCIent shelf space to accommodate a controller umt 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 umt, MMU, card racks, and power supply shall be placed on the shelves m such a manner that suffiCIent ventilatIon IS proVIded to all components. Labels showmg the proper placement of each component shall be proVIded along the shelves to ensure proper placement. I 2 8 The cabmet shall be vented and cooled by 2 thermostatIcally controlled fans The fans shall be a commercially aVailable model WIth a capacIty of at least 27m3 Imm. The thermostats shall be adjustable range of 200C to 430C A press-to-test SWItch shall be prOVIded to test the operatIon of the fans 1 2 9 The cabmet shall be proVIded WIth a umque five dIgIt serIal number WhICh shall be stamped dIrectly on the cab met or engraved on a metal or metalIzed mylar plate, epOXIed or nveted WIth alummum rIvets to the cabmet. The dIgItS shall be at least 5 mm m heIght and located on the upper nght SIdewall of the cabmet near the front. 1.3 Cabinet Door 1 3 1 The cabmet shall be provided with one door in front that will proVIde access to the cabmet. The door shall be prOVIded WIth three hmges WIth non-removable stamless steel pms, or a full-length piano hmge WIth stamless steel pms spot welded at the top of the hmge The hmges shall be mounted so that It IS not pOSSIble to remove them from the door or cab met WIthout first opemng the door The bottom of the door openmg shall extend at least to the bottom level of the back panel The door and hmges shall be braced to WIthstand a 74-kg per vertIcal meter of door heIght load applIed to the outer edge of the door standmg open There shall be no permanent deformatIOn or Impairment of any of the door or the cabmet body when the load IS removed. 1 3 2 The cabmet door shall be fitted WIth a Number 2 Corbmlock and a stamless steel handle WIth a 16 mm (mImmum) dIameter shaft (or eqUivalent cross-sectIOnal area for a square 6-3 Technical Specifications & Description of Pay Items shaft) and a three pomt 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 cab met. A gasket shall be provIded to act as a permanent dust and weather resIstant seal at the controller cab met door facmg. The gasket matenal shall be of a nonabsorbent matenal and shall mamtam ItS reSIlIency after long term exposure to the outdoor enVIronment. The gasket shall have a mmImum thIckness of 6.25 mm. The gasket shall be located m a channel provIded on the cabmet or on the door(s) An "L" bracket IS acceptable m lIeu of thIS channel If the gasket IS fitted snugly agamst the bracket to msure a umform dust and weather reSIstant seal around the entire door facmg Any other method IS subject to purchaser approval dunng mspectIOn of an order I 3 3 A lockmg aUXIlIary polIce door shall be proVIded m the door of the cab met to provIde access to a panel that shall contmn a sIgnal c;;hutoown c;;wltch, a "lgnal flash sWItch, a manual-automatIc sWItch, and a manual advance push-button sWItch on a SIX foot retractable cord. Manual control of the controller umt from the polIce door shall ovemde any external control (external lOgIC, etc ) m effect when the Manual-AutomatIc sWItch IS m the manual pOSItion. Each actuation of the manual advance push-button sWItch shall advance the controller to the next mterval Manual control shall not ovemde 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 I 3 4 The mtake for the vent system shall be filtered WIth a permanent air filter The mImmum 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 entenng the cabmet must pass through the filter The cabmet openmg for mtake of aIr shall be large enough to use the entire filter The air mtake and exhaust vent shall be screened to prevent entry of msects. The screen shall have openmg no larger than 8 I mm2 The total free aIr opemng of the exhaust vent shall be large enough to prevent exceSSIve back-pressure on the fan. 1.4 Wiring 1 4 1 All wmng wIthm the cabmet shall be neat and routed such that opemng and closmg the door or ralSlng or lowenng the back panel WIll not tWIst or cnmp the wlflng. All wlflng harnesses shall be eIther braided, sheathed m nylon mesh sleevmg, or made of PVC or polyethylene msulated jacketed cable Wmng leadmg to the cabmet door shall be sheathed m nylon mesh sleevmg or be PVC jacketed cable only 1 4.2 SIze A. All conductors between the mam power CIrCUIt breakers and the SIgnal power bus shall be a mImmum SIze lOA WG stranded copper All conductors carrymg mdIvIdual sIgnal lamp current shall be a mmImum SIze 14 A WG stranded copper All AC servIce lmes shall be of suffiCIent SIze to carry the maXImum current of the CIrCUIt or CIrCUIts they are prOVIded for Mimmum cabmet conductor WIre SIze shall be 22 A WG stranded copper All wlflng and msulatIOn shall be rated for 600 V or greater 6-4 Technical Specifications & Description of Pay Items B Conductors for AC common shall be whIte Conductors for eqUIpment groundmg shall be green. All other conductors shall be a color dIfferent than the foregomg. C No P C boards wIll be allowed on the back panel of the cabmet. All wmng must be done from the ABC Harnesses to the Back Panel usmg standard 19-9auge wmng. I 43 A bamer termInal block wIth a mmImum of three compreSSIOn fittmg termmals desIgned to accept up to a #4 A WG stranded WIre shall be proVIded for connectIOn of the AC power lmes The block shall be rated at 50 Amperes I 4 4 All termmals shall be permanently Identified m accordance wIth the cabInet wmng (l1agram usmg an anoct17ed "Ilk "creenmg process on the alumInum p<lnel 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 stnp as possIble A. Each controller mput and output functIOn shall be dIstmctly Identified wIth no obstructIOns, at each term mal pomt In the cabmet, wIth both a number and the functIOn desIgnatIOn. The same IdentificatIOn must be used conSIstently on the cabmet wlflng dIagrams. The back panel shall be WIred and labeled accordmg to the TS2-1992 speCIficatIOn MODE 6 - User defined va WhICh converts eXIstmg unused TS 1 Inputs to extra vehIcle detectors and preempts. B Each load SWItch socket shall be IdentIfied by phase number, overlap number, and pedestnan phase number as applIcable No cab met eqUIpment, Includmg 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 wIthm the cabInet shall be dIstmctly IdentIfied by functIOn on the connector end E The flasher socket shall be dIstmctly IdentIfied WIth no pOSSIble obstructIon. F All other sockets needed wIthm the cabmet to fulfill the minimum requirements of the InVItatIOn to BId, or attachments thereof, shall be dlstmctly IdentIfied. I 4.5 The controller umt harnesses (ABC plugs) shall be long enough to reach any pomt 400 mm above the tImer shelf The conflIct mom tor harness and any reqUIred aUXIlIary harness shall reach 600 mm from the conflIct momtor shelf I 46 An unused, spare termInal block provIdmg ten termInals shall be prOVIded. ThIS block shall be double 8-32 X 5/16" bmder head screw deSIgn WIth shortIng bars. These termInal stnps shall be located on the lower thIrd of eIther SIde of the cabmet. 1 47 Copper ground buses shall be proVIded for both the power supply neutral (common) and chaSSIS ground Each bus bar must prOVIde a mmImum often unused termmals WIth 8-32 X 5/16" or larger screws The AC neutral and chaSSIS ground buses shall be jumpered together WIth a mImmum #10 A WG WIre 6-5 Technical Specifications & Description of Pay Items 1 48 A 20 Ampere and a 50 Ampere thermal type CIrCUIt breaker shall be mounted and wIred III the cabmet. The 20 ampere breaker shall protect the base hght, trouble lIght, GFCl 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 "0" QUO 150 Senes, no other brand wIll be allowed. I 4 9 The CIrCUIt breakers shall be eqUIpped wIth solderless connectors and mstalled on the fIght sIde wall (facmg the cabmet) or lower nght hand sIde of the back panel mSIde the cab met. The breakers shall be eaSIly accessIble The breakers shall be posItioned so that the ratmg markmgs are VISIble I 4 10 A Ground Fault CirCUIt InterruptIOn (GFCI) type duplex receptacle shall be mounted and WIred m the lower nght sIde wall of the cabmet. An addItional duplex receptacle (for use WIth commumcatIOns modems) shall be mounted and WIred m the upper left sIde of the cab met behmd the preempt/interconnect panel These receptacles shall be WIred on the load sIde of the 20 Amp CIrCUIt breaker 1 4 11 The above breakers are m addItion to any aUXIlIary fuses WhICh may be furnIshed WIth the controller to protect component parts, such as transformers, etc I 4 12 The load sIde of the mam CIrcuIt breaker shall be protected by a two stage hghtnmg surge suppresser, eqUIvalent to the EDCO ACP340 (WIth LED mdIcatIOn along WIth a set dry contacts for alarm capabIlItIes to mdIcate proper operatIon) I 4 13 The suppresser ground connectIOn shall be connected to the cabmet by means of a short, heavy copper ground strap The strap shall be bonded to the cabmet. 1 4 14 The suppresser shall be connected to the lme filter as recommended by the manufacturer Number lOA WG or larger WIre shall be used for connectIOns to the suppresser, lme filter and load SWItch bus. I 4 15 A fluorescent lIght, WIth SWItch and a rapId start ballast, shall be mstalled m the cabmet. ThIS lIght shall be turned on when the cab met door IS opened, and turn off when the cabmet door IS closed. An MOV or other such tranSIent suppreSSIOn deVIce shall be placed across the AC power mput to the lIght. I 4 16 A radIO frequency mterference (RFI) suppresser shall be proVIded and mstalled 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 mmImum attenuatIOn of 50 deCIbels over the frequency range of 200 KIlohertz to 75 Megahertz. 1 4 17 TranSIent suppreSSIOn deVIces shall be placed on the coil sIde of all relays III the cabmet. DC relay coIls shall have, as a mImmum, a reversed bIased dIOde across the cOIL AC 6-6 Technical Specifications & Description of Pay Items relays shall have MOV's or eqUIvalent suppreSSIOn across theIr cOlIs. RC networks are acceptable One suppreSSIOn devIce shall be supplied for each relay 1 4 18 Except where soldered, all WIres shall be provIded WIth lugs or other approved term mal fittmgs for attachment to bmdmg posts InsulatIOn parts and WIre msulatIOn shall be Insulated for a mInImUm of 600 volts I 4 19 The outgomg traffic control sIgnal CIrCUIts shall be of the same polanty as the lme SIde of the power source 1 4.20 A sWItch shall be proVIded on the mSIde face of the cabmet door that shall be labeled Test-Normal. When the sWItch IS m the Normal pOSItion, call for flashmg operatIon shall remove the power from the' controller Unit When the sWItch IS III the Test pOSItIOn, the call for flashmg operatIOn shall permIt the controller umt to contmue to run so that Its operatIon can be observed. I 4 21 A SWItch shall be proVIded near the Test-Normal SWItch to cause the controller umt, and any aUXIlIary eqUIpment, to stop tImmg. It shall be labeled "STOP TIMING" I 4.22 The cabmet shall be WIred so that activatIOn of the MMU wIll cause the controller umt, and any aUXIlIary eqUIpment, to stop tImmg. 1 4.23 ConflIct and manual flash shall be WIred for all red. I 4.24 The cabmet shall be deSIgned and eqUIpped WIth enough transfer relays for the purchaser to change any maIn street mdIcatIOns (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, usmg only SImple tools. 1 4.25 Transfer relays shall be the plug-m type manufactured by Magnecraft or eqUIvalent. The relays shall have contacts a mmImum of 3/8" dIameter m SIze and shall be rated at a mImmum of 30 Amps 102/240 V AC, 20 Amps 28 VDC 1 4.26 The red enable and remote reset from the conflIct mom tor shall be term mated on the face of the back panel 1 427 A 75 Amp, solId state relay shall be WIfed 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 smk deSIgned to allow maXImum current flow at 74 C WIthout damagmg the relay 1 4.28 All exposed AC wmng pomts, mcludmg 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 m thIS speCIficatIOn, wmng at term mal stnps IS exempt from thIS reqUIrement. 6-7 Technical Specifications & Description of Pay Items 1 4.29 An Input pomt shall be provIded on the back panel to allow external reset of the MalfunctIOn MomtorIng Umt. 1 4 30 The load sWItch outputs shall be brought out through posted 10-32 X 5/16" bmder head screw termmals. FIeld wlflng for the sIgnal heads shall be connected at thiS term mal strIp I 431 The cabInet shall be eqUipped WIth an auxIhary power connector to plug m a generator for electncal serVIce The CIrcUIt shall be actIvated by the presence of 120 V AC generator hne 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 cabmet and shall allow a plug to be present WIth the access door closed and locked. 2.0 DETECTOR PANEL AND CARD RACK 2 1 The cabInet shall have a 20 loop detector panel mounted on the left SIde of the cabInet. ThIS panel shall provIde for all connectIOns between loops at the street and the detector amphfiers as descrIbed m the followmg sectIOns. 2 2 Detector Card Rack 2 2 I The card rack shall have 12 pOSItIons (10 slots for vehIcle, 2 slots for OptIcom preemptIon) The detector card rack shall have a ngId frame and shall be fabncated from alum mum and shall have slots set m 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 cabmet shelf. It shall be pOSSIble to unbolt the rack usmg SImple tools. 2.2.3 All wlflng to the rack shall be labeled and neatly run to other parts of the cabInet and detector termmatIon panel 2.2 4 The slots shall be numbered 1 to 10 for loop amphfiers 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 mdIvidual channel. 2.2.5 The Detector DC Supply shall be bussed to a common pomt and WIfed to the IntersectIon Detector Panel 2 2 6 The ChaSSIS Ground shall be bussed to a common pomt and WIred to the Detector Panel 2 2 7 The LOgIC Ground shall be bussed to a common pOInt and WIred to the Detector Panel. 2.3 Detector Panel 6-8 Technical Specifications & Description of Pay Items 2 3 1 The Detector Panel shall provIde all connectIOns between the detector loops and the detector amplifiers as well as all necessary preemption mputs and hardwIre commUnIcations termmals 2 3 2 The panel shall be constructed of 3 2 mm alummum. 2 3 3 The panel shall contam a 76 mm honzontal slot m each comer to accommodate 6 3 mm mountmg bolts. 2 3 4 All mputs from the loops shall be brought through posted 10-32 X 5/16 mch bmder screw termmals or 8-32 X 5/16 mch bmder screw termmals 2 1 5 Each loop pair shall he protected hy lightning surge suppresser The suppressers must he mounted behmd the panel usmg feed through screw termmals to attach the suppressers 2 3 6 Each detector wIll have a test sWItch such that when the sWItch IS closed, a callIS placed upon that detector mput. The test sWItch wIll have three pOSItIons, no effect, permanently on, and momentanly on. 2 3 8 A chassIs ground bus bar shall be provIded on the panel and connected to the cabmet by an msulated braided copper ground strap The strap shall be bonded to the cabmet. 3.0 PREEMPT 1 COMMUNICATION PANEL 3 1 A preempt 1 commumcatIOn panel shall be part of the detector panel and provIde all mterface CIrcUIts and wlflng for preemptIOn and commumcatIOn functIOns. The panel shall be located on the left SIde of the cabmet mtenor 3 2 Three mput relay CIrcUIts, WIth 120 V AC coIl and contacts rated for the applIcatIOn, shall be provIded on the preempt panel These CIrCUItS shall be used to Isolate the mcommg preempt commands from the controller umt lOgIC CIrcUItry The CIrcUIts shall be programmable to operate WIth eIther a normally open or normally closed relay contact by jumpers on a term mal stnp A bamer stnp protected from accIdental contact by serVIce personnel shall be supplied to connect the external mput. It shall be pOSSIble to use eIther a neutral or hot 120 V AC mput. Relays used shall be plug-m Potter Brumfield KI0P senes/Magnecraft W-78 senes or mterchangeable eqUIvalent. The relays shall be mounted m relay sockets 3 3 Adequate protectIOn of the mput relay CIrcUIts as well as the preemptor CIrcUItry shall be provIded to elImmate damage or false preemptIOn commands caused by lme tranSIents or IIghtnmg surges. The deVIces shall have a mImmum ratmg of 20 Joules. 3 4 Three momentary test SWItches, one for each preempt CIrcUIt, shall be provIded on the preempt panel. The operator shall not be exposed to hazardous voltages durmg operatIOn of the test SWItches 6-9 Technical Specifications & Description of Pay Items 3 5 All necessary mterconnectIOn cables and mountmg hardware shall be provIded. 3 6 There shall be a sWItch on the preempt/commumcatIOn panel, whIch shall release the local controller to operate m an Isolated, full-actuated manner, when necessary for mamtenance purposes The sWItch posItions shall be labeled "SYSTEM" and "FREE" 3 7 Termmal connectIOns for 3 tWIsted pair commumcatIon lines and one telephone lme shall also be provIded. The protectIOn will conSIst of senes 25 ohm resIstors, 15 volt transorbs, and other devIces, whIch allow protectIOn mcludmg pnmary overvoltage protection, resettable overcurrent protectIon, secondary clampmg voltage protectIOn, and fast tranSIent filtermg The secondary overvoltage stage shall allow peak voltages of no more than 250 volts. The fast tranSIent filtenng stage shall prOVIde no less than 40 dB/decade of attenuatIOn to tranSIents above the reqUIred pass band The protectIon shall be proVIded m an mtegrated closure WIth eIght (8) mput/output termmatIOns and ground connectIOn. 4.0 POWER SUPPLY 4 1 The power supply shall be a shelf mounted, enclosed, 24 VDC power supply m accordance to Clause 5 3 5 of the NEMA Standards PublIcatIOn TS 2-1992 42 One power supply cable per power supply shall be furnIshed and mstalled m each cabmet. The WIres shall be termmated to bus bars, termmals on the front of the back panel, detector panels, or connector as appropnate The connectIons shall be WIth forked spade lugs or otherwIse as needed. Each mdIvIdual WIre shall be cut to the length reqUIred to reach the pomt at whIch It IS to be connected. 5.0 TWO CIRCUIT SOLID ST ATE FLASHER 5 1 The solId state, two CIrCUIt flasher shall meet the electncal and phYSIcal characterIstics deSCrIbed In Clause 6 3 of the NEMA Standards PublIcatIOn TS 2-1992 The flasher shall be Type III (dual CIrCUIt rated at 15 Amps per cIrcUlt) unit and so constructed that each component may be readIly replaced if needed 5 2 The two CIrCUIt flasher shall be of solId state deSIgn and contam no electro-mechamcal devices. 6.0 LOAD SWITCH 6 1 The sohd state load SWItches shall meet the reqUirements set forth In Clause 6.2 of the NEMA Standards PublIcation TS 2-1992, and shall be "TrIple-SIgnal Load SWItch" type 6 2 An mdIcator hght for each CIrCUIt shall be proVIded m each load SWItch. The mdIcator lIght shall be on when a "Low Voltage ActIve" mput to the load SWItch IS present. 6-10 Technical Specifications & Description of Pay Items 7.0 CABINET CONFIGURATIONS 7 1 A cabmet that IS ordered "WITH NO COMPONENTS" WIll be eqUIpped wIth the cabmet assembly only ThIS will mclude all panels as specIfied, completely wIred and ready to accept all necessary plug m components ThIS cab met WIll not mclude controller, conflIct mom tor, detector cards, power supply, load sWItches, flasher, or flash transfer relays 7 2 A cabmet that IS ordered "COMPLETE" WIll be eqUIpped wIth the cabmet assembly and all necessary plug m components mcludmg TS2 Type 2 Controller, wIth a full rack of components. 6-11 Technical Specifications & Description of Pay Items SPECIFICATIONS FOR FULLY-ACTUATED SOLID STATE CONTROLLER UNIT (TS-2) WITH TIME BASED COORDINATION, PREEMPTION, AND CLOSED LOOP OPERATION 1.0 SCOPE I I ThIS specIfication sets forth the mInImUm reqUIrements for a shelf-mounted (16) sIxteen-phase full-actuated solId state controller UnIt wIth Internal Time-Based CoordInation (TBC), railroad/fire (emergency vehIcle) preemptIOn and closed loop secondary operation. 2.0 CONTROLLER UNIT 2 I 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 A TMS software 2 2 The controller UnIt shall meet both the reqUIrements of NEMA Standards PublIcatIOns TS-2-1992 (TS 2), TS 3 4-1996 (TS-3 4), and TS 3 5-1996 (TS-3 5) TS-3 4 and TS-3 5 are also referred to as the National TransportatIOn CommUnICatIOns for ITS protocol (NTCIP) In the event of conflIct, dIfference, or dIscrepancy, these reqUIrements shall govern. These speCIficatIOns are applIcable to eIther a TS 2 Type I Interface or TS 2 Type 2 Interface, as defined In the bId documents 23 Each controller UnIt shall bear the manufacturer's name or logo, model number, date of manufacture and UnIque senal number permanently and neatly dIsplayed on the front of the controller 2.4 Hardware Design Requirements - NEMA Controller 2 4 1 The controller UnIt shall be completely solId state and dIgItally timed. All user programmable functions may be entered VIa front panel keyboard entry, or remotely by use of Interface software Use of DIP or "pencIl SWItches" WIthIn the controller IS unacceptable All timIng shall be referenced to the 60 Hz power lIne operatIng frequency defined In TS-2 S2 1 3 2 4.2 The overall phYSIcal dImensIOns of the controller UnIt shall not exceed 305 mm H, 440 mm W, 305 mm D 6-12 Technical Specifications & Description of Pay Items 243 Both TS 2 Type I and TS 2 Type 2 controllers shall be supplIed wIth Port I SDLC and Port 2 RS-232 connectIOns, as defined by TS 2 S3 3 I I and S3 3 2 Port 3 shall be capable of FSK modem commUnIcations wIth a DB9, 9-pIn FSK connector, unless radIO modem or fiber optic modem commUnICatIOns are speCIfied In the plans. In that event, a DB9, 9 pIn RS-232 or DB25, 25 pIn RS 232, ST fiber, or RJ-ll standard data connectors shall be prOVIded, as appropnate 244 The controller UnIt deSIgn shall utilIze one or more pnnted CIrCUIt boards (PCB's) All PCB's shall be sIlk-screened WIth component locatIOns, the manufacturers name or logo, board part number, and reVISIOn level All PCB's shall be deSIgned to plug Into or out of a motherboard or harness WIthIn the UnIt. The power supply, transformers, capaCItors, and heat dISSIpatIng components are excepted from thIS reqUIrement. The pnweT "llpply "hall be a lmear "tyle deSIgn. 2 4 5 The deSIgn shall allow for removal or replacement of PCB's WIthout unpluggIng or removIng other CIrCUIt boards. 2 4 6 The UnIt shall be deSIgned so that one sIde of each PCB can be completely acceSSIble for troubleshootIng and testIng the UnIt whIle It IS still operatmg. ThIS may be accomplIshed by aid of extender boards or cables. ThIS reqUIrement applIes to only one CIrCUIt board at a tIme 247 No more than two PCB's shall be attached to each other to constitute a CIrCUIt sub- assembly AttachIng hardware shall utilIze captive nuts or a SImIlar method to secure the boards together The controller assembly shall be deSIgned so that It can be tested and operated WIth the PCB's separated. 248 No CIrCUIt cuts shall be allowed on PCB's m any of the eqUIpment supplIed Any WIfe Jumpers Included on CIrCUIt boards shall be placed m plated feed through holes that are speCIfically deSIgned to contam them. Jumpers that are tack soldered to CIrCUIt traces, or are added to correct board layout errors, are unacceptable 249 All Ie's WIth 14 or more pms shall be mounted m machIne tooled sockets. All sockets shall have two-pIece, machmed contacts and closed end construction to eltmmate solder wIckmg. The outer sleeve shall be brass WIth tm or gold platmg and tapered to allow easy IC msertIOn. The Inner contact shall be gold finIshed, beryllIum copper sub-plated nIckel All sockets shall have thermoplastic bodIes meetmg UL SpeCIficatIOn 94 V-O Zero msertIOn force sockets wIll not be allowed. 2 4 10 Each of the followmg shall be SImultaneously dIsplayed dUrIng standard NEMA dual rIng operation on the face of the UnIt 6-13 Technical Specifications & Description of Pay Items I) Phase( s) m serVIce (one per Tlng) 2) Phase(s) next to be servIced (one per Tlng) 3) Presence of vehIcle call (one per phase) 4) Presence of pedestnan call (one per phase) 5) Recalls on vehIcle phases (one per phase) 6) Reason for Green termmatIOn (one per Tlng) ( I) Gap-out (2) MaxImum time-out (3) Force-off 7) PedestrIan serVIce (one per Tlng) 8) Max II m effect (one per Tlng) ? 4 11 1 r"er programmed entTle" "h::tll hf' "tmed ann mamtamprl m non-volatIle memory Battery power does not satisfy the reqUIrements of thIS sectIon. 2 4 12 The controller UnIt shall be desIgned to operate properly wIth the logIc ground Isolated from the AC neutral (common) power lead. 2 4 13 A hIgh qualIty keyboard wIth a rated lIfetime of 1 X 106 operations per key shall be provIded on the front panel of the controller UnIt. The keyboard shall be used for programmmg all user-entered tImmgs and settmgs. 2 4 14 A dIfect readmg alphanumeTlc lIqUId crystal dIsplay wIth back lIghtmg, mInImUm SIze of 40 character by 4 lmes, shall be provIded on the front panel of the controller umt. The dIsplay shall be clearly readable m ambIent lIght, mternal cab met lIght, full sunlIght, or m absence of lIght from a dIstance of 1 0 meters at a 450 angle The dIsplay shall have an automatic, user adjustable, time-out feature The dIsplay shall remam clearly vIsIble through the full TS-2 92 I 5 I operatmg temperature range of _340 C, to +740 C 24 15 All I C ChIpS shall be mounted m sockets Dual-m-Ime (DIP) deVIces shall be mounted m mIlItary specIficatIOn sockets, Augat part number 8xx-AG 11 D All sockets shall have two-pIece, machmed contacts and closed end constructIOn to elImmate solder wlckmg. The outer sleeve shall be brass WIth tm or gold platmg and tapered to allow easy I.C msertIOn. The Inner contact shall be beryllIum copper sub-plated WIth nIckel and plated WIth gold. All sockets shall have thermoplastic bodIes meetmg UL SpeCIfication 94 V -0 Each I C socket contact shall be plated WIth at least 50 mIcrons of gold. 2 4 16 Controller software shall utilIze flash prom memory storage technology to allow updates of software by uploaded and transferrIng the data Via Port 1 or Port 2 on the front panel of the controller New program updates shall not reqUIre the phYSIcal removal or exchange of any hardware Items such as memory modules or mtegrated CIrCUIt ChIPS, wIthm 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 connectmg the upload/download UnIt to a commUnIcation port on the controller and transferrmg the new firmware from files on the PC to the controller's FLASH PROM memory The components shall accept a mInImUm of 1000 firmware updates. The followmg components shall be supplIed to accomplIsh the firmware update IBM PC compatible software program to accomplIsh the transfer wIth a venficatIOn routme RS232 cable for mterconnectmg the upload/download UnIt to the controller/On-Street master One (I) copy of the Instruction manual for the entire process 2.5 Time Clock 25 I The clock shall use the SIxty (60) Hz power lIne frequency as time base when AC power IS present over the 89-135 V AC range defined by TS-2 92 1.2 A super capaCItor shall mamtam the tIme-of-day clock and dIgItal data dunng a power outage lastmg up to 2 consecutive days. The use of battenes IS unacceptable as means of complIance WIth thIS section. 2 5 2 The Time Base clock shall be maIntaIned to wIthm ::!:: 0 005 % at 200 C and to WIthIn a ::!:: 0 02 % over the full speCIfied operatmg temperature range, as compared to Coordmated UnIversal Time (WWV) standard for a penod of thIrty days, dunng penods when AC power IS not applIed. 2.6 Clock/Calendar Programming Requirements 26 1 The clock shall be eaSIly set to the year, month, day of month, day of week, hour, mmute, and second. 2 6 2 Automatic DaylIght Savmgs TIme adJustment shall be a sWItchable keyboard menu optIOn. 2 6 3 The dates for fixed and floatIng holIdays and speCIal events shall be keyboard user programmable 2 6 4 Calendar adJustments for leap years shall be performed automatically by the controller 2 6 5 The clock shall store sequences of operations m 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 1-7 1-15 Entry 1 actIOns " " " " " 255 " " " " Entry 255 actIOns 2 6 6 The structure and mterrelatIonshIps of each type of program shall be m accordance WIth thIS sectIOn 2 6 6 1 A day plan shall conSIst of the followmg Hour Mmute Action I (time to Implement. actIon to Implement) Hour Mmute Action 10 (time to Implement. actIOn to Implement) Where each action IS unIque There shall be a mInImUm of ten actIOns ~ day plan. There shall be a mInImUm of 12. day plans 2 6 6 2 Each actIOn In ~ day plan shall conSIst of a group of the follOWIng obJects . pattern (consIstmg 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 changmg operatmg modes by T 0 D ) . max II . gap/ext II . phase omIts Any or all of these may be selected wIthm a SIngle action. Transfer Into and out of FLASH shall be m 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 flashmg the loadswItch drIver outputs SImultaneously 2 66.3 An Entry shall conSIst of time perIod Implemented. day plan, month(s), date(s) of month, and day(s) of week. 6-16 Technical Specifications & Description of Pay Items 2 6 6 4 A mInImUm of 100 Entnes shall be keyboard programmable 2 6 6 5 A copy feature shall allow the transfer of entrIes between day plans. 2.7.0 Program Requirements 2.7.1 Programming 2 7 1 1 Programmmg of the controller UnIt shall be by the use of the keyboard and dIsplay on the front of the controller UnIt. NavIgatmg vanous features shall reqUIre only sImple keystrokes, aided by full menu dIsplays. 2 7 1.2 The menu structure shall be well organIzed for ease of programmIng. It shall contaIn a maIn menu, whIch contams keyboard options for all sectIOns of the controller on one screen. Each optIOn shall be selectable by eIther a numenc entry or combmatIon cursor posItIonmg 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 descnptIve name to prompt the user to the desIred sectIOn for programmmg. All entnes shall be dIsplayed and entered m plaIn EnglIsh. Toggle type entrIes shall be set by entenng YES/NO or ON/OFF responses. Non-alphanumerIc symbols and abbreViations wIll not be used to dIsplay mformatIon. For example, phase start up mterval cannot be represented by a 0 = green, 1 = yellow, etc All entrIes must state Red, Yellow, etc m plam alpha symbols. NumerIc entnes shall be m the Base 10 (deCImal) number system. Entnes m other number bases, such as hexadeCImal or bmary, are not acceptable 2 7 1 3 A user selectable mInImUm four dIgIt access code shall be an aVaIlable optIOn for seCUrIng access to timIng and configuration of the UnIt. DIsplay features shall be made aVaIlable WIthout the need to password access the UnIt. The controller UnIt shall be supplIed WIth the code factory preset to be all zeros (0000) 2 7 1 4 InstructIOns for use or entry of the access code shall not be prInted on the face of the controller 2 7 1 5 A keyboard entered coded command (a serIes of commands or entries, not a single entry) shall be proVIded WhICh WIll set all controller and TBC tImmgs and entnes to a default or Inactive value ThIS coded command shall allow new values to be entered WIthout first deletIng pnor entrIes 2 7 1 6 WIth the mtersectIOn 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 Phase Operation 2 7 2 1 In NEMA or STD8 operatmg mode, the controller UnIt shall accommodate a mInImum sixteen (16) phases and SIxteen (16) overlaps. The overlaps shall be desIgnated as A, B, C, D, E, F, G, H, I, J, K, M, N, 0, P, and K. All overlaps shall be programmable through the keyboard and shall functIOn as described by TS 2 93 5 8 2 722 Each of the TS-2 timIng Intervals shall be programmable for a mmImum of eIght phases at a time from the same dIsplay screen, m a spreadsheet format. The dIsplay may be scrolled or paged down to dIsplay the next eIght phase bank, addItional mtervals, or related mformatIOn. 2 7 2 3 The controller UnIt shall have a copy mode, allowmg the user to easIly copy programmed Interval mformatIon Into remaInmg phases. 2 7.2 4 In addItion to TS 2 SectIOn 3 reqUIrements, the follOWIng modes shall be avaIlable on a per phase baSIS 1) CondItional Re-servIce 2) Walk Clearance through Yellow 3) SkIp Red Interval If no call In Yellow 4) Red Rest 5) Max II 6) Allow conflIctIng phases, 2 entnes per phase 7) Next Phase If power up m the Yellow Interval 2 7.2 5 The followmg configuratIOns, as a mInImUm, shall be programmed wIthm the controller UnIt and be user selectable 1) User Mode defined by the operator 2) 8 Phase NEMA 3) 8 Phase SequentIal 4) NEMA phaSIng to the left of barrier, sequential phasmg to the nght of barrIer (Quad SequentIal) 5) 4 Phase DIamond Interchange 6) 3 Phase DIamond Interchange 7) Separate IntersectIOn - (2) four-phase IntersectIons 2 7 2 6 The controller shall have a configuratIOn whIch allows a mInImUm of 4 user programmable rIngs (compatIbIlIty lInes, reference pomts to assure there shall be no concurrent selectIOn and tImmg of conflIctmg phases) 2 7 2 7 The controller shall have programmable conflIctmg phase settmgs where SImultaneous operatIOn of compatible phases IS not allowed. 6-18 Technical Specifications & Description of Pay Items 2 7 2 8 A Phase DynamIc MaxImum operation whIch Increments the current maxImum m programmable steps (DynamIc Max Step) m seconds to a maXImum lImIt (DynamIc Max LImIt) m seconds shall be provIded. The operation shall function as defined by TS 35922.218 2 7.2 9 The TBC shall select and coordInate reversIble left turn sequence operatIOns (dual leadmg, leadIng and 1aggmg, or 1aggmg and leadmg left turns) It shall be pOSSIble to transfer operatIOn from one sequence to another at a preprogrammed time Transfer shall take place at To dunng coOrdInatIOn (see paragraph 2 7 4 2) 2.7.3 Coordination 2 7 3 1 A mmImum of 64 tlmmg patterns, each WIth a umque cycle length and off"et combmatIon, shall be aVaIlable Each of the 64 tlmmg patterns wIll select one of the 16 pOSSIble splIt plans. Cycle length selectIOns are to be each changeable from 30 to 255 seconds, m one-second mcrements. Phase splIt times and offset selectIOns are to be adJustable from 0 to 254, m I-second Increments 2 7 3 2 The coordInator shall reference a system-wIde reference cycle tlmer (system cycle timer) The term To shall refer to the pomt m the local cycle timer when the first coordInated phase (or leadIng coordInated phase If a pan of coordInated phases was selected by the user) IS scheduled on for the first time Note, thIS may not be the begmlllng of Green m the case of early return. The offset shall be the time m seconds that the local cycle timer lags the system cycle tImer For example, If the offset IS + 1 0 seconds, To (the pomt at whIch the local cycle timer IS at 0) wIll occur when the system cycle tImer IS at 10 seconds 2 7 3 3 An entry shall be prOVIded that wIll allow the automatic modes of coordInation to reference eIther the begInnmg of the coordmated phase to local cycle zero or reference the end of the coord mated phase to local cycle zero 2734 The controller shall contam the two modes of automatIc coordmatIon programmmg, fixed and floatmg force off modes, as reqUIred by TS-3 5 ~2.5 / NTCIP entrIes. The following mformatIon shall be all that IS reqmred from the user to establIsh a pattern. 1) BaSIC NEMA controller tlmIng 2) Cycle length In seconds 3) Deslfed phase sequence for the partIcular pattern 4) Total seconds of the cycle that a phase IS to be active, mcludmg green, amber and red clearance times when there IS constant demand on all mput detectors 5) The coordmated phase or phases (from section 2 749 below) 6) The offset of the first coordmated phase servIced m the sequence from the reference clock's To m seconds. 6-19 Technical Specifications & Description of Pay Items 2 7 3 5 U smg the above InformatIOn In fixed force-off mode, the coordInator must perform the folloWIng functions for each pattern. 1) Guarantee the coordInated phase(s) programmed time WIll be servIced In theIr entirety to achIeve coordmation between mtersections (when not correctmg) The programmed time of the first coordmated phase m the phase sequence shall start at To. 2) Calculate each phase's force off pOInt (the pomt at whIch a phase's Green must termInate, In order to not VIOlate the follOWIng phases' programmed times) 3) Calculate the begInnIng of each phase's permIssIve wmdow (the pomt m the cycle when the coordmated phase IS allowed to YIeld to each correspondmg phase) 4) Calculate the end of each phase's vehIcle permIssIve wmdow (the pomt proceedIng a phase'" force off pomt hy It" mlmmum time and the pnn[ phase's clearance time) Any phase reCeIVIng a vehIcle call before the end of vehIcle permIssIve wmdow WIll be servIced dunng the current cycle 5) Calculate the end of each phase's pedestnan permIssIve wmdow (the pomt precedmg a phase's force off pOInt by pedestnan Walk and pedestnan clearance times and the pnor phase's clearance time) Any pedestnan call receIved by a phase before the end of pedestnan 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 m full If a call was receIved before the begmnIng of permISSIve Window, and the phase does not term mate due to Gap out. 2736 Usmg the same Information m floatmg force-off mode, the coordInator must operate In the same manner as fixed force-off mode, except that If a non-coordmated phase IS entered early, It wIll remaIn actIve only for the tIme programmed m the splIt tIme. AutomatIcally setting the max timer m each splIt to accomplIsh thIS functIOn IS acceptable 2 7 3 7 Once the user-selectable data for phase serVIce IS entered, the controller umt 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 mdlcatmg the problem. If the error IS not corrected, the controller umt shall run m free operation mode whenever the erroneous plan IS selected. If actuated pedestnan movements are programmed, the coordmator shall Ignore errors detected due to the pedestnan Walk and clearance tImes vIOlatmg the phase splIt tIme for any actuated pedestnan. The controller must have a dIagnostic screen that lIsts any of the TS 3 5, 92 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 mdIcatIon would be cycle faIlure and the sum of the splIts would be dIsplayed. 6-20 Technical Specifications & Description of Pay Items 273 8 The coordmator shall be programmable to seek offsets by short-way (lengthenIng or shortenIng the cycle lengths) Shortmg wIll have a 0 to 25% entry and lengthenmg wIll allow for a 0 to 50% entry The controller wIll also contam 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 coordmatIOn 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 lOIn addItional to the two NTCIP modes of coOrdInatIOn defined m TS-3 5 925, these "even (7) actdltlOnal mooe" nf coordmatlOn :'lre reqUIred tn be present m the controller' 1) YIeld and force-off operatIOn, m whIch each phase IS provIded a vehIcle and pedestrIan YIeld pomt and each phase IS provIded two force-off pomts. 2) "Easy CoordmatIOn" mode, whIch allows standard NTCIP auto modes, but the YIeld pomts are calculated at a 6% Increment for each phase folloWIng the coordInated phase 3) "N.J" mode, WhICh allows a sIngle permIsSIve mterval to YIeld to all phases from the coordmated phase 4) "PermISSIve fixed", whIch allows three (3) permISSIve penods to be defined, as well as a force-off for each phase 5) "PermISSIve floatmg", m 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 273 11 For each configuration, a coordInated phase must be selected from RIng 1 A coordmated phase must also be selected from other rIngs If a compatible phase with the Rmg 1 coord mated phase eXIsts The coordmated phase, or phase paIr, shall be selectable from one of the indIvIdual phases or phase paIrS shown m thiS table CONFIGURA TION Coordmated 8 Phase Quad 8 Phase 4~ DIamond Phase( s) NEMA dual Sequential Sequential rIng and 3<j) DIamond IndIVIdual -- 4 or 8 2, 4, 6, or 8 Pans 2&6or4 2&6 -- 2 & 5,4 &5, &8 I & 6, or 1 & 8 6-21 Technical Specifications & Description of Pay Items If lead lag operatlon IS selected, then dUrIng normal (8) phase operatlon only one phase needs to b~ selected as the coordmated phase Compatlble phase pam shall not be forced to begIn sImultaneously 2 7 3 12 When establIshmg Its offset from the reference pomt for external coordmatIOn, the coordmator shall reference only the 1eadmg edge of the sync pulse, regardless of ItS WIdth. 2 7 3 13 The Internal coordmatIOn and upload/download programs shall not mterfere WIth normal mtersectIOn operatIOn except when changIng nng structure m the controller or actlve phases. These operatlons (changmg rIng structure and actlve phases) shall reqUIre a confirmatIOn and put the controller In a flash condItlon and a restart sequence The ImplementatIOn of revIsed tImmg parameters loaded mto the tImer shall he programmed to occur only at pomts m the controller coordmatIOn cycles whIch do not alter the controller phase sequence The controller UnIt may temporarIly drop out of synchronIZatIOn dUrIng the upload/download, but must contInue to operate 2.7.4 Time-Based Coordinator (TBC) 274 1 The TBC shall allow the features and operatlons speCIfied m 267.2 under tlme of day (T 0 0 ) control. 2 7 4.2 The mternal 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 tlme The power failure recovery routme shall accommodate the case of a power faIlure at mIdnIght. 2 7 4 3 An entry shall eXIst to change the reference by mmutes from mIdnIght. 2.8. Communications Ports Each of the TS-2 speCIfied ports shall have a selectable baud rate from 600 baud, to 57 6 kIlobaud. 2.9 Coordination Control Hierarchy 2 9 1 When the system SWItch IS In the closed loop posItlon, the controller UnIt shall be under the control of eIther the central computer, or an on-street master controller 2 9 2 In the absence of anyon-lIne Closed Loop System control by a central computer, or on- street master controller, the mternal TBC shall control the coordmated, free, and flash operatIOn of the IntersectIOn. 6-22 Technical Specifications & Description of Pay Items 2 9 3 When a master controller or central computer brIngs the IntersectIOn on-Ime, Its control shall supersede that of the mternal tIme base coordInatIon. 2 9 4 When the system SWItch IS m the FREE posItIon, the controller UnIt shall operate m a non-coordmated (free) mode 2.10 Preemption (PE) 2 10 1 The mternal preemptor supplIed shall be user programmable for prIonty preemptIOn In the mInImUm sequences outlIned m the follOWIng order railroad (1 tram 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 he proVIded to dlscnmmate the pnonty level A steady state low level mput IS defined as a hIgh pnonty SIgnal, and a pulSIng low level Input IS defined as a low prIOrIty SIgnal 2 10 2 Phases shall be selectable such that a lImIted SIgnal sequence may be operatIOnal dunng preempt (PE) It shall be pOSSIble to add phases to thIS speCIal lImIted sequence, WhICh are not m the IntersectIOn sequence, WIthout needmg to add external lOgIC 2 10 3 The follOWIng mtervals shall be proVIded as a mInImum. WhIle In preemptIOn, the dIsplay wIll clearly IdentIfy the Intervals beIng timed as preempt Intervals Yellow and red clearances from the phase tImmgs may be utIlIzed m place of the clearance mtervals shown. 2 10 3 1 Preemption TimIng Interval DefinItIOn All Intervals are sequentIal. o PE Delay - ThIS tIme shall start ImmedIately when the preempt command IS receIved. It shall not affect the normal operatIon of the controller umt untIl the delay tIme out occurs. ThIS mterval may be used for emergency vehIcle (fire lane) preemptIOn delay If 0 (zero) time IS set, the mterval shall be omItted. PE Minimum Duration - The preempt sequence shall not termmate untIl the preempt mput sIgnal IS removed and the MInImUm DuratIOn time has expIfed. 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 m thIS mterval If 0 (zero) time IS set, the Interval shall be omItted. 6-23 Technical Specifications & Description of Pay Items 3 PE Minimum Walk - Preempt MmImum Walk Time m seconds. A preempt InItlated transItion shall not cause the termmatlon of a Walk prIor to Its dIsplay for thIS penod. 4 PE Ped Clearance - At the tlme of preempt call, WALK mdIcatIOns shall Immediately change to PedestrIan Clearance mterval The Pedestnan Clearance mterval shall not term mate unless It has been dIsplayed for at least the tlme programmed m thIS Interval If 0 (zero) tlme IS set, the mterval shall be omItted. 5 PE Track Green - SIgnals programmed as track (or fire lane) SIgnals shall remam Green or be changed to Green All other SIgnals shall be red. ThIS Interval shall be optlonally programmable to zero dunng emergency vehIcle PE. 6 PE Dwell Green - MInImUm Dwell TIme In seconds. ThIS parameter controls the mInImUm tlmIng for the dwell movement. The phase(s) allowed dunng the Dwell Interval shall be selectable to Include all phases that do not cross the track. The Dwell Interval shall not termmate 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 alternatlve, a lImIted cycle shall be programmable for use WIth railroad preempts. 7 PE Exit Ped Clear - PreemptIOn EXIt PedestrIan Clear Time m seconds. ThIS parameter controls the pedestnan clear tlmIng 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 flashmg yellow Red and flashIng red dIsplays shall dIsplay solId red. 9 PE Exit Red Clearance - ThIS Interval shall be an all red clearance m preparatIOn for return to the normal cycle Return phases shall be programmable from the keyboard. lOPE Max Call - ThIS mtervalIs the amount of tlme that a preempt call may remam active and be conSIdered valId When the preempt call has been active for thIS amount of tlme, the controller shall return to normal operatIOn. The preempt call shall be conSIdered mvalId until the callIS no longer actlve 6-24 Technical Specifications & Description of Pay Items 2 10 3.2 Preempt Timing Interval Ranges TIMING INTERVAL TIME INCREMENTS (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 o 1 I 8 PE EXIt Yellow 0-25 5 o 1 9 PE EXIt Red Clearance 0-999 1 lOPE Max Call 2 10 4 The phases to be servIced followmg the preempt sequence shall be front panel keyboard programmable 2 10 5 Preempt sequences shall be selectable USIng external mputs Preempt prIOrIty shall be assIgned WIth #1 bemg the hIghest. If a hIgher prIOrIty preempt mput IS receIved dunng a preempt sequence, the controller UnIt shall Immediately transItion to the new sequence, subJect to the constramts of PE MmImum Green and PE MinImum Walk. PrOVISIons shall be made to clear two conflIctmg track phases from a SIngle preempt mput. ThIS may be proVIded by two track clearance phases for a smgle preempt, or by combmmg two preempts. 2 10 6 Preempt 1 shall be reserved for a prIonty raIlroad preempt. If more than two preempts are proVIded, It shall be possible to delete the pnonty overrIde for all but the raIlroad preempt. If a lower prIonty preempt IS activated dUrIng another preempt cycle, the one m progress shall contInue through ItS entue cycle If the second preempt Input IS still active when the first one IS completed, the controller UnIt shall then InItlate the low pnonty preempt. When all preempt Inputs are removed, the controller UnIt shall proceed through the normal sequence to Return Red Clearance (Interval 9) 2 10 7 Once the controller UnIt has entered the first timed mterval follOWIng Preempt Delay (Interval 1), the sequence shall contInue to the end even If the preempt callIS dropped. If the call returns and extends beyond the MinImum Preempt Duration (Interval 1), the controller should remItlate track green and complete the preempt sequence 2 10 8 The controller UnIt shall be programmable to be m flash, or m lImIted sequence, dunng mterval 6 If flash IS speCIfied, the phases shall flash yellow or red, as user programmed. Flash shall be Implemented by sImultaneously flashIng the approprIate 10adswItch drIver outputs If lImIted sequence IS selected, all phases shall be programmable, even If not normally used m the mtersectIOn sequence 6-25 Technical Specifications & Description of Pay Items 2 10 9 Should a preempt command be present, after power restoratIOn followmg an electrIcal outage, the controller shall power up m cabmet flash operatIOn and remaIn In such state untIl the PE command IS removed. 2 10 10 Overlap phases shall begm and term mate WIth the parent phases, as descnbed m TS 2 If the PE call occurs dUrIng yellow or red dIsplays between parent phases, the overlap phase shall dIsplay a mInImUm of 3 seconds of yellow and a mInImUm of 1 second of red clearance 2 10 11 Don't Walk shall be dIsplayed throughout the preempt sequence unless a lImIted cycle IS run. DUrIng a lImIted cycle (Interval 6), the pedestnan heads may be programmed to be dark 2 10 12 Preempt routmes shall have pnorIty over all controller functIOns. 2 10 13 The controller shall be programmable to allow multIple track clearance phases eIther wIthm a smg1e preemptIOn sequence, or by mappIng multIple preempts together In all modes of operatIOn. 2 10 14 The controller WIll have an entry that allows It to coordInate dunng lImIted sequence operatIOn. When operatmg m thIS mode, the controller WIll perform a soft tranSItIOn to the preemptIon return phases 2.11 Detection Control 2 11 1 The controller shall have proVISIOns for up to 64 combmatIOn vehIcle or bIcycle actuated Input channels, when utIlIzmg data Bus Interface Umts (BIUs) WIthIn a TS-2 Type I standard cabInet, or up to 32 actuated Input channels, WIthout utIlIzmg BIU's, wIthm a TS-1 standard cabmet. The controller shall allow user defined programmable mappmg of the detector channels to reduce or elImInate the need to reWIre a TS-l standard cabInet m order to utIlIze all 32 detector channels. 2 11 2 All detectIOn channels shall be capable of reportmg volume and occupancy, at an mterval of up to 99 mmutes m one-second mcrements. 2 11 3 All detectIOn channels shall be capable of reportmg alarms based upon the followmg mCIdents, as prescribed by TS 3 5, chapter 2.3 I) MaXImum Presence, No ACtiVIty, Erratic Counts 2) When operatmg WIth BIUs Open Loop, Shorted Loop, 25% Inductance Change, Watchdog Fault 6-26 Technical Specifications & Description of Pay Items 2 11 4 All detectIon channels shall be IndIvIdually assIgnable to any phase, or unassIgned. AssIgnment arrangement shall not alter the abIlIty of any channel to collect data or report alarms 2 11 5 All detection channels shall have the followmg features, as defined by TS-3 5, chapter 23 I) Call Phase AssIgnment 2) SWItch Phase AssIgnment 3) Passage Detector AssIgnment 4) Queue Detector OperatIOn 5) Delayed Detector Operatlon 6) Extended Detector OperatIon 7) Yellow Lockmg 8) Red Lockmg 2 11 6 All detectIOn channels shall have the folloWIng enhanced features to govern both operatlon and data collection. 1) Delay InhIbIt Phases 2) Occupancy on Green 3) Occupancy on Yellow 2 11 7 All features on all detectIOn channels shall be capable of sImultaneous operatIOn. Features and theIr operatlon shall not be lImIted to a subset of detectors 2.12 Closed Loop Operation and Monitoring Software (CLS) 2 12 1 Short haul FSK modems, necessary to operate the controller as a Closed Loop System secondary, shall be prOVIded Internal to the tlmer when speCIfied on the reqUIsItlon. All necessary cables and commUnICatIOn ports needed for operatIOn m a Closed Loop System cabInet shall be proVIded. The modem eqUIpment shall meet the same TS 2 envIronmental reqUIrements as the controller 2 12 2 The controller shall have mternal software that allows the follOWIng functlons and features. 1) MOnItOrIng of SIgnal IndIcations, detectors, alarms, and tIme base functions 2) Controller database error checkmg 3) CoordmatIon parameters 4) Remote resettmg of coOrdInatIOn errors 5) Togglmg speCIal function outputs from the controller 6) Allow the central system to receIve reports and alarms generated from the controller 7) Accommodate connectIOn of a dIal-up modem to the controller to accomplIsh remote operatIOn through the controller or the PC based software 6-27 Technical Specifications & Description of Pay Items All capabIlIties from the controller keyboard shall be capable remotely through a computer mterface through a commUnICatIOns modem connection. 2 12 3 The controller shall allow any of Its detector mputs to be used wIth the system operatIOn. The system shall report volume and occupancy counts based on a user- selectable tIme penod for each detector Storage of thIs data may take place at eIther the local or master controller, as speCIfied wIthm TS-3 4 6-28 Technical Specifications & Description of Pay Items SPECIFICATIONS FOR UPLOAD.,DOWNLOAD DEVICE 1.0 SCOPE 1 1 ThIS specIficatIOn sets forth the mInImUm reqUIrements for an upload-download devIce to be supplIed wIth each traffic sIgnal mstallatIOn. The purpose of thIs devIce IS to allow programmmg to take place m a shop enVIronment and the UnIt can then be transported to the cabmet and upload of the new program can be accomplIshed qUIckly wIth mInImal mterruptIOn to the operatlon of the SIgnal 2.0 UNIT 2 1 The UnIt shall be a Dell Latltude D610 WIth Intel PentIUm M Processor 740 (1 73 GHz) 14 1 SXGA, or approved Equal 3.0 HARDWARE REQUIREMENTS 3 1 ThIS UnIt shall be eqUIpped WIth a mInImUm of 10GB DDR2 533MHz SDRAM, 2 DIMMS 32 A 80 GB Hard Dnve, 9 5MM, 5400 RPM 3 3 An Internal 56K Modem for Dell Latitude D-FamIly notebooks. 34 A 90W NC adapter 3 5 A 24X CD-RW/DVD WIth SOnIC DIgItal MedIa and Cyberlmk PowerDVD 3 6 An Intel PRO/Wireless 2200 802 11 big WLAN mInIPCI Card 3 7 A 6 cell pnmary battery 4.0 SOFTWARE REQUIREMENTS 4 1 OperatIng system of the UnIt shall be WIndows XP ProfeSSIOnal, SP2 4.2 System shall be pre-loaded WIth Nastac software 6-29 Technical Specifications & Description of Pay Items SPECIFICATION FOR MAST ARM POLE ASSEMBLY 1.0 GENERAL 1 1 ThIs specIficatIon covers steel (as specIfied m 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 drawmgs and/or to the reqUIrements In the Plans as to heIght, general deSIgn and finIsh. 1 2 Dnlled shaft foundations for each mast arm pole InstallatIOn shall be consldered an lIltegral part uf the re:;pedI ve mast arm pole assembly, when loadmg and wmd deSIgn factors are applIed. 1 3 Each assembly shall be deSIgned to WIthstand wmd and Ice loads per respective SIgnal head(s), SIgn(S) and on all surfaces of the support assembly, m accordance WIth the Arnencan AssocIation of State HIghway and TransportatIOn OfficIals "SpeCIficatIOns for Structural Supports for HIghway SignS, LumInanes and Traffic SIgnals" and other pertment specIfications of thIS body Unless otherwIse shown m the Plans, WInd speeds used for deSIgn shall be based on a 50-year mean recurrence mterval Wmd drag coefficIent shall be 1 2 Allowable UnIt stresses m each component of each assembly shall be as proVIded m the AASHTO SpecIfications above mentIoned. 1 4 All castIngs shall be true to pattern m form and dImenSIOns, free from pounng faults, spongmess, cracks, blowholes and other defects m any pOSItIOn affectmg theIr strength and value to servIce mtended. Surfaces shall have a workmanlike finIsh, and no sharp unfilleted angles or comers wIll be allowed. 1 5 All parts ofassembhes of the same manufacturer shall be mterchangeable 1 6 Each pole assembly shall be deSIgned to support respective reqUIred dead loads of Signal heads, SignS and the stresses apphed to the exposed areas of all appurtenances based on wmd and Ice loads per SectIOn 1.3 above 2.0 POLE SHAFT 2 1 Pole shafts shall be fabncated to satisfy strength reqUIrements of Section 1 0 Welded Jomts m shafts or arms shall develop the full reqUIred strength of the welded member 2.2 FabncatIOn. Round contmuously tapered shafts shall be formed and welded and shall have no more than one (1) 10ngItudmal welded Jomt and no honzontal w~lded (transverse) Jomts. After formmg and weldmg, the tapered shaft may be 6-30 Technical Specifications & Description of Pay Items longItudInally rolled under suffiCIent pressure to flatten welds and to assure contmuous umform taper (on 10-In/ft. or l4-In/ft.) All welds shall be smooth so as to attaIn the external appearance charactenstIcs of the pole Itself 2 3 All shafts shall meet strength reqUIrements of SectIon 1 0, and shall be provIded WIth remforced handho1es If shown on the Plans 3.0 SHAFf BASE 3 1 Steel shaft bases shall be fabncated and constructed WIth an openIng of a SIze and shape to receIve the shaft and shall be welded to the shaft by contInUOUS welds whIch develop strength of the hase and of the adpcent shaft sectlOn Four mountmg holes shall be proVIded m the shaft base WIth a bolt Circle pattern compatible WIth transformer base Transformer base mountIng bolts and four nuts shall be prOVIded for secunng shaft base to transformer base Ornamental castmg covers are reqmred to cover exposed base mountmg bolts 4.0 TRANSFORMER BASE (Not applicable) A transformer base of the SIze and deSIgn shown m the plans shall be proVIded for each pole assembly The base shall be of fabncated steel and shall develop the strength of the respective adJacent base and shaft. A handho1e WIth cover of the mInImUm dImensIOns shown on the plans shall be proVIded. The cover shall be securely held m place WIth a noncorrOSIve holdmg deVIce such as one or more galvanIzed bolts. One or more corrOSIOn reSIstant steel plates, conformmg to ASTM DeSIgnatIOn A 123, shall be furnIshed as necessary where the base IS subJect to abrasIve actIOn due to the rotatmg capabIlIties of the assembly The location IS generally conSIdered to be the supportIng nng on the bottom of the transformer base. The mtenor SIde of the hand hole cover shall have a multI term mal (12 mm.) compreSSIOn CV6 TermInal block mounted to It for all SIgnal conductor connectIOns. ThIS IS the only pomt that the splIces are to be made 5.0 ANCHOR BOLTS AND SHIMS Four steel anchor bolts, and template for proper ahgnment of bolts m foundatiOn, shall be furnIshed for each pole assembly Allowable UnIt stress for each anchor bolt shall be as proVIded m AASHTO SpeCIfications mentIOned m Section 1 4 Transformer base InstallatIOns reqUIre each anchor bolt to be top threaded and fitted WIth one nut and one flat washer A set of SIX (6) "U" shaped galvanIzed steel shIms (3 each, 118 Inch thIck and 3 each, 1/16 mch thIck) shall also be furnIshed WIth each transformer base Shoe base poles reqUIre that each anchor bolt be top threaded and proVIded WIth two (2) nuts and two (2) flat washers The embedded end of anchor bolts shall have a 900 bend as shown on the Plans, and have a mInImUm elongatIOn In 2 Inches of 16 percent, or m 8 mches of 14 percent. 6-31 Technical Specifications & Description of Pay Items 6.0 SIGNAL HEAD AND LUMINAlRE MAST ARMS Mast arms shall be of the desIgn shown m the Plans and arm and attachIng hardware shall meet strength reqUIrements of SectIOn 1 0 FastenIng the mast arm assemb1mgs to the shaft by use of set screws (whIch would cut mto or groove the shaft) guys, rods or sway braces wIll not be acceptable 7.0 FINISH Pamted FInish - All surfaces at the tIme of pamt appl1catlOn shall he m accord::tncf' wIth the reqUIrements of Brush-Off-Blast-C1eanmg as speCIfied m Steel Structures Pamtmg CouncIl SpeCIficatIOn SSPC-SP7 When shIpped, the outSIde of each assembly shall be coated m a manner that wIll assure all surfaces, at the time of erectIOn, WIll be coated WIth a dry, smooth, contmuous, unIform, tightly adhenng, nonchalkIng film that IS a mmImum of two (2) mIls thIck measured over the peaks of the anchor pattern. The dned film shall contam, on a weIght baSIS, a mInImUm of 20% bmder solIds and a mInImUm of 25% pIgment capable of chemIcally InhIbItIng corrOSIon A mInImUm of 12% of the film shall be a chromate type corrOSIOn mhibItmg pIgment. The mSIde of each assembly may eIther be coated In the same manner as the outSIde or may coated by an acceptable red lead pnmer After erection of the assembly, the shop coat shall be touched up WIth shop pnmer 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 Resm Type T7ll049 Gloss Level Polyester Full "or eqUIvalent" 8.0 CERTIFICATION REQUIREMENTS The Contractor shall submIt for approval by the Engineer, five (5) pnnts of drawmgs WhICh show all pertment mformatIon and data reqUIred for venfYIng structural adequacy, and all fabncatIOn and erection details. a. The drawmgs shall be prepared on sheets 24 x 36 mches m SIze, WIth 1 1/2 mch left margIn and other margms of 1/2 mch. b Each sheet shall have a title In the lower nght hand corner whIch mcludes the names ofthe Contractor, Fabncator and sheet numbenng. 6-32 Technical Specifications & Description of Pay Items c All matena1 of each component shall be referenced to ASTM SpecIficatIOns, or to other specIficatIOns provIded mInImUm YIeld pomts or YIeld strength and elongatIOns are shown. d. Drawmgs for only one assembly need be submItted for two or more whIch are of IdentIcal desIgn and dImensIons e. Approval of the drawmgs shall not relIeve the Contractor of the responsibIlIty for correctness and completeness of the drawmgs, shop fit field connectIOns and proper galvanIzmg deSIgns when galvanIzmg IS reqUIred. f. The drawmgs shall bear a fully descnptIve, detaIled certIficatIOn thereon that the assemblIes were structurally deSIgned m accordance WIth cntena specIfied In SectIOn 1 0 and specIfied In the Plans. g The draWIngs shall be submItted to and approved by, the Engmeer pnor to fabncatIOn. 6-33 Technical Specifications & Description of Pay Items POL YCARBONA TE RESIN TRAFFIC SIGNAL HEADS 12 INCH, EXPANDABLE, ADJUSTABLE TYPE 1.0 GENERAL lIThe Traffic control sIgnal heads shall be m accordance WIth the latest reVISIon of ITE TechnIcal Report No I, except as noted below 1 2 Each traffic sIgnal face shall consIst of a number of Identical sIgnal sectIOns ngldly fastened together m such a manner as to present a contInUOUS pleasIng appearance 1 3 The e1ectnca1 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 a1ternatmg current and 60-150 watt lamps conformmg to the latest ITE Standard for Traffic Slgnal Lamps Unless otherwIse called for m the Plans, the Contractor shall furnIsh and mstall traffic sIgna11amps. 2.0 SIGNAL FACES AND SIGNAL HEADS 2 1 SIgnal faces and SIgnal heads shall be as shown In the Plans, and Installed per reqUIrements In these speCIfications. 2 2 All housmg cases of SIgnal heads shall be ngId1y attached, at top and bottom to 1 1/2" (msIde dIameter) standard pIpe supportmg arms or SImIlar hardware, radIatmg from hubs at the vertIcal central aXIS of the head and ngldly attached there to m a manner that WIll assure permanent alIgnment of the separate hOUSIngs. The hub shall be deSIgned to conform to the type of mountmg attachment speclfied and prOV1SIOn shall be made for carryIng the leads from each housmg enclosed m the supportmg arms to a SIngle outlet m the mountIng attachments. All UnIts of the assembled head shall be of adequate strength for the purpose mtended and shall be constructed ofmatena1s not affected by contmuous exposure to sunlIght or corrOSIve atmospheres. 2 3 All traffic SIgnal heads are to be eqUIpped WIth ngIdly-mounted, standard 5-mch backplates, of sectioned alumInum or of polycarbonate. Backplates are to be mounted so that SIgnal section door hmgmg movement IS not mhIbIted, and are to be black In color Polycarbonate backplates are to have the black color Impregnated dunng the manufactunng process, and pamtmg wIll not be acceptable 6-34 Technical Specifications & Description of Pay Items 3.0 HOUSINGS, DOORS, VISORS AND LENSES 3 1 The housmg of each sectIOn shall be a one pIece polycarbonate resm matenal WIth sIdes, top and bottom mtegrally molded. The housmg 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 m each sectIOn for mountIng of a termma1 block. Termmal blocks shall be securely mounted (see SectIOn 10) 3 2 The top and bottom extenor of the housmg shall be of such shape to assure perfect alIgnment of assembled sectIons. The top and bottom of the housmg shall have an openIng two mches (508 mm) In dIameter to permIt entrance of 1 1/2" (18 1 mm) pIpe brackets. 3 3 IndIVIdual SIgnal sections shall be fastened together eIther WIth at least 4 machIne screws between each sectIOn or by the bolt and washer method. Complete SIgnal faces shall prOVIde pOSItive locked posItIonmg when used WIth serrated brackets, mast-arm or span-WIre fittmgs. 3 4 ProVISIon shall be made for accommodatIOn of the partIcular type of mountmg speCIfied and attachment of doors, optIcal UnIts and such other accessones as may be speCIfied for the partIcular mstallatIOn. Cases shall be deSIgned for adequate strength. FIttIngs and accessones shall be of rust reSIstant matenals capable of WIthstandIng constant exposure to sunlIght and corrOSIve atmospheres, mcludIng salt air All traffic SIgnal housmg cases when assembled, together WIth doors, lenses and mountIng attachments, shall compnse a dust-and-mOlstureproofhousIng for the optical UnIts, and shall be of such constructIon as to assure permanent alIgnment of all lenses m the SIgnal faces. PortIOns of cases provIdmg for attachment to supportIng arms shall be molded WIth large bosses for the supportmg arms Each housmg case shall be so attached to ItS supportIng hardware that It wIll be adJustable by rotatIOn about ItS honzontal aXIS, and may be ngIdly clamped m pOSItion reqUIred. ProVISIOn shall be made for carryIng the sIgnal leads enclosed In the mountmg attachment. 3 5 Traffic control SIgnal housmg cases shall be of the sectional adJustable expandable type The assembled housmgs for each SIgnal face shall conSIst of three or more mdIVIdua1 sectIons each deSIgned for housmg a SIngle complete optIcal UnIt, ngIdly connected by means of bolts extendmg through each section or by mdIvIdual connectors between sections and formmg a smgle "SIgnal Face" Both the top and bottom of each sectIon shall be prOVIded WIth an openmg to accommodate 1 112" pIpe brackets A lockIng nng shall be mtegrally molded around the bottom openIng Around the top openIng shall be eIther an mtegrally molded lockmg nng or a separate splIned lockmg nng deSIgned to fit mto notches. The lockmg nngs shall 6-35 Technical Specifications & Description of Pay Items have a mmImum of 46 evenly spaced teeth and shall be so desIgned that top and bottom nngs wIll mate to provIde a perfectly ahgned SIgnal head wIth flush connection between the outer cIrcumference of the sectIOns IndIVIdual UnIts shall be so manufactured that all umts are mterchangeable 3 6 "Top" and "Bottom" as used m thIS sectIOn refer to the head assembly m vertIcal onentatIOn. All heads are to be mounted honzontally 4.0 HOUSING DOOR 4 1 The hOUSIng door of each SIgnal sectIOn shall be a one pIece polycarbonate resm matena1 The door shall be attached to the hOUSIng by means of two stam1ess steel hInge pms, or by polycarbonate hmge pms whIch are an mtegrally molded part of the housmg door 4 2 Two stamless steel wmg screws are to be mstalled on the SIde of the door to proVIde for openIng and closmg the door WIthout the use of any specIal tools. Wmgscrews shall have a flat-beanng surface or stamless steel flat washer to prevent gougmg of the housmg door by the wmgscrews. Wmgscrews shall remam captIve m the housmg door when the door IS open. 4 3 As an alternate to 4.2, a pOSItive latchIng mechanIsm, mtegrally molded mto the housmg and housmg door, IS acceptable. 4 4 DeSIgn of door, housmg, and VIsor shall be such that no lIght IS VIsible In the profile VIew of the SIgnal face 5.0 OPTICAL SYSTEM 5 1 Each optical system shall be proVIded WIth an optical UnIt conSIstIng of a reflector assembly WIth leads to the term mal block (whIch IS to be furnIshed m each complete housmg) together WIth all bolts, nuts, screws, clIps, hInges, lugs and InCIdentals necessary for mountmg the vanous parts of the optical assembly 5.2 Optical system shall conSist of a yellow or yellow arrow, green or green arrow lens WIth a nommal SIze of 8 3/8 " (200 mm) or 12" (300 mm) as speCIfied. All indicators (red, yellow & e;reen, inc1udine; PED) shall be LED assemblies. Lenses shall be glass and shall be permanently marked, m an mconsplcuoUS manner, mdIcatmg the top of the lens and the name or trademark of the manufacturer When mstalled, each lens shall be properly "top" onented m the honzontally mounted head. 6.0 REFLECTORS (Not applicable) 6-36 Technical Specifications & Description of PaJ' Items 7.0 LAMP RECEPT ABLE (Not applicable) 8.0 WIRING 8 1 Each LED assembly shall be provIded WIth two flexible msulated color coded leads not smaller than No 18 Amencan WIre Gauge These leads are to be securely fastened to the lamp socket and connected to a term mal block m the same sectIOn by means of solderless WIre connectors or bmdmg screws and spade lugs. Color codIng for the IdentIfication of the dIfferent leads shall be mdIvIdual so that each lead can be IdentIfied separately by codmg alone In general, the codmg for the IdentIficatIOn ofthe leads shall be as follows ~~n~ Hot Wire Neutral Wire Red Red WhIte w/R Tracer Yellow Arrow Red w/Y Tracer WhIte w/R & Y Tracer Yellow Yellow WhIte w/Y Tracer Green Green WhIte wIG Tracer St. Arrow Blue WhIte w/B Tracer Lt. Arrow Blue w/R Tracer WhIte w/B & R Tracer Rt. Arrow Blue wN Tracer WhIte w/B & Y Tracer VISORS 9.0 9 1 Each sIgnal door shall be eqUIpped WIth a detachable standard tunnel (unless otherwIse shown m the Plans), polycarbonate reSIn VIsor fastened at four or more pomts to the door 92 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. 10.0 TERMINAL BLOCKS 10 1 Each optIcal UnIt (or sectIon) of each SIgnal head shall be WIred to a term mal block mounted near the bottom InSIde of the UnIt. The term mal block shall be securely mounted m an accessible pOSItion, be of molded weatherproof constructIOn, and be eqUIpped WIth Identified termmals for SIgnal (mtenor) and field WIres. BmdIng 6-37 Technical Specifications & Description of Pay Items screws shall be provIded for fie1p WIres. Solderless connectors or bmdmg screws shall be provIded for Intenor wmng to the optical UnIt. 10 2 In addItion to mdIvIdual termmal blocks described above, each multIple sectiOn sIgnal (head) wIll be provIded WIth a common termmal block mount m the top sectIon of each sIgnal head. Each assembled sIgnal head shall be wIred by the supplIer to the common termma1 block. 10 3 If specIfied, an addItional termma1 block located WIthIn a compartment shall be proVIded for common wmng of multIple SIgnal heads located on a smg1e pole or pedestal The termInal compartment shall be weatherproof WIth cover and molded- construction termInal block WIth separate, Identified termma1s for SIgnal and field WIres. A suffiCIent number of termmals shall be proVIded to handle all optIcal umt WIres. A mInImUm of twelve connector sets shall be provIded. Color codmg of leads shall be mamtamed, mdIvIdually, from each optical UnIt lampho1der to respective term mal m the compartment. Commons from each hOUSIng shall be grouped and camed to one termInal m the compartment. 10 4 Use of termInal compartment described In 10.3 does not elImmate the reqUIrements for those specIfied In 10 1 and 10 2 11.0 MOUNTING AND ATTACHMENTS 11 1 All mountIng attachments shall be of adequate strength for the purpose Intended and shall be constructed of matena1s not affected by contmued exposure to sunlIght or corrOSIVe atmospheres, partIcularly salt aIr ProVISIOns shall be made for carryIng the SIgnal leads enclosed m the mountmg attachment. The mountmg attachment, together WIth supportmg arms and assembled housmgs, shall compnse a dust-and- mOIsture-proof enclosure for optIcal UnIts and lead wmng. Mountmg attachments shall be as speCIfied for the partIcular head on the Plans. 11.2 The SIgnal heads, vertIcally mounted on the SIgnal mast arms shall be mstalled so that door hInges are on the bottom edge, and all doors open downward. 12.0 MATERIAL All matenal used m constructIOn of maJor SIgnal components shall be of polycarbonate reSIn. ThIS matenal shall be such that It wIll WIthstand 70 foot-pounds of Impact WIthout fracture or permanent deformation. 6-38 Technical Specifications & Description of Pay Items 13.0 COLORS The color of sIgnal heads and hardware shall be black. The undersIde of VIsors shall be pamted a flat black. Color as specIfied shall be mtegrally impregnated m the po1ycarbonates resm In the mo1dmg 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. Matenals reqUIred and used m mstallatIOn, such as LED's, attachment pIpe and brackets, hardware, mternal head wmng, paInt, etc , wIll not be measured dIrectly, but wIll be conSIdered SubsIdIary to the Item "Traffic SIgnal Sections" 14.2 Payment. Traffic SIgnal head and backplate UnIts, prOVIded, Installed and In place, WIll be paid for at the UnIt pnce bId for respective types speCIfied m the bId Item lIst. Said pnces shall be full compensatIOn for provIdmg and InstallIng heads and backp1ates, and for furnIshIng and mstallmg all described attachment hardware, SIgnal lamps, Internal wmng, and pamt and for all labor, tools, matenals, eqUIpment and mCIdenta1s necessary to complete the work 6-39 Technical Specifications & Description of Pay Items UNDERGROUND TRAFFIC SIGNAL REQUIREMENTS: CONDUIT, GROUND BOXES, CONCRETE CABINET FOUNDATIONS AND INST ALLA TION PROCEDURES 1.0 CONDUIT 1 1 DescnptIOn 1 1 1 ThIs Item shall govern for the furnIShIng and placIng of condUIt of the types and SIzes mdIcated on the plans, Includmg ground boxes, fittmgs, expanSIon Jomts, attachments and InCIdentals 1 1 2 Unless otherwIse shown on the Plans, all conductors shall be m condUIt except when In metal poles. All condUIt and fittmgs shall be of the sizes and types shown on the plans. 1 1 3 The Contractor may, at hIS own expense, use condUIt of larger SIze than speCIfied on the Plans provIdmg that the larger SIze IS used for the entire length of condUIt run. 1 2 Matenals 1 2 1 All condUIt and fittmgs shall meet the reqUIrements of the NatIOnal E1ectncal Code and shall be lIsted by Underwnters Laboratones, and shall be marked m accordance WIth the apphcab1e reqUIrements of the NEC 1 2.2 Ground boxes, expanSIOn Jomts and condUIt fittIngs shall be fabncated from a matena1 SImIlar to the connectmg condUIt unless mdIcated otherwIse on the plans and shall be hsted by Underwnters Laboratones. 1.23 Rigid metal condUIt shall be steel, hot-dIpped galvanIzed mSIde and outSIde. When tested In accordance WIth ASTM deSIgnation A 90 zmc coatmg shall be a minImUm of 1 5 ounces per square foot. Electncal metallIc tubmg and mtermedIate metal condUIt shall be steel, hot-dIpped galvamzed on the outSIde and protected on the mSIde WIth a SUItable corrOSIon reSIstant matenal FIttmgs shall be ram-tIght. Set screw and pressure cast fittmgs WIll not be permItted. 1.2 4 Polyvmylch10nde and hIgh-densIty polyethylene condUIt shall meet the reqUIrements of NEMA Standard TC-2 and UL 651, and the reqUIrements of NEC for RIgId NonmetallIc CondUIt. Unless otherwIse noted on the plans, PVC condUIt shall be heavy-wall (Schedule 40) 1 2 5 Flexible condUIt shall be lIqUId-tight metal meetmg reqUIrements ofNEC and shall be UL-hsted. Where condUIt system IS metallIc, all lengths of flexible metal condUIt shall be fitted WIth bondmgJumpers. 6-40 Technical Specifications & Description of Pay Items 1 3 ConstructIOn Methods 1 3 1 The condUIt, ground boxes, fittmgs and IncIdentals shall be placed In accordance wIth the lInes, grades, detaIls and dImenSIOns shown on the plans, or as dIrected by the EngIneer InstallatIOn of condUIt shall be In accordance WIth the reqUIrements of NEC CondUIt placed for concrete encasement shall be secured and supported m such a manner that the ahgnment wIll not be dIsturbed dunng the placement of the concrete No concrete shall be placed until all of the condUIt ends have been capped and all box openIngs closed. 1 3 2 Where condUIt IS threaded m the field, a standard condUIt cuttmg die WIth a 3/4 Inch tape per foot shall be used. CondUIt placed on structures shall be firmly fastened wIthm 3 feet of each outlet box, ground box or fittmg and at other locatIOns as reqUIred by the NEC 1 3 3 When reqUIred by the EngIneer, Immediately pnor to Installation of conductors or final acceptance, a sphenca1 template haVIng a diameter of not less than 75 percent of the mSIde dIameter of the condUit shall be drawn through the condUIt to Insure that the condUIt IS free from obstruction, then all condUIt ends shall be closed usmg permanent type caps. 1 3 4 CondUIt term matIng m controller cabmet shall extend vertIcally, approxImately two Inches above the concrete foundation. FIeld bends m ngId metal condUIt shall have a mmImum radIUS of 12 dIameters of the nomInal SIze of the condUIt. 1 3 5 Each length of galvanIzed ngId metal condUIt where used, shall be reamed and threaded on each end and couphngs shall be made up tight. WhIte-lead pamt or equal shall be used on threads of all Jomts. PVC condUIt shall be Jomed by solvent-weld method m accordance WIth the condUit manufacturer's recommendatIOns No reducer couplIngs shall be used unless speCIfically mdIcated on the Plans. 1 3 6 All condUIt and fittIngs shall have the burrs and rough places smoothed and shall be clean and free of obstructIons before the cable IS mstalled. Ends of condUIts shall be capped or plugged untIl startmg of wmng. A nylon or non-metal pull tape shall be used III pullIng cables and conductors through PVC condmt. Metal tapes will not be permItted m PVC condmt. The condUits shall be placed as shown on the Plans or as dIrected by the Engmeer 1 3 7 PVC condUIt whIch IS to be placed under eXIstmg pavement, SIdewalks, and dnveways shall be placed by first provIdmg a VOId through whIch the PVC condUIt shall be mserted. The VOId may be accomphshed by eIther bonng or Jackmg a mandrel. If It IS determmed by the EngIneer that It IS Impractical to place the condUit as outlmed above due to unforeseen obstructlons, wntten permISSIOn may be granted by the EngIneer for the Contractor to cut the eXIstIng pavement. PItS for Jackmg or 6-4/ Techllical SpecificatiollS & Description of Pay Items bonng shall not be closer than two feet to the back of the curb or outsIde edge of the shoulder unless otherwIse duected by the EngIneer The JackIng or bonng method used shall not mterfere WIth the operatIon of street, hIghway, or other faCIlIty, and shall not weaken or damage any embankment, structure, or pavement. Heavy Jacks are to be used for JackIng. Bonng IS to be done by mechanIcal means proVIdIng a maximum one-mch cover cut for the condUIt to be placed, and use of water or other flUIds m connectIOn WIth the bonng operatIOn wIll be permItted only to the extent to lubncate cuttIngs Water Jettmg wIll not be permItted. Where condUIt IS to be placed under eXIstmg asphaltIC pavement, the Jackmg method IS to be used unless wntten approval IS gIven by the Engmeer for placement of condUIt by bonng. 2.0 GROUND PULL BOX 2 1 General 2 lIThe 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 termmatIng and begInnmg condUIt runs of vanous SIzes and also for accessibIlIty when pullmg SIgnal or mterconnect cable. 22 DescnptIOn 2 2 1 ThIS Item shall govern the constructIon, furnIshmg and InstallatIOn of precast ground boxes m accordance WIth locatIOns and details shown on the plans. Unless otherwIse noted on plans, ground boxes shall be precast concrete 2.2 2 The assembly shall conSIst of box, cover, and extenSIOn (if reqUIred) The box and extenSIOn shall be precast concrete The cover shall be galvanIzed steel. The cover shall be fabncated so as to fit properly In a recessed IIp for full and stable contact on the box and be secured thereon WIth at least two stamless steel bolts. The legend "Traffic SIgnals" shall be mtegrally cast mto the top surface of the cover, and the cover shall be proVIded WIth a sturdy, stam1ess steel drop handle to faCIlItate removal 2.23 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 penmeter so that the box seats firmly on the top of extenSIOn. A mInImUm of four knockouts, to accept three mch duct, one on each end and SIde, shall be prOVIded m each box and extenSIOn sectIOn. 2 3 Matenals 2 3 1 Concrete used for constructIng the precast concrete ground boxes shall be Class A conformIng to the reqUIrements of the Standard SpeCIficatIons for PublIc Works ConstructIOn North Central Texas, "Concrete For Structures" Remforcmg steel used 6-42 Technical Specifications & Description of Pay Items In the constructIOn of the ground boxes shall conform to the reqUlrement,s of the "Steel Remforcement" 2 4 ConstructIOn Methods 2 4 1 The construction and mstallatIOn of the ground boxes shall be carned out In complIance WIth the reqUIrements herem stated and In conformIty WIth the detaIls shown on the plans Upon completIon of the work, each mstallatIon shall present a neat and workmanlike finIshed appearance. 3.0 CABINET FOUNDATIONS 3 1 1 All concrete matena1s and theIr preparatIons shall be In accordance WIth the reqUIrements contaIned In Standard SpeCIficatIOns for PublIc Works ConstructIOn North Central Texas, "Dnlled Shaft FoundatIOn," and the addItional reqUIrements hereIn. 3 1 2 All concrete used m the project shall have the followmg mIX proportIOns and charactenstIcs a. MInImUm Sacks of Cement (Type 11 Portland) per CUbIC yard - 5 0 b MaXImum Water - Cement Ratto - 6 5 c MaXImum SIze of Aggregate - I mch d. MmImum CompreSSIve Strength (28 day cure at 70 F ) 3000 pSI e Slump Range m Inches - 3 to 5 Use of a cement dIspersmg agent IS permIssible, but not requITed when the temperature of ambIent air or of the concrete mIX IS above 85 F 3.2 Excavation for all reqUIred foundatIOns shall be done m accordance WIth lInes and depth mdIcated on the Plans. All loose matena1 shall be removed from the excavatIOn before the concrete IS placed. Any water shall be removed by pumpmg or baIlmg. The use of explosIves WIll not be permItted. 3.2 1 F oundahons shall be constructed to the dImenSIOns shown on the Plans or dlrected by the EngIneer Care shall be used to msure that the top of the finIshed foundatIon IS exactly level. Anchor bolts and condUIts shall be held ngtdly In place by a template untIl the concrete IS set. A mechanIcal vibrator shall be used for compactmg and workmg 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. 6-43 Technical Specifications & Description of Pay Items 3 2 2 Backfill shall be tamped wIth mechanIcal tamps m 6-Inch layers to the densIty of the surroundmg ground. Where excavatIOn IS made m the surfaced shoulder, the shoulder shall be replaced wIth matenal equal to the ongInal constructIOn. 3 2 3 All excavated matena1 not reqUIred for backfill shall be promptly removed and dIsposed of by the Contractor outSIde the lImIts of the proJect. 3 2 4 No concrete shall be placed when the atmosphere temperature IS at or below 40 F (taken In shade away from artifiCIal heat) unless permISSIon to do so IS gIVen by the Engmeer 4.0 MEASUREMENT AND PAYMENT 4 1 Cabmet Foundation a. Measurement. FoundatIOns wIll be measured per each UnIt. Matena1s reqUIred and used m mstallatIon, such as reInforCIng steel, ground rods and forms WIll not be measured dIrectly but wIll be conSIdered SUbSIdIary to the Items "Dnlled Shaft FoundatIOn" and "CabInet FoundatIon" b Payment. Foundations Installed m place, wIll be paid for at the UnIt pnce bId for respective types speCIfied m the bId Item lIst. Said pnces shall be full compensation for furnIshmg and mstallIng all reqUIred matenals, such as reInforcmg steel, concrete, ground rods, anchor bolts, and for all labor, matena1s, tools, eqUIpment, all backfillmg, and InCIdentals necessary to complete the work. 4 2 Ground Boxes a. Measurement. Ground boxes wIll be measured per each UnIt. Matena1s reqUIred and used m mstallatIon, such as beddmg gravel, WIll not be measured directly, but wIll be conSIdered SUbSIdIary to the Item "Ground Boxes" b Payment. Ground boxes, proVIded and mstalled m place as shown on the Plans wIll be paid for at the umt pnce bId speCIfied In the bId Item lIst. Said pnces shall be full compensation for furnIShIng and msta1lIng and for all labor, tools, matena1s, eqUIpment and mCIdentals necessary to complete the work. 4 3 CondUIt a. Measurement. CondUIt of the respective SIzes and matenal type speCIfied on the Plans, WIll be measured per lIneal foot. Matenals reqUIred and used m 6-44 Technical Specifications & Description of Pay Items mstallatIOn, such as couplmgs and connectmg har.dware, wIll not be measured dIrectly, but wIll be consIdered SubsIdIary to the Item "CondUIt" b Payment. CondUIt, provIded and mstalled m place WIll be paId for at the umt pnce bId for respectIve SIze and type speCIfied m the bId Item lIst. Said pnces shall be full compensatIOn for furnIshIng and InstallIng all described connectIng hardware, for cleamng eXIstmg condUIt sections (those to be reused) and for all labor, tools, matenals, eqUIpment and IncIdentals necessary to complete the work. 6-45 Technical Specifications & Description of Pay Items MUL TIPLE CONDUCTOR AND SINGLE CONDUCTOR TRAFFIC SIGNAL CABLE AND WIRE 1.0 GENERAL ThIS specificatIon covers polYVInylchlonde compound-Jacketed po1yethylene- msu1ated multI-conductor cable, and polYVInylch10nde compound-Insulated smg1e conductor WIre, rated 600 volts, for use m sIgnal systems m underground condUIt, as aenal cable supported by a messenger or for mductIOn loop detector WIfe 2.0 GENERAL CONSTRUCTION Cable under thIS specIfication shall be composed of uncoated copper conductors mdIvIdually msulated wIth heat stabIlIzed polyethylene (multI-conductor) or wIth polYVInylch10nde compound (smg1e conductor) as specIfied herem. MultIple msu1ated conductors shall be laid up m a compact form, bound wIth SUItable tape, and Jacketed wIth po1YVInylch10nde compound. 3.0 CONDUCTORS 3 1 The copper conductors shall, before msulatmg, conform to the reqUIrements of ASTM DesIgnatIon B-3, latest reVISIOn for soft annealed copper WIre, and ASTM B-8 for concentrIc lay, stranded copper WIre 3 2 The conductors shall be stranded unless otherwIse speCIfied m the plans and speCIficatIOns. 3 3 The number and SIze of the conductors shall be as speCIfied m the plans and speCIfications. 4.0 INSULATION 4 1 MultI-Conductor Cable The msulatmg compound before apphcatIon to the conductors shall be heat-stabIhzed polyethylene conformmg to the reqUIrements of ASTM DeSIgnatIOn DI 248, 63T, Type I, Class B, Grade 4 The msulatIon shall be applIed concentncally about the conductor Insulation after the apphcatIOn to the conductors shall meet the followmg reqUIrements when tested m accordance WIth the procedures gIven m ASTM DeSIgnatIOn D1 351, latest reVISIon, and ASTM DeSIgnation D470, latest reVISIOn. PhYSIcal PropertIes of Polyethylene InsulatIon a. InItial PropertIes TenSIle strength, 1bs. per sq m., mInImUm 6-46 1400 Technical Specifications & Description of Pay Items ElongatIOn at rupture, percent, mInImUm 350 b After 48 hours In air oven at 1000C TensIle strength, percent of ongmal, mIlllmum ElongatIOn at rupture, percent of ongmal, mInImUm 75 75 c Cold Bend Test, 1 hour at -550C, plus or minUS 1 degree no cracks (Mandrel diameter 2 5 times insulation dIameter) 4 2 The nommal thIckness of the msulatlon shall be not less than that specIfied m Table 1 The mmImum thIckness of the InsulatIOn shall he not less than 90 percent of thE' nominal value 4 3 MOIsture AbsorptIOn a. After a twenty-four hour ImmerSIOn In tap water at 500C plus or minUS lOC, the specIfic mdIcatIve capacIty of the inSUlatIOn shall be not more than 2 5 After a contInued fourteen day ImmerSIon, the specIfic mductIve capacIty shall be not more than 1 5 percent hIgher than the value determmed at the end of the first day, nor more than 1 0 percent hIgher than at the end of the seventh day b The mOIsture absorptIOn tests shall be conducted m accordance WIth methods specIfied In IPCEA S-6l-402, NEMA WC5, latest reVISIon. 4 4 Electncal PropertIes a. DIelectnc Strength Each processed length of Insulated conductor before cablmg shall WIthstand the test voltage specIfied In Table 1 for a penod of 5 mmutes after ImmerSIon m water for not less than 6 hours and whIle stIll mllnersed. b Insulation ReSIstance Each processed length of Insulated conductor, after wIthstandmg the DIe1ectnc Strength Test, and whIle stIll Inllnersed, shall comply WIth the insulatIOn reSIstance reqUIrements of Table I c The DIelectnc Strength and Insulation reSIstance Tests shall be conducted In accordance WIth the reqUIrements of ASTM DeSIgnatIOn D470, latest reVISIOn 6-47 Technical Specifications & Description of Pay Items TABLE I INSULATION THICKNESS, TEST VOLTAGE AND INSULATION RESISTANCE Conductor SIze InsulatIon Test Voltage InsulatIOn ResIstance AWG ThIckness at600F Megohms- Inches 1000 Feet 20 025 2500 15,000 19 025 2500 15,000 18 025 2500 15,000 17 025 2500 15,000 16 025 2500 14,800 15 025 2500 13,700 14 025 2500 12,600 13 030 3000 13,200 12 030 3000 12,100 II 030 3000 11 ,000 10 030 3000 10,100 9 030 3000 9,200 8 030 3000 8,300 4 5 Smgle Conductor Cable The msulatIon shall be tough, durable, stabIlIzed po1yvmylchlonde compound meetIng the reqUIrements ofUnderwnter's Laboratones Type THW 46 The phYSIcal charactenshcs of the msulahon shall be as gIven m Table II. Tests of these charactenstIcs shall be made m accordance WIth ASTM deSIgnatIOn D- 470, latest reVISiOn. 6-48 Technical Specifications & Description of Pay Items T ABLE II ImtIa1 PropertIes TensIle strength, 1bs. per sq mch, mm. Elongation, percent, mm After 120 hours m AIr Oven at 1000C TensIle strength, percent of orIgmal, mm. ElongatIOn at rupture, percent of ongmal, mm. e Cold Bend Test. 1 Hour at -550C, no cracks (Mandrel DIameter 2 5 tImes covenng diameter) a. 2300 250 b 85 60 d Flame Test, self-extmgUIshmg m mmutes, max 1 4 7 ThIckness, DIameters and WeIghts a. The completed conductor shall conform to the reqUIrements of Table III. b The thIckness of the msulatIOn shall be not less than 90% of the nommal value m Table m. c The mmImum spot thIckness shall be not less than 70% of the nomma1 thIckness. T ABLE III Conductor Nomma1 Approx Approx SIze ThIckness O.D WeIght AWG ofCovenng Inches LbsIM Ft. 4 045" 300 131 6 045" .260 85 8 045" .220 56 10 030" 174 34 12 030" 140 23 CONDUCTOR COLOR CODING 5.0 5 1 MultI-Conductor Cable Standard color codmg for cables shall be m accordance WIth Table IV When permItted by the purchaser, the conductor codmg may be numerals and words pnnted on the conductor msulatIOn. Base colors shall be obtamed by the use of colored msulatIOn. Tracers shall be colored stnpes or bands WhICh are part of, or firmly adhered to, the surface of the msulatIon m such a manner as to afford 6-49 Technical Specifications & Description of Pay Items dIstmctIve CIrcUIt codmg throughout the length of each WIre Tracers may be m contmuous or broken lmes, such as a senes of dots or dashes, and shall be applIed 10ngItudmally, angularly, spIrally or mother dIstmctIve patterns. TABLE IV CONDUCTOR COLORS AND SEQUENCE Conductor No Base Color FIrst Tracer 1 Black 2 WhIte 3 Red 4 Green 5 Orange 6 Blue 7 WhIte Black 8 Red Black 9 Green Black 10 Orange Black 11 Blue Black 12 Black WhIte 13 Red WhI te 14 Green WhIte 15 Blue WhIte 16 Black Red 17 WhIte Red 18 Orange Red 19 blue Red 20 red Green 21 Green orange 6-50 Technical Specifications & Description of Pay Items 5 2 The color sequence may be repeated as necessary Color code sequence applIes when cable IS composed of mIxed SIzes. 5 3 SpecIal color codmg, when specIfied m unpaIred conductor cables, shall consIst of black for all conductors except that one conductor shall be IdentIfiable conductor In each layer 54 For combmatIon cables consIstmg of pam wIth smg1e conductors, color code sequence gIven m Table IV, shall be used for pairs, repeated as necessary 5 5 SIngle Conductor Cable Black covenng shall be used for sIgnal and power CIrcUIt posItive. WhIte covenng shall be used for sIgnal and power CIrcUIt common. Red covenng shall be used for detector posItive. Blue covenng shall be used for detector CIrCUIt common. Covenng colors shall be obtaIned by use of colored polyvmylchlonde 6.0 CONDUCTOR ASSEMBLY (MULTI-CONDUCTOR CABLE) 6 1 Two-Conductor Cable a. Two-conductor cables shall have a maXImum length of lay not more than 30 times the mstalled conductor dIameters. b Two-conductor cables shall be of the round, twIsted type. c FIllers shall be used where necessary to form a two-conductor round twIsted cable 6.2 Multi-Conductor Cables Havmg More Than Two Conductors a. In multI-conductor cables havmg more than two conductors, the SIngle conductors shall be laId up symmetncally In layers WIth lay not exceedmg the followmg: Number of Conductors Maximum Length of Lay 3 4 5 or more 35 times Insulated conductor dIameter 40 times msu1ated conductor dIameter 15 times assembled core dIameter b Each layer of conductors m 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 6-5 I Technical Specifications & Description of Pay Items 6 3 FIllers shall be used, where necessary, to secure a UnIform assembly of conductors of a firm, compact cylIndncal core FIllers shall be of a nonmetallIc illOlsture- resIstant matenal whIch has no mJunous effect on adJacent components 6 4 The conductor assembly shall be covered wIth a spIral wrappmg of a mOIsture- resIstant tape applIed so as to lap at least 10 percent of Its WIdth. 7.0 JACKET (MULTI-CONDUCTOR CABLE) 7 lOver the taped conductor assembly there shall be applIed a tIghtly fittmg polyvmylch10nde compound Jacket whIch shall meet the followmg reqUIrements when tested m accordance WIth ASTM DeSIgnatIOn D1047, latest reVISIOn. 6-52 Technical Specifications & Description of Pay Items PHYSICAL PROPERTIES OF POLYVINYL CHLORIDE JACKET a. InItial PropertIes 1800 TensIle Strength, 1bs., per sq m., mm. Elongation at rupture percent, mm. 250 b After 5 days m aIr oven at 1000C TensIle Strength percent of ongma1, mm. 85 ElongatIOn at rupture percent of ongma1, mm. 60 c Head Shock Test, AIr Oven, 1 hour at l2loC no cracks ct Heat DIstortIOn Test, AIr Oven, 1 hour at 121 oc Decrease m thIckness, percent, max 50 e. Cold Bend Test, 1 hour at -40oC no cracks f Flame Test, mmutes burnmg, max g. After 4 hours m ASTM No 2 Oil at 700C TensIle Strength, percent of ongmal, mm. 80 Elongation at rupture, percent of ongmal, mIll. 60 7 2 The nomma1 thIckness of the Jacket shall be as specIfied m Table V The average thIckness shall be not less than 90% of the specIfied thIckness The mInImUm thIckness shall be not less than 70% of the nommal thIckness. TABLE V Calculated DIameter of Cable Under Jacket, Inches Jacket ThIckness o 425 and less o 426 - 0 700 o 701 - 1 500 1 501 - 2 500 45 60 80 110 140 2501 and larger 8.0 IDENTIFICATION 8 1 Each shIppmg length of multI-conductor cable shall have a tape showmg the name of the manufacturer and the year m whIch the cable IS manufactured, placed over or 6-53 Technical Specifications & Description of Pay Items under the tape covenng the conductor assembly before the applIcatIOn of outer covenngs As an alternate method of Identification, the above mformatIon may be applIed to the outer surface of the Jacket. 8 2 Each shIppmg length of smg1e conductor shall have mdented pnntmg on a tape or other permanent IdentificatIOn showmg the name of the manufacturer and the year In whIch the conductor IS manufactured. 9.0 SAMPLING, INSPECTING AND ACCEPTANCE 9 1 InspectIOn and tests shall be made pnor to shIpment and at the place of manufacture 9 2 The Contractor shall furnIsh the Engmeer In sUItable form, a certIfied report of the tests made on the cable to show complIance WIth thIS specIfication. 9 3 Tests on Entire Cable - The mdIvIdua1 conductors of each length of completed cable shall meet the voltage and InSUlatIOn reSIstance reqUIrements of SectIOn 4, except that the final e1ectncal test on multIple conductor cables may be made WIthout ImmerSIOn m water Each conductor of a multIple conductor cable shall be tested agamst all other conductors and shIeld If present. 9 4 Sample Tests - One sample for establIshmg 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 mspectIOn 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, m case of any failure on the retest, the lot shall be rejected. 10.0 PACKING AND MARKING FOR SHIPMENT Reels for multi-conductor cable shall be substantially constructed and m good condItIon. The cables shall be SUItably protected. Each end of the cable shall be avaIlable for testmg, properly sealed, and protected agamst mJury Each reel shall be plamly and permanently marked WIth manufacturer's full descnptIOn of the cable, gIvmg the length of the cable on the reel, the number of conductors m the cable and the date of shIpment from the factory 11.0 INSTALLATION OF CABLE 11 1 General 11 lIThe cables shall be Installed m the condUIt. The condUIt must be contInUOUS , reasonably dry, completely free of debns, and WIthout any sharp proJections, edges, or short bends. The conductors shall be Installed m such manner and by such methods 6-54 Technical Specifications & Description of Pay Items as to msure agamst harmful stretchmg of the conductor or damage to the msulatIOn and shall conform to the recommendations of the cable manufacturer The Contractor shall furnIsh, at the request of the Engmeer, at least two copIes of the manufacturer's recommendatIOns, mcludmg methods of attachmg pullmg tenSIon per conductor SIze and per radIUS of condUIt bend, and the type of 1ubncant to be used. 11 1.2 All cables m a gIven condUIt run shall be pulled at the same time and the conductors shall be assembled to form one loop m such a manner that the pullmg tenSIOn IS dIstributed to all the cables. Long, hard pulls WIll necessItate the use of pullIng eyes. For short runs, the cables may be gnpped dIrectly by the conductors by formmg them mto a loop to whIch the pull WIre or rope can be attached. The msulatIon on each conductor shall be removed before the loop IS formed The method used wIll depend on the anticIpated maXImum pullIng tenSIOn m each case 11 1 3 In many mstances, eXIstmg condUIts whIch contam SIgnal cable are to be used for the mstallatIon of new cables In such locations, the eXIstmg cable(s) may be used to pull m the new cables Should the Contractor deSIre to mstall new cables WIthout removmg the eXIstmg cables, the new mstallatIOn shall be done m such a way as to prevent damage to the eXIstmg and/or new cables. In the event of damage, the Contractor shall bear the responsibIlIty of replacement of defective cables. 11 1 4 The manufacturer's recommended maxImum pullmg tenSIOns shall not be exceeded under any CIrcumstances If so reqUIred by the Engmeer, the Contractor shall msert a dynamometer m the pull WIre as the cables are bemg pulled mto the condUIt to demonstrate that the maXImum tenSIOns are not bemg exceeded. The cable shall be fed freely off the reel mto the condUIt WIthout makmg 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 dunng mstallatIon. The cables shall be adequately lubncated to reduce fnctIon and further mmImIze possible damage Such lubrIcants shall not be the grease or 011 type used on lead sheathed cables but shall be one of several commercIally aVailable WIre pullmg compounds that are SUItable for these kmds of cables. They shall conSIst of soap, talc, mIca, or SImIlar matenals and shall be deSIgned to have no deletenous effect on the cables bemg used. 11 1 5 The cables shall be neatly tramed to theIr destmatIons m manholes, cabmets, pole bases, pullboxes, and all other termmatIOns The cable manufacturer's recommended values for the mInImUm bendmg radll to whIch cables may be bent for permanent trammg dunng mstallatIOn 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 bemg mstalled. Larger radIUS bends are reqUIred for such COndItiOns. 11.2 Wire and Cable 6-55 Technical Specifications & Description of Pay Items 11.2 1 All WIre and cable shall conform to the reqUIrements shown on the plans, except WIre and cable specIfically covered by other Items of thIS contract. The mInImUm SIze of conductors shall be as mdIcated on the plans. 11.3 Controller Cabmet Wmng 11 3 1 Winng for the controller shall consIst of connectIng to Its termInals (1) WIres to sIgnals (2) WIres to detectors (3) WIres to pedestnan push buttons (4) the power WIres, (5) the ground WIres, and (6) the mterconnect WIres At the controller all conductors from the field shall be stnpped back and an eye hook formed m the WIre These "hooks" shall be Inserted under the bmder head screw and tIghtened securely Other wmng for the controller shall be as reqUIred by the wmng dIagrallls and mstructIOns furnIshed WIth the controller by the manufacturer 11.3.2 All field wmng m cabmets shall be neatly done IncomIng cables shall be tramed to theIr destmation and neatly laced together CommUnICatIOn and detector lead-m cables shall be clearly IdentIfied by use of metal or plastic tags. For example Eastbound RIght Lane. 114 SIgnal Head Wmng 11 4 1 Wmng for the SIgnal head shall conSIst of connectmg the term mal block m each SIgnal sectIOn to the common termInal block m each SIgnal face and where applIcable, connectIng the common term mal block m each SIgnal face to the termmal block m the SIgnal-head term mal compartment. All such connectmg WIres shall be number twelve (12) Arnencan WIre Gauge. All conductors runnmg from any termInal pOInts located m the pole or transformer base to the SIgnal head termmals shall likewIse be number twelve (12) A.W G The Contractor shall furnIsh the NO 12 A.W G for thIS work. 11.5 Termmals and SplIces 11 5 1 Except for controllers, the ends of all WIres whIch are to be attached to term mal posts shall be provIded WIth soldered termmals that meet the reqUIrements of the NatIonal Electncal Code. 11 5.2 Unless otherwIse called for m the plans, splIces wIll be permItted m the WIres of SIgnal conductors only m the base of each SIgnal pole at termmal pomts called for m the plans If lead-m conductors from detectors to controller are of dIfferent type than the detector leads, a water-tight sphce, acceptable to the Engmeer, may be made m ground box adJacent to the detector location. SplIces at pomts other than as stated above may be made only WIth the wntten permISSIOn of the EngIneer All splIces shall be water tight. SplIcmg methods shall be m accordance WIth good electncal practice and the cable manufacturer's recommendatIOns. All matenals used shall be hIgh qualIty and specIfically mtended for these purposes The cables shall be tramed to theIr final pOSItIon and cut to proper lengths. The Jacket and msulation shall be 6-56 Technical Specifications & Description of Pay Items removed as reqUIred. In domg thIS, use proper care to msure agamst nIckIng the conductors. The connector shall be soldered. Heat shall be apphed by the use of hot solder Heatmg the connectIOn WIth a dIrect flame wIll not be permItted. Care shall be used to protect the msulatIon when soldenng. The entire surface shall be cleaned takmg specIal care m cleanIng outsIde Jacket m order to remove the wax finIsh. Before the first layer of tape IS wrapped, the entire area shall be coated WIth an electnc grade rubber cement. After thIS solvent has dned, the connectIOn shall be msulated WIth e1ectncal grade rubber splIcmg compound tape to proper thIckness. ThIS tape reqUIres a pressure and thus must be stretched to 2/3 wIdth when applIed. The completed sphce shall be covered WIth a half-lap layer of vmyl plastic electnca1 tape ThIS wrappmg shall be smooth but the tape shall not be stretched more than necessary 11 5 3 SplIces In commUnIcation cables shall Include the shIeld. SplIces between cable pam shall be made WIth Scotch10ck solderless connectors deSIgned for thIS speCIfic applIcatIOn. The completed splIce shall be msulated WIth a re-enterable plastic splIce case SplIces at pomts other than those shown on the plans may be made only WIth the wntten permISSIOn of the Engmeer 11 5 4 The Engmeer shall select at random at least 5 splIces to be thoroughly mspected. The Contractor shall, m the presence of the Engmeer, sectIonalIze the splIce to expose the vanous layers of matena1s 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 m the contract. All of the splIces selected for thIS mspectIon 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 mspectIon. 11 6 Enclosed Winng 11 6 1 Except for span WIre suspended cables and electncal wtnng wIthm steel sIgnal poles, all cables and smgle conductor WIre above the ground surface shall be enclosed m approved metal condUIt up to but no closer than one foot of the lowest power conductor The power entrance to the controller may be made through underground polyvmyl-chlonde condUIt. 11 7 IdentificatIOn of SIgnal Wires 11 7 1 IMSA color coded SIgnal cable shall be used to WIre bases, pullboxes and controllers. Colors shall be contmuous from the pOInt of ongm to the pomt of termmatIOn. SplIces WIll be permItted If same colors are splIced. 12.0 GROUNDING AND BONDING 6-57 Technical Specifications & Description of Pay [terns 12 1 There shall be a properly mstalled 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 mmImIze the length of the groundmg-conductor run. All groundmg CIrcUIts shall be substantIal and permanent and shall be electncally contmuous WIth an ohms-to-ground reSIstance not to exceed 10 ohms when tested by a vo1t-ohm-meter 1 2 2 SIgnal and Controller 1 2 2 1 The sIgnal pole housmg, controller housmg, SIgnal common and servIce common shall be grounded. All groundmgs shall be as shown on the plans and/or may be mdIcated m the manufacturer's speCIficatIOns and wlflng diagrams All groundmg deVIces used shall conform to the reqUIrements of the National E1ectncal Code. The servIce common at the pole from whIch the power IS taken shall be grounded. 1 2 3 CondUIt and SIgnal Posts 1 2 3 1 Metal condUIt and metal SIgnal posts or pedestals shall be bonded to form a contmuous system and shall be effectively grounded. Bondmg Jumpers shall be No 8 copper- WIre or equal 12 4 GroundIng Connectors and Electrodes 1 2 4 1 The groundmg 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 bemg at least 5/8 mch m dIameter and shall be dnven mto 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 dnvmg a smgle ground rod to a depth of SIX feet or when a multiple ground rod matnx IS used to obtam the reqUIred reSIstance to ground, ground rods shall be spaced at least SIX feet apart and bonded by a mmImum No 8 A. W G copper WIre. Connections to underground metallIc condUIt shall not be conSIdered suffiCIent for groundmg reqUIrements. ConnectIon of groundmg CIrCUIts to groundmg electrodes shall be by deVIces wluch wIll ensure a pOSItive, fall-safe gnp between the conductor and the electrode (such as lugs or pressure connectors) No splice Jomt will be permItted m the groundIng conductor 13.0 MEASUREMENT AND PAYMENT Smgle and multI-conductor cable, Installed and m place, and of the SIze and number of conductors speCIfied on the Plans, wIll be paid for at the UnIt pnces bId as speCIfied m the bId Item lIst. Said payment shall be full compensation for furnIshmg and mstallmg cable WIth proper groundmg, and for all labor, tools, matenals, eqUIpment and mCIdentals necessary to complete the work. 6-58 Technical Specifications & Description of Pay Items 14.0 GUARANTY If It IS the normal trade practIce for the manufacturer to furnIsh a guaranty for the work provIded herem, the Contractor shall turn thIS guaranty over to the Engmeer for potential dealIng wIth the guarantor The extent of such guaranty wIll not be a factor m selectmg the successful bIdder 6-59 Technical Specifications & Description of Pay Items POWER SERVICE AND SERVICE EQUIPMENT AND GENERAL SYSTEM WIRING PROCEDURES 1.0 POWER SERVICE AND SERVICE EQUIPMENT 1 1 Power ServIce Connection 1 lIThe' Contractor shall make all arrangements for connection to the power servIce, shall obtaIn meter and meter socket from the Power Company when they are reqUIred and Install them In accordance WIth the Plans, and shall furnIsh and mstall all other matenals necessary to make the power connectIOn whIch are not furnIshed by the Power Company CoordmatIon WIth the correct servIce proVIder and/or TXU for all servIce related Issues wIll be the reqUIrement of the Contractor 1 1 2 Unless otherwIse called for m the Plans, the power connectIOn shall be made to a 115- 125 volt, smg1e-phase, 60 cycle A.C supply The WIre used for the power connectIOn shall be a mInImUm SIze as mdIcated on the Plans and shall be msulated for SIX hundred (600) volts. The common WIre shall be whIte-coded and the power pOSItive shall be black-coded. 1 I 3 The Contractor shall coordmate WIth the CIty of Coppell's BuIldIng Inspection Department for permIttIng Issues related to electncal connections. A 'No Cost' permit will be required for thlS servlce. Please call 972/304-3500 to make the necessary arrangements. 1.2 Power ServIce EqUIpment ReqUIrements Power servIce eqUIpment shall meet the follOWIng reqUIrements. (a) LIghtnIng arrestor WIll be reqUIred. It shall be of the valve type, 0-650 volt WIth bracket for cab met mountIng and shall be connected between hot leg and ground, per drawmg m Plans (b) CIrCUIt breakers WIll be reqUIred. They shall be 125 Ampere Frame, smgle pole, 120 volt, 5000 IAS meetmg Federal SpeCIficatIOn W-C-375A, mstalled as shown on the Plans. (c) All miscellaneous hardware, I e., condmt, conductors, pedestal cabmet and weatherhead, shall be mstalled as shown m the Plan detmls Conductors shall be of the SIze mdIcated and be type THW meetIng applIcable ASTM specifications. 2.0 SYSTEM WIRING METHODS 2 1 Controller Wmng for the controller shall conSIst of connectIng to ItS termmals (1) WIres to SIgnals, (2) WIres to detectors, (3) the power WIres and (4) the ground WIres. Other 6-60 Technical Specifications & Description of Pay Items wlflng for the controller shall be as reqUIred by the wlflng dIagrams and mstructIOns furnIshed WIth the controller by the manufacturer 22 SIgnal Heads Winng for the sIgnal head shall consIst of connectIng the term mal block m each sIgnal section to the common termma1 block m each sIgnal face to the termma1 block In the sIgnal head term mal compartment. All such connectmg WIres shall be number twelve (12) Arnencan WIre Gauge. All conductors runnmg from any termInal pOInts located m the pole or transformer base, to the sIgnal head termInals shall likeWIse be twelve (12) A WG 2 3 SplIces Unless otherwIse called for In the Plans, splIces wIll be permItted m the WIres of sIgnal conductors only m the transformer base or handhold of each sIgnal pole at termInal pomts called for on the Plans SplIces at pomts other than as stated above may be made only WIth the wntten permISSIon of the Engmeer All splIces shall be watertIght. 24 Termma1s Except for controllers, the ends of all WIres whIch are to be attached to termmal posts shall be prOVIded WIth solderless termma1s that meet the reqUIrements of the National Electnca1 Code 25 Wire and Cable All WIre and cable shall conform to the reqUIrements shown on the Plans, except WIre and cable speCIfically covered by other Items of thIS contract. The mInImUm SIze of conductors shall be as IndIcated on the Plans. 2 6 Enclosed W lflng Except for span WIre suspended cables and electncal wlflng WIthIn steel SIgnal poles, all cables and smgle conductor WIre wIthm twenty-one (21) feet above the ground surface shall be enclosed m approved metal condUIt. Power-tap lInes camed down poles shall be placed m metal condmt. The power entrance to the controller shall be made through underground polvvmvlch10nde condUIt only 2 7 IdentIfication of SIgnal Wires Numbered IdentIficatIOn tags of metal, plastIC or tape shall be placed around each WIre adJacent to WIre ends m the controller cabmet, SIgnal head and SIgnal-pole-base termInal boxes. 6-61 Technical Specificatiolls & Description of Pay Items 2 8 SIgnal and Controller The sIgnal poles, controller housmg, sIgnal common and servIce common shall be grounded. All groundIng shall be as shown on the Plans and/or as may be mdIcated In the manufacturer's speCIficatIOns and wmng diagrams. All groundmg devIces used shall conform to the reqUirements of the National Electnc Code. The servIce common at the pole or servIce pedestal from WhICh the power IS taken shall be grounded. 29 CondUIt and SIgnal Poles Metal condUIt and metal sIgnal poles or pedestals shall be bonded to form a contmuous system and shall be effectively grounded. Bondmg Jumpers shall be No 8 copper WIre or equal. 2 10 After the sIgnal cable connectmg the sIgnal and the controller IS m place, the unfilled portIOn of the condUIt openmgs shall be sealed WIth a sealIng compound m accordance WIth the NatIOnal Electncal Code 2 11 The sealmg compound used shall have a meltIng pomt of not less than two hundred (200) degrees FahrenheIt, and shall not be adversely affected by the surroundmg atmosphere or mOIsture 3.0 MEASUREMENT AND PAYMENT 3 1 Wire and cable referred to m SectIOn 1 0 IS covered by other parts of thIS speCIficatIOn. Payment for WIre and cable IS per respective Items m the bId Item lIst. 3.2 Power ServIce a. Measurement. The power servIce WIll be measured per each umt. Matenals reqUIred m mstallatIon, such as lIghtnIng arrestor, CIrCUIt breaker, enclosure, foundatIOn, and mCIdentals WIll not be paid for dIrectly, but WIll be conSIdered SUbSIdIary to the Item "Power ServIce Pedestal and EqUipment" b Payment. Power servIce, mstalled m place, WIll be paId for at the UnIt pnce bId as speCIfied m the bId Item lIst. Said payment shall be full compensation for furnIshmg and mstallmg, CIrCUIt breakers, weatherheads, lIghtmng arrestor and reqUIred mCIdentals and for all labor, tools, eqUIpment, matenals and mCIdenta1s necessary to complete the work. 6-62 Technical Specifications & Description of Pay Items RETROREFLECTIVE PREFABRICATED PAVEMENT MARKINGS SECTION 1.0 SCOPE OF WORK AND GENERAL CHARACTERISTICS I 1 ThIS specIficatIOn shall govern the matenals, composItion, applIcation, measurement, and payment of pavement markmgs of the color, length thIckness, and wIdth as specIfied m the Plans and m accordance wIth the lmes and posItions shown on the Plans or as establIshed by the EngIneer It IS the obJect of thIS specIfication to msure the mstallatIon of tightly adherent, defect- free pavement markmgs of qualIty, VIsibIlIty, and durabIlIty, to eIther asphaltic or portland cement road surfaccs Markmgs to be Installed on roadvvays under traffic operation condItions shall be placed WIth a mInImUm of Interference to the operation of the faCIlIty 1 2 Pavement markmg matenal shall be a beaded/pIgmented film product especIally compounded for traffic markmgs. Each contaIner or roll shall be clearly and adequately marked to IndIcate color, weIght, type of matenal, and lot or batch number (a lot or batch shall be defined as each mdIvIdual blend or mIX that produces a finIshed product ready for use) 1 3 The materIals shall have the follOWIng charactenstIcs a. When In place for use, the markmgs shall not be slIppery when wet. b The matenal shall have adheSIon to the surface suffiCIent to prevent teanng, roll-back, shrInkage and lIftIng under all weather condItions. c When m place, the matenal shall not exhibIt a tacky or sticky surface d. Cold ductilIty of the matena1 shall permIt movement of same WIth the normal shIftmg of the road surface WIthout chIppmg or crackmg. e The markmgs shall retam theIr ongmal color, dImenSIons, and posItion (relative to surface) under normal traffic conditIOns at road surface temperatures from OOC (+ 320F) to 700C (1580F) f. When applIed, the film matenal shall be 0012" thICk and essentially have a UnIform cross section WIth uruform denSIty and matena1 qualIty throughout the thIckness. The matenal shall be 95 percent free of VOids and holes and VIrtually free of blIsters. g. MarkIngs In place shall be reflectonzed Internally (premIxed glass beads Imbedded m film) Texas Test Method Tex-828-B shall show UnIform retrodIrectIve reflectance throughout the markmgs. 6-63 Technical Specifications & Description of Pay Items 2.0 MATERIAL REQUIREMENTS 2 1 At temperatures up to and mcludmg 700C (1580F), matenals shall not gIve off fumes whIch are tOXIC or otherwIse InJunous to persons, anImals, or property The matena1 shall not be adversely altered by contact WIth sodIUm chlonde, calcIUm ch1onde, or other SImIlar chemIcals on or used on the roadway surface, or because of the 011 content of pavement matena1s, or form 011 droppmg from traffic The matenal shall not soften at l800F when tested by the Ball and RIng Method, Arnencan SOCIety of TestIng Matenals (ASTM) Method E2S58T 22 a. The matenal shall conSIst of polymenc hInder film, pnme pIgment or pIgments, filler pIgment, and glass traffic beads In a umform blend so that any 90 to 100 gram sample shall be representatIve of lot, batch, or mIX sample b A mInImUm of 90 percent of the bInder shall be hydrocarbon reSInS The total bmder content of the pavement markmg matena1s shall not be less than 25 percent nor more than 30 percent by weIght. c A mInImUm of 98 percent of the pnme and filler pIgments used m the formulatIon, when washed free of reSInS by solvent washmg, shall pass a U S Standard SIeve No 230 (0 0024 mch openIng) d. The pnme pIgment of the whIte pavement markmg matenal shall be tItanIUm dIOXIde and shall be a mInImUm of 12 percent by weIght of total matenal. e The pnme pIgment or pIgments of the yellow pavement markmg matenal shall be medIUm chrome yellow or other approved yellow pIgments rangtng from 10 to 15 percent by weIght of total matenal. 3.0 MATERIAL APPLICATION AND EQUIPMENT 3 1 The general applIcation method, matenal, and eqUIpment used shall conform WIth the manufacturer's recommendations. All lane and word/symbol markmg configurations shall be m accordance WIth the "Texas Manual on UnIform Traffic Control DeVIces", as currently amended. The general apphcatIOn procedure IS as follows 3 1 1 Clean the road surface by hIgh pressure au Blast cleanIng may be reqUIred by the Engmeer on eXIstmg road surfaces. 3 1.2 Pre-mark the road surface WIth chalk or crayon where the markmgs are to be apphed. 6-64 Technical Specifications & Description of Pay Items 3 1 3 Pnme the road surface usmg recommended, pnmer and applIcator, extendIng beyond outlIned area a mInImUm of 1 " 3 1 4 Apply markmg matenal m accordance WIth manufacturers specIfic recommendatIOns makIng sure all edges are firmly adhered and no matena1IS overlappIng. 3 1 5 Tamp or roll the apphed markIngs WIth a mmImum 200 lb load. 3.2 It IS the mtent of the eqUIpment reqUIrements specIfied above to Insure the placement of pavement markmgs meetmg the reqUIrements of thIS specIficatIOn. All markIngs placed that do not meet the reqUIrements of thIS specIficatIOn and fall to adhere to the road surface properly shall be completely removed and replaced at the expense of the Contractor 4.0 CONSTRUCTION METHODS 4 1 a. The Contractor shall use a crew expenenced In the work of mstallIng pavement markmgs and shall supply all the eqUIpment and matenals necessary for the placement of the pavement markmgs. b The pavement markmg matenal shall be applIed wIthm the matena1 temperature lImIts recommended by the supplIer c The pavement upon whIch the pavement markmgs are to be placed shall be cleaned and prepared, to the satisfaction of the EngIneer, pnor to placement ofthe markmgs. d. Cleanmg shall be by any effective method approved by the Engmeer, that completely and effectively removes contamInants, loose matenals, and condItions de1etenous to proper adheSIOn. When blast cleanIng IS reqUIred by the Plans or by the EngIneer, the blast cleanmg shall be done In accordance WIth State of Texas SpecIal SpeCIficatIOn Item "Blast CleanIng." Portland cement concrete surfaces shall not be cleaned by gnndmg. e Portland cement concrete surfaces shall be further prepared after cleanmg by complete sealIng WIth a methylmethacrylate sealer or pnmer WIth an adheSIve or adheSIOn promoter, approved by the Engmeer, pnor to placement of the markmgs. Methylmethacrylate sealers, adheSIves, or adheSIOn promoters shall match mfrared spectra and/or other data of approved matenals of file at the Matenals and Tests Laboratory m Austm, Texas. f. When deemed necessary by the Engmeer, asphaltIc surfaces exhibItmg polIshed aggregate shall be pnmed WIth a sealer, adheSIve, or adheSIOn 6-65 Technical Specifications & Description of Pay Items promoter meetmg the reqUIrements specIfied for sealers, adhesIves, and adhesIon promoters to be used on portland cement concrete surfaces g. All other pavement surfaces may be prepared by any effectIve method, approved by the Engmeer, that wIll msure complete removal of all matena1s or condItions deletenous to proper adhesIon of the markmgs to the roadway surface 5.0 PERFORMANCE Installed pavement markmgs shall meet all reqUIrements of thIS speCIfication for a mmImum of 30 calendar days after final mstallatIon of pavement markmgs IS complete Pavement markmgs that fall to meet all reqUIrements of thIS speCIficatIon shall be removed and be replaced wIth pavement markmgs meetmg the reqUIrements of thIS speCIficatIOn at the expense of the Contractor The Contractor shall replace all pavement markmgs faIlmg the reqUIrements of the speCIficatIon wIthm 30 workmg days followmg notificatIOn by the Engmeer of such failIng pavement markmgs. All pavement markmgs, mcludmg replacement markmgs, shall meet all reqUIrements of thIS speCIficatIOn for a mmImum of 30 calendar days after final mstallatIon of ongmal and necessary replacement pavement markmgs. 6.0 MEASUREMENT AND PAYMENT Shown on the Plans are the speCIfied colors, WIdths, and configurations of reqUIred markmgs along WIth a quantity computatIOn for each type Quantity estImates are gIven for Contractor's mformatlon only a. Measurement of applIed matenal WIll be conSIdered as described m the Proposal and Plans. b Payment. All lane and word/symbol markmgs, mstalled m place, wIll be paid for at the UnIt pnce bId as speCIfied m the bId Item lIst. Said payment shall be full compensatIOn for all cleanmg and removal, furnIshmg and mstalhng all markmgs and for all labor, eqUIpment, tools, matenals, and mCldentals necessary to complete the work. 6-66 Technical Specifications & Description of Pay Items SECTION 7 DALLAS AREA RAPID TRANSIT PERMITTING THE CITY OF corrELL DALLAS AREA RAPID TRANSIT (DART) PERMITTING 70 DART The Contractor wIll be responsible for coordInatmg wIth DART for work wIthm the DART nght-of-way A portIOn of the work for MacArthur Blvd. @ Belt Lme Rd. ProJect #TR 03-0l(A) IS located WIthIn thIS nght-of-way 7 1 City RespullsiLlltly The CIty of Coppell IS currently coordmatIng the plan approval process through DART for thIS proJect. Attached m thIS section IS the LIcense Agreement between DART's predecessor and the CIty of Coppell for the eXIstence of the street and SIgnal WIthIn the nght-of-way Once the CIty receIves an amended agreement, or permIt, that wIll be forwarded to the Contractor for their record. 7 2 Contractor ResponsibIlIty When workmg WIthIn the DART nght-of-way, the Contractor shall have the responsibIlIty of complying WIth any reqUIrements of the owner (DART), or the operator (Fort Worth & Western Railroad) The Contractor WIll be responsible for completIng a "Contractor's 'RIght of Entry' Agreement" WIth DART An Example of thIS agreement IS Included In thIS section for reference only A project specIfic agreement WIll be Issued by DART With the CIty'S approval process No addItional payment wIll be made to the Contractor for thIS work. 7-2 DART Permitting TO THE CONTRACTOR: NO WORK WITHIN DART RIGHT-OF-WAY IS AUTHORIZED UNTIL THIS DOCUMENT IS PROPERLY SUBMITTED AND THE REQUIRED INSURANCE IS APPROVED BY DART. Certain information in Section 1 may not be available at the time this document is submitted to the Licensee The License Agreement No and Date will be completed by DART The date of the Construction Agreement and Contractor's Right of Entry will be entered when the document is fully executed Please complete the following information 1) Legal name and address of the company on pages 1 and 4, 2) Projected completion date of work within the right-of-way in Section 1 (evidence of insurance must be provided to DART until all work within the right-of-way is completed), 3) Three (3) completed originals signed by the president or a vice president of the company, and 4) Documents must be submitted to DART together with evidence of insurance which meets the requirements set forth on pages 2-3 Allow at least 2 weeks for insurance review Return documents with evidence of insurance to. Dallas Area Rapid Transit Commuter Rail & Railroad Management Attn Denise M Perez POBox 660163 Dallas, Texas 75266-7210 When scheduling your project, please consider that notice must be given to the operating railroad and to any existing utility companies occupying the right-of-way in the vicinity of this work prior to commencing construction activities Additionally, both DART (Denise Perez at 214-749-3525) and the operating railroad must be notified at least five (5) working days before commencing work on DART premises and upon completion of such work. The operating railroad to be contacted in this case is Fort Worth & Western (FVVWR) , Steve Baker, 817-946- 6316(m) Also, note that flagmen and/or posting on the Daily Operating Bulletin ("DaB") may be required for an additional fee Please contact Denise M Perez at (214) 749-3525 or doerez2@dart.oro with any questions or concerns regarding this agreement. AGREEMENT NO STANDARD CONSTRUCTION AGREEMENT AND CONTRACTOR'S RIGHT OF ENTRY THIS AGREEMENT, dated , 2006, is made by and between DALLAS AREA RAPID TRANSIT ("DART"), a regional transportation authority created and existing pursuant to Chapter 452, Texas Transportation Code, VAT C S , as amended ("the Act") and , hereinafter called "Contractor", whose mailing address is WITNESSETH For the period not to extend beyond , 2006, DART hereby permits Contractor to enter upon the property of DART on a tract of right of way of the Cotton Belt Line located at MacArthur Boulevard, Mile Post 606 20, in Coppell, Dallas County, Texas, as may be necessary in connection with traffic signal installation work to be performed on DART premises by Contractor under agreement between Contractor and the City of Coppell, a municipal corporation, (the "Contract"), and for no other purpose Contractor understands that the Contract and all work to be performed thereunder is subject to the terms and conditions contained in License Agreement No , dated the _ day of , 2006, issued by DART to the City of Coppell, a municipal corporation, which is incorporated herein by reference 2 Contractor agrees to (a) Perform that portion of the work on DART premises in accordance with plans and specifications approved by DART and Fort Worth and Western Railroad (the "Railroad" whether one or more than one) in such manner and at such times as shall not endanger or interfere with DART's or Railroad's representatives Contractor shall submit to DART and Railroad, for approval, all construction details, falsework and other incidentals not detailed in plans, insofar as they affect DART and Railroad (b) Maintain, at Contractor's expense, competent flagmen to protect and control movement of vehicles and equipment of Contractor while upon DART premises. (c) Notify DART and Railroad at least five (5) working days before commencing work on DART premises and within five (5) working days after such work is completed (d) Keep all equipment, tools and materials stored at least fifteen (15) feet from the center line of any operable track. Explosives or other highly inflammable substances or any hazardous materials regulated pursuant to federal or state regulation will not be stored on DART premises without the prior approval of DART's representative (e) Remove all of Contractor's tools, equipment and materials from DART premises promptly upon completion of work, restoring DART premises to the same state and condition as when Contractor entered thereon (f) Reimburse DART and Railroad for all costs and expense incurred by DART and/or Railroad in connection with said work, including without limitation the expense of furnishing such inspectors, watchmen and flagmen as DART and Railroad deem necessary, the installation and removal of falsework beneath tracks, and restoration of DART's property to the same condition as when Contractor entered thereon, or to a condition satisfactory to DART's representative City of Coppell-Traffic Signal MacArthur 1 of 4 Mile Post 606.20 (g) Remove any lien against DART's property arising from performance of work hereunder by Contractor or any subcontractor 3 Contractor agrees to release, defend and indemnify DART and Railroad, from and against all loss, damage, claims, costs, expenses, including attorney's fees, and liability for bodily injury to or death of any persons and loss of or damage to any property and loss of use thereof (including but not limited to employees, subcontractors, agents, invitees and the property of each party hereto) arising out of or in any way connected with the work under said agreement upon or adjacent to DART property, whether or not caused or contributed to by the presence or operation of DART or Railroad trains, engines, cars or other equipment, structures or facilities of DART or Railroad or any other party, or by negligence or alleged negligence on the part of DART or Railroad, or any of DART's or Railroad's agents, employees, contractors, subcontractors or invitees. In the event any part of the provisions of this section are determined by any statutory enactment or judicial decision to be void or unenforceable, then this section shall not fail in its entirety but will be enforceable to the extent permitted by law. For the purposes of this section, the term "Railroad" shall include any other railroad company using DART property with DART's consent and any affiliate, subsidiary or lessor of DART 4 Prior to start of work or occupancy of premises under this agreement, Contractor agrees to procure and maintain at its sole cost and expense, the following types and amounts of insurance with an insurer or insurers and form satisfactory to DART Comprehensive general and automobile liability insurance with contractual liability endorsement and products and completed operations hazards included, which shall provide coverage for combined single limits of not less than $2,000,000, as further outlined below All insurance coverage's required by the attached agreement shall provide the following as a minimum standard (a) Comprehensive General Liability With Contractual Liability Endorsement. -Combined single limit of at least $2,000,000 -DART, Railroad and all affiliated companies and organizations are named as additional insureds without any qualifications or restrictions -DART must have 30 days notice of cancellation or modification (b) Comprehensive Automobile Liability Policy -Combined single limit of at least $2,000,000 -DART and Railroad are named as additional insureds without any qualifications or restrictions -must have 30 days notice of cancellation or modification (c) Workers' Compensation Insurance -Providing Statutory Benefits under the Workers' Compensation Act of the State of Texas and/or any other State or Federal Law or Laws applicable to the Contractor's employees performing the work under this agreement. City of Coppell-Traffic Signal MacArthur 2 of 4 Mile Post 606.20 -Employer's Liability Insurance with limits of liability of not less than $500,000 each accident, $500,000 each employee for disease and $500,000 policy limit for disease -Endorsed with a Waiver of Subrogation Endorsement, waiving the carrier's right of recovery under subrogation or otherwise from the Authority (d) Contractor agrees to furnish DART Certificates of Insurance (or, as and when DART may direct, copies of the actual insurance policies) as evidence of the coverage's outlined in (a), (b) and (c) above Approval will be expedited if all required coverage's and the following endorsements are included on the Certificates -Endorsement showing DART and its affiliate cor;npanies and organizations named as additional insureds The certificate must specify that the endorsement is applicable to the General Liability and Auto Liability Policies -Contractual liability endorsement -Endorsement removing exclusions from contractual liability endorsement for operations within 50 feet of a railroad or the purchase of a Railroad Protective Policy -Endorsement removing exclusions for XCU hazards. -Waiver of subrogation endorsement specific to Workers' Compensation 5 All policies should contain a cross liability endorsement reading as follows "It is agreed that the inclusion of more than one person, corporation, organization, firm or entity as insured under this policy shall not in any way affect the rights of any such person, corporation, organization, firm or entity with respect to any claim, demand, suit or judgment made, brought or recovered by or in favor of any other insured. This policy shall protect each person, corporation, organization, firm or entity in the same manner as though a separate policy had been issued to each, provided that this endorsement shall not operate to increase the company's limits of liability as set forth elsewhere in this policy" 6 The permission herein given shall not be assigned by Contractor without the prior written consent of DART except in the case of subcontractors who shall be deemed agents of Contractor subject to the terms of this agreement. 7 No vehicular crossing over DART's track shall be installed or used by Contractor without prior written permission of DART 8 No work shall be done between the hours of 6 00 pm and 600 a.m , nor on Saturdays, Sundays or legal holidays without prior written permission of DART 9 At DART's request, Contractor shall remove from DART premises any employee of Contractor or any subcontractor who fails to conform to the instructions of DART's representatives in connection with work on DART premises, and any right of Contractor to City of Coppell- Traffic Signal MacArthur 3 of 4 Mile Post 606.20 enter upon DART premises shall be suspended until such request of DART or Railroad is met. Contractor shall indemnify DART against any claim arising from the removal of any such employee from DART premises. 10 Company-issued photo identification is required of all contractors and subcontractors working on the DART premises IN WITNESS WHEREOF, the parties hereto have caused these presents to be executed in triplicate the day and year first above written DALLAS AREA RAPID TRANSIT By KATHRYN D WATERS Vice President Commuter Rail & Railroad Management CONTRACTOR By Printed Name Title Address City of Coppell-Traffic Signal MacArthur 4 of 4 Mile Post 606.20 Af'PRQVln A 0 fC~M !:l'~ G[IIo[f;lAL C:U1\j5fl ""ARCHj" 191~ ( 5 7367 STREET OR HIGHWAY EASEMENT wl1ia Inbl'ttturl'. rrade this J~ Md ST. LOUIS SOUTHWESTERN RAILWAY a Mlssouri corporation, day of /fI a y COMPANY, 1916 by and lH't\\ een herem called Railroad and CITY OF COPPELL, POBox 478 Coppell. Ti{ 75019 a municipal corporation of the State of Texas, address r.erelrl called Cl'antt'e .ltnt1lSl'l11= I That Railroad hereby grants to Grantee the nght to construct. reconstruct. maintain and use a s~reet or highway hereinafter ~l'I'med high"", upon and arross the real property descnhed on the attached f::'h,b,t A The'lght....'" herem granter! are expl.es~iy Im:tcd vertically and shall r,Ol extend beyond a plane parallel \\ ith dnd twt"nl v l(?Of rppl "hnvp trw rn~V1UJ'I'y ""r('l.C" 'f th-=- ~lgh'\'3J 3: ;}rgi:iJ.~i', Cvll"tl J..:::tt.'J tAU:i-'t lhal 11~t'ILIJlg [lxLures and Slml Idl' hlgh"av afJpurtenances may extend above said p~anc fJrG"ided that any such facilities will be removed or rearranged .\ l~hln thlrly (:101 days aiter notlflcat:on from Ra.ilroad that such faC'll1tJ~~ Interfere with Railroad 5 Intended U~l' of the ~pac[' above ..:;d.lrl plane '~ This gTrl.nt IS slJbjPct and subarci.nate to thF' prlnr nght of Radroad Its successors and asslgns to IIse all the pt.o- pertJ rlcscl'lbed In the pprformance of Its dut\ as a common carner and th('re ]s reserved unto Railroad Its Successors and assl~rns the nght t.o construct reconslruct malnt...lln U>L' and remo\c eXisting iind future transport.atlon communIcatIon !Jo\\cr and plpenne lacrltlleS n Jpon. over under across or ajong said property In the event Railroad trackage facilities are removed from ,aid fJrnperty Railroad shall nut he oollgated to make any change In the grade uf said highway nur ,hall such removal affecr Railroad s title t.o the underlYing properly ThIS grant IS sul)Ject tc all licenses leases, easements restnrtlOns. conciltlons, covenants, encumbrances liens and clalITls of title which may affect said property and the word grant shall not be construed as a covenant against the t"xlSlence lhereo( ~ Thc I'Khts herf':r granted ,hall lapse and becnme ,old if the construclion or reconstruction of said h'gh"ay IS not 'nmrrcnced .......Ith,n l...o (2) ypr\/'<; frOM the date first herem written -) Thl~ grant -,hat! not be construed as conveYing or othen.....Jse vestIng In Grantee the right to Install or to autnOr]7.e lrlP 'nstallCltlOn or ar.y Jlt.che, p'pe, drains sewcr 01 underground structures or the faCilities of any telegraph. telephone or P!e-t'lfll' prl'...:er Ilne<:, Ir llJ)on ever unJer acr(\s~ or dlong <".1.ld property exrept as necessary for maintenance of ~(-lld hl~h\' (tl, h (rl';'!!lLpt' ~h~11 ()h~(itn an\' nec€ssan. g-nvpr'imental (l.,:thor.tj to run.:;truct reron~truct maintaIn and u:;e said hl~h\\.dY Anv I ontl'~tnr pf'rform,ng \\-ork on tht property herein desrnberl c.haJi e'(~cute Railroad s standard lorm of contractor ~ .1gH'E'ment pnor to commencing any \\-'QrK on Railload s rreml~e.s r.xcppt as herein otherv.'lse prOVided ('I'untee shall bear the entire ~xrense of cunstrucLJng recon5tn;ctmg and main. rllnltlg .said hl!;~.h,~.,"',.1 The crossing o( saId hlgh\\ a)- QVPf anv trac~_... of R.a.lIroad shall ex' constr:Jctcd and ma nt.i:lIned at the v'ad,' of s.,,(] tracks new or hereafter cX:,lInj:[ After thc constructIOn 01 reconstl ucllon of said hlgh\\ ay has heen rompleted RAI!road ~h;:lli m;Hnlaln the surf(i('e of that plJl"llOn of <..;ald hlgh\\-3) helv..'ef'n Jine~ two 12) feet outSide the rails of each tr<lck I(l( alpd thereon ~h(luld Railroad abannlln tracks leadlTlg" to 5..UU hlghv.'3V Railroad may abandon its falls tIC" and apJ..lUllp r 'Int cnatertdls "od leave same In nloce In such event Railroad shall not be liable fOI' m",ntenanee of the [JOltlon of ,aid h]gh\\ ri}' c;,peclfle<1 above i< "" p"rt ,un"deratlon herefor (;rantee agrees to pay R:lIlroad an amount equal to all assessmencs leVIed by 001 I(ndlilllodr ;q!l{lnsllhe pn)~lcrtv of Railruad to defr.1y an) part of tne expense Incurred In connection WIth the COnSll"ucllOn 01 rf'c 'JrSlnl(ttnf! o! .:..aid hlgh-wav commenced \\'lthn two IL) years from the date fIrst herem \\'nlten 9 ~llulJld {.rarlre at any tlrr,e ahrtndon the use of saId property or any part thcreof III fall to use the 5~m€ for salli TlI,r1'11';P ior 1 ('nnt nljnll\:; ;'P,,",Iv! nr 0~C 11 \ t' ..J:, ~h~,,-, hru"~I..J ,)11<\:: I.."t.'d::>l:" lu Lilt: ~^LenL uf lhe jJse so abandoned 01 dl~i'onlltl ,,'d and R.,ilro<u1 shall at once ha ", the nghl In addition to but not In qualtfication of the nghts herelnabov~ rt' ~t'ned La le~drT:t' exclu-""'Ive n05.Se.o-Slon of ~.dld proper'ty or tht:> part t.h(-"I"eof the use of \l,.hlCh is so discontinued or ab<lndoncd [ ipnn lp!"r,Jlnatlon ("If the fights her~by granted r'r<lntef! aglees to removE' saId highway Including the pavmg from SdHi ",opert\ of Railroad to re,;torr 'did f)roperty as nearly a, practicable to the same state and condition n whICh It eXlsl.ed prIOr ", (onSlructi.Jn I!f said highway and to Ilear the e^pen~e thereof Should (,rantee In such event fad lIegled or refuse u so '('rnuv(' ..,ald hll,;hv.dY and r~store ~ald propert\ ~uch rerro.....al and restoration may be performeo hy Hailroad at thE:' ~'(peli:-:'t' of (JL1r:tCj \\ Inch pxpense Grantee agrees to p:t\' to Ra,Jruad upon demand Iii ThIS nrirntUl'r shall Inure to the hc~ef,t of ;Inri I". blnd,n~ lipon the successors and assigns of the \.lartl~s hHf'lo 11 SectlOr.s 12 to 17, inclusive, on the attached insert, are hereby made parts of this lJ1denture I" \\JTSLS::, I\'IIFHHlf Ihe \.lutles heret.o ha c '''"Sl'O th,'se prest'nts to be exeruted In dupltcate a, of the day and (.\1 r It sr 1 t"rf'I'l .... nllcn ST LOUIS SO~]THWESTERN RAILWAY COMPANY, P L7 ~~ By ~ {Ti t.le} Atte st _~':J~~ {Jij ~ 11 Asslstant Secretary :~~ By ,(},.,~~A"-? Mayor Clerk ~ .5) <:Po ~ t () \5\ N "-' S;-", T[ :JF C.~L!FORNI~ l C IV alltl COIUII" OJ 54" FrwltCl%O J g. ~r ~ Sx 0.. litIS c?l -- "" 01 tJ ;"{ ~ Uf 1_,,-,0'" ?"ll-.M ,viIw HWMlI"ft1 aM EII"'" - :N!0fY me. l..LNONA '0(. J. YOU;"ojG. <<Noun'y III tUfd frv 1M Ciry tUfd C_" 01 s.n F'fUfClSt:O, S(<<I~ of ~i!o",lII. ~ON1llv ]()fX!QUO ~. o. Peters and T. ~ O'Do~~ell luto_lO_'O~IM Manager-ltiscellaneous Contracts a;:d Ass~stant Secretarj Ql OFFICtAL SEAL. LENONA M J. youNG Notary Putltle-Callfomla SAN FRAHC/8CO OOUI':TY o{ tiw C'IItJIIO"W~ .... ... .. .... ,_, CIIIICIIlfti , Jw _IIVIf 11ISl'f'LI~1 a.." Q ISO CliO w" to _ III 011'_ ,."",....5.-- ..... ~ II eM ~f of ,,. CO'fIOrflIJOIt _ llI#rftll 'UZmui .,., ~ ,. :l-.. <<*lID"""" 10 _ rtwr SIIDt ~~ _ ~ 1IW SIIIl'tC. My Comm Exp, .My 10. ,- C<M lNft- IN WfT1'(ESS WHEREOF. 1....'--'. SIft..., '-Ii Mtd afflDlti Iff" offlCJlU S6f1( at mv o/flDl ill 1"- Or, .,." 0,""(1 01 .SM F~ ,,.. dIr! .. )1eU III ilia arrrrrazr~ Jim GOOW ~~. ~ .);1.;. ~ Ncxary P1IIlUc 1ft &n4 for U1e Ciry aDd c-f/o( s..(JruJCJJ:O WJ: of C~dom\.L \1 v C~mm.u.swn EJctN'1s 1 wv 10. 1989 . , INSERT .,------ MacArthur Boulevard Crossing TCC-606.20 City of Coppell 12. Railroad shall furnish the necessary labor, materials, tools and equipment and shall perform the following work: (a) install four (4) flashing light grade crossing signals equipped with automatic gate arms, two (2) of which shall be equipped with additional light units mounted on cantilever arms, together with necessary actuating and operating circuits and adequate instrument housing, hereinafter collectively referred to as "signals, 11 at said highway. Said signals shall be located approxi- mately as shown on the print of Railroad's Drawing 85-9732 revised November 5, 1985, attached and made a part hereof; (b) prepare tracks. including necessary relay of rail and ties. and (c) install a rubber pad crossing through the entire crossing area Grantee agrees to reimburse Railroad for one hundred percent (100%) of the cost and expense incurred by Railroad in furnishing materials and performing the work specified in thi~-.~ion 12, for an amount not to exceed $219,278.00 ...:3'4) ~~ 13. Following execution of this instrument, Railroad will order the delivery of all materials required to perform the work contemplated here- in and shall submit to Grantee a bill for eighty percent (80%) of Grantee's share of the estimated cost of materials to be furnished by Railroad. As soon as the crossing signals and/or the crossing surface have been placed in operation, Railroad shall submit to Grantee bills for eighty percent (80%) of Grantee's share of the estimated cost of applicable labor furnished by Railroad. Following completion of audit, Railroad shall submit to Grantee a final bill for the actual total cost of the work per- formed by Railroad, less the progress payments made by Grantee hereunder. Grantee shall pay all of such bills promptly. In the event progress payments made by Grantee exceed the audited total final cost, the difference shall be promptly refunded to Grantee by Railroad. Page 1 of Insert ., 14. After installation of said signals has been completed, Rail- road shall maintain same so long as they remain in place. In federal funds or any other governmental funds for maintenance become available, Railroad shall be reimbursed to the extent of such availability. 15. The work to be performed by Railroad hereunder shall be com- menced as soon as labor and materials are available, following execution of this instrument Railroad shall use its best efforts to complete its work herein described by June 17, 19~~~ ~.~ 16. Upon the opening of said h~way to public use, the existing crossings at Mile Posts 606.28 and 606.49 shall be removed and closed to public use. ~ j"o/JT;. 17. The parties inten~ that the promises and obligations of this indenture shall constitute covenants running with the land so as to bind and benefit their respective successors and assigns * * * * Page 2 of Insert .. " , p'" I 'I" ,rj Exhibit "A" BEING a tract of land in the City of Coppell out of the Singleton Thompson Survey, Abstract No. 1493, Dallas County, Texas and being more partic- ularly described as follows: COMMENCING, a.t a 3/8-inch iron rod found at the intersection of the Southeast Property Line of a 130-foot Dallas Power and Light Co. Right-af-Way, as recorded in Volume 4594, Page 302 of the Deed Records of Dallas County, Texas, ~ith the Northerly Line of the St. Louis Southwestern Railway Company's land (100 feet wide); THENCE, S 86. 21' 18" E. along the said Northerly Line of the St. Louis Southwestern Railway Company's land, a distance of 674.44 feet to the PLACE OF BEGINNII~G. THENCE, S 860 21' 18" E, continui n9 along said Northerly 1 i net a di stance of 180.22 feet to a point for corner; THENCE, S DO. 02 I 08" hi, a di stance of 100.20 feet to a poi nt for corner in the Northerly Line of Belt Line Road (120-foot R.O.W.); THENCE, N 86. 21'18" W, along last said Northerly Line of Belt Line Road. and also the Southerly Line of land (100 feet wide) of St. Louis Southwestern Railway Company. a distance of 180.22 feet to a point for corner; THENCE. N 00. 02' 08" E. a distance of 100.20 feet to the PLACE OF BEGIN- rHNG; CONTAINING, 0.4137 acres (18,021.87 sQ. ft.) of land. Page 1 of 1 " 1 b It) I Proposed 84'RlltJber \ r" J PropoudtgL36",6 148' R.CP E_$. 6683f59 J MP .t" 60620 r" Ft. WOrth b It) ,I Propoud Con',-Lellff 519"01 V MOIfI Un. "e" 8ronch 8S1j.; , M" Plea,ont a Gales 1 BELT LINE ~\ :t.1 i\ \..:jl c) ~ N ROAO 1 \ \ 1 Scole I": 100' 450 ,.". " . I~E W -~ .'J! -""I?' l -. 1 44.5 ~ o o - - '.,0' F L 43822 II') (2)"6""48' g ,. ,. o 0 1 440 L ... o FL. 439'4, ~(.J)24"/C "0' o c o - - 1"=50' Hor L I" = 10' Vert. St. Louis Southwestern Raih.w.v CCMTlPG"V CO"PELL. Tf XA5 Proposea fIIIocA,t"lJr BDulrvord L X-SECTION OF R 0.... ALONG PRO { OF' CROSSING CITY OF COPPELL. LEGEND O'fI~. 01 Ar_ En9'''..r DOlloI, Tr.". \"'cl As Shown wAr.. S[C s...n' D....... .,. c."""..[0 ... R rrJ - Pro COfl$frllC1lon ,,'-,......"......'Pro. Easemeflf - - --ROlfwo R. O. W. .()uTE"" TC C CO" 'l =r4-o;;:a: ... 606'20 ".5-lJ, 1>..,..,00:, NO 8' -97 3Z M( v.s,t ~ hJ S".ff:'" "0 r:.r ""...u Co. I Dr. I