Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
ST9905-CN061010
i CONSTRUCTION SPECIFICATIONS AND CONTRACT DOCUMENTS FOR Bethel Road I Project From City Limit Line to Freeport Parkway Project # ST 99-05 Bid No. Q-0806-01 And Bass Pro Drive SH 121 N. Frontage Road to City Limit Line FOR THE CITY OF COPPELL AND THE CITY OF GRAPEVINE July 2006 1-1 uiu.ucns TABLE OF CONTENTS Page # Section 1 - Bidding Documents Addendum #1 Addendum #2 Addendum #3 Addendum #4 Notice to Bidders 1-5 Instructions to Bidders 1-6 __ ProposaUBid Schedule 1-17 Prevailing Wage Rates 1-39 -- Section 2 - Contract Documents 2-1 Standard Form of Agreement (Bethel Rd) 2-2 Certificate of Insurance (Bethel Rd) 2-8 - Instructions for Bonds (Bethel Rd) 2-9 Performance Bond (Bethel Rd) 2-10 Payment Bond (Bethel Rd) 2-12 - Maintenance Bond (Bethel Rd) 2-14 Standard Form of Agreement (Bass Pro Dr) 2-16 Certificate of Insurance (Bass Pro Dr) 2-22 Instructions for Bonds (Bass Pro Dr) 2-23 Performance Bond (Bass Pro Dr) 2-24 _ Payment Bond (Bass Pro Dr) 2-26 Maintenance Bond (Bass Pro Dr) 2-28 __ For this project, the Standard Specifications for Public Works Construction -North Central Texas Third Edition, as prepared by the North Central Texas Council of _ Governments, the City of Coppell Standard Construction Details (Ord.#2005-1019), shall govern all work to be done, together with any additional Supplementary -- Conditions, Specific Project Requirements, General Notes or Description of Pay Items included herein. - Section 3 - City of Coppell's Supplementary Conditions 3-1 to the NCTCOG General Provisions Section 4 - Specific Project Requirements 4-1 Section 5 - Description of Pay Items 5-1 -- 1-2 Bidding Documents Section 6 - Technical Specifications 6-1 Traffic Signal TS2-TYPE 2 Cabinet 6-2 - Fully Activated Solid State Controller Unit (TS-2) 6-12 Mast Arm Pole Assembly 6-28 Polycarbonate Resin Traffic Signal Heads 6-32 - Underground Traffic Signal Requirements 6-39 Traffic Signal Cable & Wire 6-45 Power Service 6-58 -" Vehicle and Pedestrian Detectors 6-61 Spread Spectrum Radio 6-67 Internally Illuminated Street Signs 6-68 Emergency Response Management System 6-71 Video Imaging Vehicle Detection System 6-81 Project Sign -City of Coppell 6-92 Entry Monument -City of Coppell 6-93 _e Gabion Structures 6-98 Cement Treated Base 6-103 Nationwide Permit 39 6-106 Section 7 - Special Provisions 7-1 Qualifications of Gabion Contractor 1-3 Bidding Documents SECTION 1 BIDDING DOCUMENTS -- T H E C I T Y O F COPPELL ~ ~ ~ ~ r o __ F x A s , 8 q 1-4 Bidding Documents BID PROPOSAL ADDENDA NO. 1 ADDENDUM NO: ONE ISSUE DATE: August 17, 2006 - PROJECT NAME: BETHEL ROAD I BID DATE: August 24, 2006 ST 99-OS Bid No. Q 0806-01 Bass Pro Drive LOCATION: COPPELL, TEXAS GRAPEVINE, TEXAS _ _ ISSUED BY: City of Coppell City of Grapevine __ 1. This addendum modifies and extends the requirements of the plans and construction specifications for the above referenced project. -- 2. Staple these addenda to the inside of the rear cover of the construction specifications or bind it into the construction specifications at the end of the Bid Proposal. 3. Note receipt of all addenda on the Bid Form located in the Bidding Documents, and also on the outside cover of the envelope containing the Bid Documents. CONSTRUCTION SPECIFICATIONS Item No. 1 Page 1-34 Bid Item Item No. 2 Page 1-37 Bid Item Page 5-37 Section 2.92 The following shall be a "I-94-B" should read "I-94-CB" "I-113-CA" should read "I-113-CB" "Pay Item #I-113-CA" should read "Pay Item #I-113-CB" dded: Page 1 of 7 The mitigation area is along and within the improved gabion channel section and includes the portion of gabion channel previously constructed (Sta. 21+75 to 26+10). Item No. 3 Page 5-15 Section 2.38 "Pay Item #I-51-CA" should read "Pay Item #I-51-CB" Item No. 4 Page 5-16 Section 2.40 "Pay Item #I-53-CA" should read "Pay Item #I-53-CB" Item No. 5 Page 5-19 Section 2.52 "Pay Items #I-65, 66, & 67-CA" should read "Pay Items #1-65, 66 & 67- CB" Item No. 6 Page 5-26 Section 2.74 "Pay Item #I-94-CA" should read "Pay Item #I-94-CB" Item No. 7 Add: There will be a separate Bonus and Penalty associated strictly with the closure of Bethel Road. At the August 8, 2006 City Council meeting, Council authorized the closure of Bethel Road for a period of time to allow for the construction of a cast in place multi-box culvert beneath Bethel Road and the lowering of the 16" water line and the adjustment of the 12" sanitary sewer line, and for other items generally associated with Pay Items 1-51-CB, 1-53- CB, 1-55-CB, 1-56-CB, 1-57-CB, 1-58-CB, 1-59-CB, 1-65-CB, 1-66-CB, 1-67-CB, 1-74- CB, 1-94-CB, 1-1 l3-CB & 114-CB. - To facilitate the construction of the box culverts and other necessary work, the City of Coppell will allow the closure of Bethel Road for a period of 45 calendar days. The closure should generally take place in the time period of February 2007 to May 2007. The City of Coppell will provide a $2,000 /day bonus for every day before 45 calendar days that Bethel Road is opened back up to two way traffic (i.e. if opened back up in 40 days there will be a $10,000 bonus given). The City of Coppell will assess a $2,000 /day penalty for every day beyond 45 calendar days that Bethel Road is closed to accomplish the necessary work (i.e. if closed for 48 days there will be a $6,000 penalty assessed). NOTE: The maximum allowable bonus is capped at $30 000 however the nenalt~ assessed for keeping Bethel Road closed beyond 45 days is unlimited Page 2 of As part of the allowed closure, the successful low bidder will be required to provide detour signage to direct traffic as follows: 1) Eastbound -south on Freeport Parkway, east on Burns, and north on Coppell Rd. back to Bethel Road; and 2) Westbound -south on Coppell Rd., west on Burns, and north on Freeport Parkway back to Bethel Road. - In addition to the appropriate detour signage, the successful low bidder will also be required to provide a directional sign on eastbound Bethel Road, near its intersection with Freeport Parkway that lists the downtown businesses. This sign will generally be located -- in close proximity to the initial detour sign for eastbound traffic on Freeport Parkway. There will no additional compensation for any additional detour signs associated with the closure of Bethel Road. Any additional cost associated with the detour signs or the business signs shall be considered subsidiary to the above listed 14 bid items associated the CB bid items. Item No. 8 Page 1-31 Bid Item "I-77-CA" Quantity should be "90 LF" Item No. 9 Page 1-31 Bid Item "I-78-CA" quantity should be"77 LF" Item No. 10 Page 1-37 Bid Item "I-114-CB" shall be added as Item No. Quantity Unit Description and Unit Price in Words Unit Price Total Price I-114-CB 5100 CY Channel Excavation, Complete In Place Dollars and Cents per CUBIC YARD. Page 5-37 -- Pay Item I-114-CB shall be added as: "Section 2.93 Pay Item #I-114-CB -Channel Excavation - This pay item shall consist of all work necessary to excavate and where necessary place fill for tributary G-1 from Sta 26+10 to Sta 34+00, including proper disposal of excess material. Payment shall be made on the basis of net in place fill in accordance with - plans and cross sections. Page 3 of 7 Payment for gabion structures is not included in this bed item. Payment for mitigation _._ plantings along Tributary G-1 is not included in this bid item." Payment shall be made on the basis of price bid per cubic yard (CY) and shall be total - compensation for furnishing all materials, tools, equipment, labor and any other incidentals necessary to complete the work." Item No. 11 Page 1-12 Section 15 Submission of Bids The following shall be added: "Contractor shall be required to provide one bid bond covering the total amount bid for both Bethel Road and Bass Pro Drive." Item No. 12 Page 1-10 Section 8 Contract Time The following shall be added under 8.1: "Contractor to provide one schedule covering both projects. Projects are to be done concurrently and the calendar days bid shall apply to the overall project completion." Item No. 13 Page 1-16 Section 30 Testing Requirements The following shall be added: "The cities of Coppell and Grapevine shall hire one materials testing firm to complete all testing as required by the plans and specifications in both cities." Item No. 14 Page 5-30 Section 2.82 Pay Item #1-102-CA City Entrance/Monument Sign The following shall be added: "Full size plans for the City Entrance Sign are available for review at the Engineering Page 4 of 7 Department, City of Coppell, 255 Parkway Blvd., Coppell, Texas 75019." To request the plans by e-mail, send an e-mail to staylor@ci.coppell.tx.us. Item No. 15 Page 1-37 - Change Summary to: "TOTAL CA BID ITEMS BASE BID I-1-CA thru I-111-CA" -- And "TOTAL CB SUPPLEMENTAL BID ITEMS I-51-CB thru I-114-CB" Item No. 16 Page 1-38 Change BID summary to: "TOTAL BID ITEMS BASE BID I-1-CA thru I-111-CA __ I-51-CB thru I-114-CB" Item No. 17 Page 1-40 Bid Item "I-13-G" should read "I-13-CA" "I-14-CA" should read I-14-G" __ Item No. 18 Page 1-41 Bid Item "I-16-CA" should read "I-16-G" Item No. 19 Page 1-52 - Bid Item "I-86-CA & I-87-CA" should read "NA" under Unit Price and Total Price Item No. 20 Page 1-53 Bid Item "I-94-B" should read "I-94-CB" Item No. 21 Page 1-56 _ Bid Item "I-113-CA" should read I-113-CB and "NA" under Unit Price and Total Price _ Item No. 22 Page 1-10 Section 7 Interpretations and Addenda The following shall be added under 7.1: - "No questions shall be answered after 10:00 am on Monday August 21, 2006" Page 5 of 7 Item No. 23 Page 6-109 - Page 6-109 shall be added as "City of Grapevine Construction Sign Detail" Page 1-3 Add "Project Sign - City of Grapevine" to Table of Contents Section 6 CONSTRUCTION PLANS Item No. 1 Bethel Road Sheet 63B _ Box Culverts P & P The following note shall be added to the plan view of the box culverts at the Bethel __ Road crossing: "Proposed water main lowering to clear proposed 4-6' x 10' box culverts per City of Coppell std. detail 4200" -- Item No. 2 Bethel Road Sheet 63G Gabion Wall Details Add sheet 63G -Gabion Wall Details to the Bethel Road Plans Bethel Road Sheet 63A Box Culverts P & P Change drawing reference at four storm drainage connection points from "Sheet 84" to "Sheet 63G" Item No. 3 Bass Pro Drive Sheet 1 Cover Sheet Change "Roger Nelson" to "Bruno Rumbelow" Change "Jerry Hodge" to "Matt Singleton" Item No. 4 Bass Pro Drive Sheet 2 General Notes - Under General Notes # 23: Page 6 of 7 Change " 25% Maintenance Bond" to "50% Maintenance Bond" Under Utility Notes #l: Change City of Grapevine contacts from "Khris Seaver (Water/Wastewater Superintendent)" to "Frank White (Utility Manager)" and from "Danny Porter (Street Superintendent)" to "Kirk Howard (Street/Drainage Manager)" Page 7 of 7 BID PROPOSAL ADDENDA NO. 2 ADDENDUM NO: TWO ISSUE DATE: August 22, 2006 PROJECT NAME: BETHEL ROAD I BID DATE: August 31, 2006 ST 99-OS Bid No. Q 0806-01 Bass Pro Drive LOCATION: COPPELL, TEXAS GRAPEVINE, TEXAS ISSUED BY: City of Coppell _ City of Grapevine 1. This addendum modifies and extends the requirements of the plans and construction specifications _ for the above referenced project. 2. Staple these addenda to the inside of the rear cover of the construction specifications or bind it into _.. the construction specifications at the end of the Bid Proposal. 3. Note receipt of all addenda on the Bid Form located in the Bidding Documents, and also on the -- outside cover of the envelope containing the Bid Documents. 4. This addendum delays the bid opening to Thursday August 31, 2006 at l O:OOAM. Page I of 1 BID PROPOSAL - ADDENDA NO. 3 - ADDENDUM NO: THREE ISSUE DATE: August 24, 2006 PROJECT NAME: BETHEL ROAD I BID DATE: August 31, 2006 ST 99-OS Bid No. Q 0806-01 Bass Pro Drive LOCATION: COPPELL, TEXAS GRAPEVINE, TEXAS ISSUED BY: City of Coppell City of Grapevine I. This addendum modifies and extends the requirements of the plans and construction specifications _ for the above referenced project. 2. Staple these addenda to the inside of the rear cover of the construction specifications or bind it into _ the construction specifications at the end of the Bid Proposal. 3. Note receipt of all addenda on the Bid Form located in the Bidding Documents, and also on the __ outside cover of the envelope containing the Bid Documents. __ CONSTRUCTION SPECIFICATIONS Item No. 1 Page 5-5: Section 2.8 Pay item I-8-G- Tree Removal Delete the following words; " (mainly associated with channel improvements) ranging in size from 6" to 36" as shown in the construction documents titled "ST 99-OS". Item No. 2 Page 1-20 & 1-39 Bid Items "I-1-CA and I-1-G" should have a quantity of 1 LS. Item No. 3 Page 5-3: Page ! of 8 Delete last paragraph of 2.1 and replace with "this item shall be paid as a maximum of 5% (total bid amount for Coppell or Grapevine)". Item No. 4 The following bid items for Coppell should have a bid quantity of 0.84 LS: Bid Item page I-2-CA 1-20 __ I-19-CA 1-22 I-20-CA 1-22 I-24-CA 1-23 _ I-100-CA 1-3 5 I-101-CA 1-35 I-103-CA 1-35 _ I- l 06-CA 1-35 Item No. 5 The following bid items for Grapevine should have a bid quantity of 0.20 LS: - Bid Item page I-2-G 1-39 I-19-G 1-41 -- I-20-G 1-41 I-24-G 1-42 I-100-G 1-54 -- I-101-G 1-54 I-103-G 1-54 I-106-G 1-55 Item No. 6 The following Pay items for Coppell and Grapevine should read "This pay item shall be bid as 80% for the item in Coppell (I-X-CA) and 20% in Grapevine (I-X- G): Pay Item page 2.2 5-3 _ 2.19 5-9 2.20 5-9 2.24 5-10 2.80 5-28 2.81 5-29 Page 2 of 8 2.83 5-30 2.86 5-32 Item No. 7 Page I-56 Bid item "I-115-G shall be added as Item Quantity Unit Description and Price in Words Unit Total No. Price Price I-115-G 600 LF 4"PVC Sch 40 for irrigation Complete in Place Dollars and Cents per LINEAR FOOT. Item No. 8 Page 3-5 SC - 1.26.8 -City of Grapevine -Insurance Coverage Limits in addition to NCTCOG requirements (For work performed within the City of Grapevine) Add the following new items INSURANCE Except as otherwise specified in this contract, the Contractor and his subcontractors (of any tier) will be required - at their own expense to maintain in effect at all times during the performance of the work, insurance coverages with limits not less than those set forth below with insurers and under forms of policies satisfactory to the City of Grapevine. It shall be the responsibility of the Contractor to insure that he and his subcontractors are -- adequately insured at all times. Failure of the Contractor and his subcontractors to maintain adequate coverage shall not relieve it of any contractual responsibility or obligation. CERTIFICATES OF INSURANCE At the time of the execution of this contract and each subcontract, but in any event, prior to commencing work at the job site, the Contractor shall furnish the City of Grapevine with certificates of insurance as evidence that both the Contractor and subcontractor have the policies providing the required coverages and limits of insurance are in full force and effect. The certificates of insurance shall state the City of Grapevine, as an additional insured where applicable. The certificates shall provide that any company issuing an insurance policy under this contract shall provide not less than 30-days advance notice in writing of cancellation, non-renewal, or material change in the policy of insurance. In addition, the Contractor shall immediately provide written notice to the City of Grapevine upon receipt of notice of cancellation of an insurance policy or a decision to terminate or alter - any insurance policy. All certificates of insurance shall clearly state that all applicable requirements have been satisfied including certification that the policies are of the "occurrence" type. Certificates of Insurance for Contractors and subcontractor furnished insurance and notices of any cancellations, terminations, or alterations Page 3 of 8 of such policies shall be mailed to Risk Management, City of Grapevine, P.O. Box 95104, Grapevine, Texas 76099. COMPREHENSIVE GENERAL LIABILITY This insurance shall be an occurrence type policy written in comprehensive form and shall protect the Contractor and his subcontractors and the additional insureds against all claims arising from bodily injury, sickness, disease or death of any person other than the Contractor's employees or damage to property of the City of Grapevine or others arising out of the act of omission of the Contractor or their agents or employees or - subcontractors. This policy shall also include protection against claims insured by usual personal injury liability coverage, a (protective liability) endorsement to insure the contractual liability assumed by the Contractor and his subcontractors under the article entitled indemnification and completed operations, product liability, broad form property coverage, xcu, premises/operations, and independent contractors. Bodily Injury $1,000,000 Per Occurrence Property Damage $2,000,000 Aggregate COMPREHENSIVE AUTOMOBILE LIABILITY -- This insurance shall be written in the comprehensive form and shall protect the Contractor and his subcontractors and the additional insured against all claims for injuries to members of the public and damage to property of others arising from the use of motor vehicles and shall cover operation on and off the site of all - motor vehicles licensed for highway use, whether they are owned, non-owned, or hired. The liability shall not be less than: Bodily Injury and Property Damage- $1,000,000 Combined Single Limit WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY This insurance shall protect the Contractor and his subcontractors and the additional insurers against all claims under applicable state workers' compensation laws. The insured shall also be protected against claims for injury, disease, or death of employees which, for any reason, may not fall within the provision of a workers' compensation law. This policy shall include an a11-states endorsement. The liability limits shall not be less than: -- Workers' Compensation - Statutory Employers' Liability - $500,000 Each Accident Disease policy limit - $500,000 Disease -Each Employee Refer to Rule 28 TAC 110.110 relating to REPORTING REQUIREMENTS FOR BUILDING OR CONSTRUCTION PROJECTS FOR GOVERNMENTAL ENTITIES. INDEMNIFICATION _ For the consideration included in the bid price, Contractor and his subcontractors shall pay to indemnify and save harmless the City, its agents, guests, consultants (including the Engineer), invitees, employees, from all suits, actions, claims, demands, damages, losses, expenses, including attorney's fees, costs and judgements of every kind and description to which the City, its agents, guests, consultants, invitees, or employees may be subjected to by reason of injury to persons or death or properly damage, resulting from or growing out of any act of commission, omission, negligence or fault of the Contractor and his subcontractors, their agents or Page 4 of 8 employees, committed in connection with this contract, Contractor's performance hereof, or any work performed hereunder. Contractor and his subcontractors shall indemnify and save harmless the City, its agents, or employees and consultants (including the Engineer), from and against all claims, demands, actions, suits, damages, losses, expenses, costs including attorney's fees, and judgments of every kind and description arising from, based upon, -- or growing out of the violation of any federal, state, county, or city law, bylaw, ordinance or regulation by the Contractor, its agents, trainees, invitees, servants, and employees. _ WAVER OF SUBROGATION The Contractor and his subcontractors shall require their insurance carrier, with respect to all insurance policies, to waive all rights of subrogation against the City of Grapevine, its commissioners, partners, officials, directors, officers, agents, consultants (including the Engineer) and employees. CONTRACTOR'S LIABILITY INSURANCE "CONTRACTOR shall purchase and maintain in a company or companies licensed to do business in the State of Texas, and to which the OWNER has no reasonable objection, such comprehensive general liability and other - insurance..."The commercial liability insurance form of policy may be used in lieu of comprehensive general liability form. The limits of liability for the insurance shall provide coverage for not less than the following amounts or greater where required by laws and regulators. For claims under workers' compensation, disability benefits, and other similar employee benefit acts (1) State: Statutory - (2) Applicable Federal (e.g., Longshoreman's): Statutory (3) Employer's Liability: $500,000 Comprehensive General Liability: (1) Bodily Injury (including completed operations and products liability): $500,000 Each Occurrence $1,000,000 General Aggregate (2) Property Damage: $500,000 Each Occurrence $1,000,000 General Aggregate (3) Property Damage Liability Insurance will provide Explosion, Collapse and Underground coverages where applicable. (4) Personal Injury, with employment exclusion deleted: $1,000,000 General Aggregate For claims for damages 1) because of bodily injury, occupational sickness or disease, or death of CONTRACTORS's employees; 2) because of bodily injury, sickness or disease, or death of any person other than CONTRACTOR's employees; 3) Insured by reasonably available persona] injury liability coverage which are sustained: i) by any person Page 5 of 8 As a result of an offense directly or indirectly related to the employment of such person by CONTRACTOR, or _ ii) by any other person for any other reason; 4) Other than the Work itself, because of injury to or destruction of tangible property wherever located, including loss of use resulting there from Comprehensive General Liability: (1) Bodily Injury (including completed operations and products liability): $500,000 Each Occurrence $1,000,000 General Aggregate (2) Property Damage: $500,000 Each Occurrence $1,000,000 General Aggregate (3) Property Damage Liability Insurance will provide Explosion, Collapse and Underground coverages where applicable. (4) Personal Injury, with employment exclusion deleted: $1,000,000 General Aggregate Claims for damages because of bodily injury or death of any person or property damage arising out of the ownership, maintenance or use of any motor vehicle Comprehensive Automobile Liability: (1) Bodily Injury: $500,000 Each Occurrence $1,000,000 General Aggregate - (2) Property Damage: $500,000 Each Occurrence _ $1,000,000 General Aggregate Add the following "Umbrella" Excess Liability: _ $5,000,000 combined limit, bodily injury and property damage. OWNERS LIABILITY INSURANCE The CONTRACTOR shall obtain at his expense an Owners' Protective Liability Insurance Policy naming the OWNER and the ENGINEER as additional insured with the following limits: Bodily Injury: Each occurrence $1,000,000 Property Damage: Each occurrence $1,000,000 PROPERTY INSURANCE Page 6 of 8 CONTRACTOR shall purchase and maintain until final payment property insurance upon the Work at the site to the full insurable value thereof (subject to such deductible amounts as may be provided in these Supplementary Conditions or required by Laws and Regulations). This insurance shall include the interests of OWNER, - CONTRACTOR, Subcontractors, ENGINEER and Engineer's consultants in the Work (all of whom shall be listed as insureds or additional insured parties), shall insure against the perils of fire and extended coverage, shall include "all-risk" insurance for physical loss and damage including theft, vandalism and malicious -- mischief, collapse and water damage, and such other perils as may be provided in these Supplementary Conditions, and shall include damages, losses and expenses arising out of or resulting from any insured loss or incurred in the repair or replacement of any insured property (including but not limited to fees and charges of _ engineers, architects, attorneys and other professionals). If not covered under the "all-risk" insurance or otherwise provided in these Supplementary Conditions, CONTRACTOR shall purchase and maintain similar property insurance on portions of the Work stored on and off the site or in transit when such portions of the _ Work are to be included in an Application for Payment. Item No. 9 Page I-43 Item No. 1-28-CA should be changed to 1-28G. Remove N/A from the quantity, unit price and total price. And the quantity should be changed to 300 LF. Item No. 10 Page 5-12 Revise the heading from I-28-CA to I-28-CA&G. CONSTRUCTION PLANS Item No. 1 Bass Pro Drive Sheet 2&9 The following note shall be added to the plan view of the referenced sheet: -- "Work within the channel will be avoided and minimized as much as possible. Construction equipment will be staged outside the existing channel. Any required dredging activity (removing box culverts and sediment) will be conducted from above -- and outside the "Ordinary High Water Mark." Work in the immediate vicinity of the stream channel would include the removal of the existing box culverts; installation of safety end treatments and abutments; and elevating the approaches. The project will require grading of the channel banks at a 6:1 slope to facilitate drainage. This work would be required on both sides of the crossing."" Item No. 2 Bass Pro Drive Sheets 2,9,10 & 26 Page 7 of 8 The following note shall be added to the plan view of the referenced sheets: _ " D/FW Airport has a Wetlands Mitigation Area immediately south of the project. The contractor shall refrain from any encroachment beyond the limits of construction shown on the plans." Item No. 3 Bass Pro Drive Sheets 9&10 Removed the DFW Mitigation limits from the plans. Item No. 4 Bass Pro Drive Sheet 29 The following bars should be epoxy coated in the bridge deck. Bars `T', `G','A', and `K' -- CLARIFFICATION TO DOCUMENTS _ Item No. 1 The City of Grapevine will be open to review of proposals from the contractor to close Enchanted Way for limited periods of time during construction. Item No. 2 TranSystems will provide an electronic version of the bid proposal with the revisions if desired by the contactor. The contractor will need to call TranSystems (Traci @ 972-280-9300 ext 32533) with your email address. Page 8 of 8 BID PROPOSAL ADDENDA NO.4 ADDENDUM NO: FOUR PROJECT NAME: BETHEL ROAD I ST 99-OS Bid No. Q 0806-01 Bass Pro Drive ISSUE DATE: August 30, 2006 BID DATE: September 7, 2006 LOCATION: COPPELL, TEXAS _ GRAPEVINE, TEXAS ISSUED BY: City of Coppell __ City of Grapevine 1. This addendum modifies and extends the requirements of the plans and construction specifications _ for the above referenced project. 2. Staple these addenda to the inside of the rear cover of the construction specifications or bind it into _ the construction specifications at the end of the Bid Proposal. 3. Note receipt of all addenda on the Bid Form located in the Bidding Documents, and also on the _ outside cover of the envelope containing the Bid Documents. 4. This addendum delays the bid opening to Thursday September 7, 2006 at 10:00AM. CLARIFFICATION TO DOCUMENTS Item No. 1 The landscape and irrigation plans show mow strips and brick pavers in the medians. Are these items subsidiary to I-10-CA Landscaping and Irrigation? This is incorrect and should be 'stamped concrete'. The stamped concrete is a separate pay item (I-21-CA). The mow strips are subsidiary to the 'Landscaping and Irrigation' (I-107-CA). Item No. 2 There is 1700 SY set up in item I-21-CA Stamped Concrete. There appears to be only about 575 SY in the crosswalks at Freeport and Royal. Where is the additional stamped concrete to be used? The quantity for stamped concrete includes the crosswalks and the medians. Page l of 3 Item No. 3 Do you have any soil borings or geotechnical reports for the bridge? No Item No. 4 I couldn't find a traffic control plan in the Bass Pro Drive plans. I assume we are using _ the same phasing as Bethel Road. Will it be the contractor's responsibility to design and seal a TCP for Bass Pro? _ Yes. Contractor is to submit a plan to Grapevine for approval prior to moving on to project. _ Item No. 5 No temporary pavement markings are shown on the Bethel Road TCP. Will temporary pavement markings be required? If so, will the contractor be reimbursed for the markings? Temporary pavement markings are required and are subsidiary to the traffic control. See pay item description for traffic control. Item No. 6 The bridge layout shows temporary shoring on both ends of the bridge. Is the temporary shoring subsidiary to the bridge? Based on the profile, there is 4.5 ft fill at - the Enchanted Way intersection. When we install the temporary shoring in phase 1, access to Enchanted Way will be cut off. Is this going to be a problem? - Temporary shoring is considered subsidiary to traffic control. Enchanted Way intersection was discussed in addendum 3. This intersection will be looked at once a traffic control plan is submitted. Item No. 7 I am assuming we will need some type of positive barrier across the bridge and along - the fill drop off (CTB or low profile CTB) when traffic is switched in Phase 2. Will the contractor be reimbursed for the cost of the CTB? - No, this is considered subsidiary to traffic control plan. Item No. 8 The phase line on the bridge layout shows constructing 30.5 ft in Phase 1. The sidewalk - and bridge rail will consume 8 ft. We will need 4 ft for the CTB and buffer zone. This only leaves 2 ~ 9 ft lanes for traffic in Phase 2. Can the sidewalk be poured after Bridge Phase 2 is complete? Yes, contractor will need to provide shop drawings showing how this will be done. Item No. 9 Sheet 30 in the Bass Pro plans has a note to "use optional sidewalk anchor in Phase 1 Traffic Control Plan construction". I couldn't find an optional sidewalk anchor in the plans. Would be it be possible use an optional sidewalk anchor and eliminate the P- bars, or dowel in after the deck is poured? Page 2 of 3 Yes. Refer to TxDOT standards for option. Contractor will need to provide shop drawings for approval. Page 3 of 3 NOTICE TO BIDDERS The Cities of Coppell and Grapevine are accepting bids for the construction of the Bethel Road I Project - No. ST 99-OS and Bass Pro Drive. Plans and Specifications may be obtained fora non- refundable cost of $250.00 from the Fort Worth office of TranSystems, 500 W. 7`h Street, Fort Worth, Texas, or telephone (817) 339-8950. Sealed bids addressed to the Purchasing Agent, City of Coppell, Texas, for the construction of the Bethel Road IProject - No. ST 99-OS and Bass Pro Drive will be received in the Purchasing Office at the City of Coppell Town Center, 255 Parkway Boulevard, until 10:00 a.m., August 24, 2006, and then publicly opened and read aloud. Each bidder shall submit two identical copies of this bid with the City of Coppell Bid No. Q-0806-01 designated clearly on the exterior of the bid envelope. Included with the bid should be a completed Bid Affidavit and a Proposal Guaranty per Item 1.5 of the NCTCOG's Standard Specifications for Public Works Construction. -- A Pre-Bid conference has been scheduled for this project at the City of Coppell Town Center, 255 Parkway Blvd., August 15, 2006 at 10:00 a.m. The conference is not mandatory, however, all interested BIDDERS are strongly encouraged to attend. The Owners reserve the right to reject any or all bids and to waive formalities. Unreasonable or unbalanced unit prices will be considered sufficient cause for rejection of any bid or bids. The - Owners reserve the right to accept the alternate bid of a Contractor that did not submit the lowest base bid. NO BID TRANSMITTED BY FAX WILL BE ACCEPTED. Bidders are expected to inspect the site of the work and to inform themselves regarding local conditions and conditions under which the work is to be done. Complete sets of bidding documents must be used in preparing Bids; the Cities of Coppell and Grapevine assume no responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. NO SALES TAX ON TANGIBLE PERSONAL PROPERTY INCORPORATED INTO OR MADE A PART OF THE PROJECT. The bidder shall not include or provide for sales tax on tangible personal property to be incorporated into the project. (Note: This procedure may not be used, however, for materials which do not become a part of the finished product, such as, equipment rental or purchase, form materials, etc.). In order to be exempt from the sales tax on such tangible personal property, the contract shall separate and provide separate charges for materials to be incorporated into the project from charges for labor. The Cities will provide the Contractor with an exemption certificate for the materials. The contractor is expected to issue a resale certificate in lieu of paying a sales tax at the time of purchase. The bidder shall show the cost of materials (tangible personal property) in the space provided on the bid form. The successful bidder's bid form will be used to develop a separated contract and determine the extent of the tax exemption. ~-S Bidding Documents BIDDING AND CONTRACT DOCUMENTS INSTRUCTIONS TO BIDDERS 1. Defined Terms. Terms used in these Instructions to Bidders which are defined in the Standard Specifications _ for Public Works Construction -North Central Texas Third Edition, as prepared by the NCTCOG and the Supplementary Conditions of Agreement have the meanings assigned to them in these General Conditions. The term "Bidder" means one that submits a Bid directly _ to Owner, as distinct from asub-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 hereinafter provided) makes an award. The term "Bidding Documents" includes the Notice to Bidders, Instructions to Bidders, the Bid Form, and the proposed Contract Documents (including all Addenda issued prior to receipt of bids). Specific defined terms are: Owner: Wherever the word "OWNER" is used in the specifications and Contract Documents, it shall be understood as referring to the Cities of Coppell and Grapevine, Texas. Engineer: Wherever the word "ENGINEER" is used in the Specifications and Contract Documents, it shall be understood as referring to the City Engineer or his authorized representative, Cities of Coppell and Grapevine. _ Inspector: The authorized representative of the City of Coppell and or City of Grapevine assigned to observe and inspect any or all parts of the work and the materials to be used therein. 2. Scope of Work. This work in the City of Coppell shall consist of the construction of Bethel Road extending from the Coppell/Grapevine City Limit Line to Freeport Parkway. This 6800 LF project will include the removal of existing pavement, excavation, and all related utilities, as well as the installation of pavement (approximately 45,000 SY), 3-5' x 10' box culverts (approximately 2000 LF), storm sewer ranging up to 36" diameter (approximately 4500 LF) gabion lined channel improvements (approximately 700 LF), 16" water line (approximately 1000 LF), landscape/irrigation improvements and traffic signals at two intersections as described in the plans for ST 99-05. Work shall include all components necessary for the "turn key" construction of the project as shown in the plans for the Bethel Road Project # ST 99-05. The work in the City of Grapevine shall consist of the construction of Bass Pro Drive extending from the North Frontage Rd. of SH 121 to the Coppell/Grapevine City Limit Line. This project will include the removal of existing pavement, excavation, stone drainage and 1-6 Bidding Documents the construction of one bridge. Work shall include all components necessary for the "turn key" construction of the project as shown in the plans for the Bass Pro Drive. 3. Copies of Bidding Documents. 3.1 Complete sets of the Bidding Documents maybe obtained from the Fort Worth TranSystems Office located at 500 w. 7`" Street, Fort Worth Texas for a sum of $250.00. The following general requirements pertain to the Bidding Documents: A) No bidding documents will be issued later than two (2) days prior to the bid opening 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 cost of reproduction. C) Bidding documents may be examined free of charge at the office of TranSystems, __ located at 500 w. 7`" Street, Fort Worth Texas or at the City of Coppell, 255 Parkway Blvd., Coppell, Texas 75019, or at the City of Grapevine, 200 S. Main, Grapevine, Texas 76051. 3.2 Complete sets of Bidding Documents must be used in preparing Bids; the Owner assumes no responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. No partial sets of plans, specifications or proposal forms will be issued. 3.3 The Owner, in making copies of Bidding Documents available on the above terms, does so only for the purpose of obtaining Bids on the Work and does not confer a license or grant for any other use. 4. Qualifications of Bidders. The Bidder shall submit within five (5) days of the Owner's request such evidence as the Owner may require to establish his financial responsibility, and possession of such equipment as may be needed to complete the work in an expeditious, safe and satisfactory manner. The required information to be submitted shall consist of, but shall not necessarily __ be limited to, the following: A. Current Project Experience (within five [5] days if requested). A list of all projects presently under construction by the bidder including approximate cost and completion date shall be submitted upon request. B. Past Project Experience (required to be submitted with bid within five [5] days if requested). 1-~ Bidding Documents The Bidder shall submit a list of comparable projects completed within the previous _ five years including contract information, location, approximate cost(s), and completion date(s). C. Equipment (within five [5] days if requested). The Bidder shall provide a list of equipment, which will be used on this project. The Bidder shall demonstrate that he has adequate equipment to complete this project, properly and expeditiously and shall state what additional equipment, if any, that he must rent/lease as may be required to complete this project. D. Financial (within five [5] days if requested). Each Bidder shall be prepared to submit upon request of the Owner a balanced _ financial statement with no evidence of threatening losses as evidenced by an audited certified financial statement (current within the last six (6) months of bid date). This information will be used to confirm that the Bidder has suitable financial status to meet obligations incidental to performing the work. E. Technical Experience. The Bidder shall demonstrate to the satisfaction of the Owner that he has the technical experience to properly complete this project. F. Proof that the bidder maintains a permanent place of business. G. Contractor/Subcontractor Qualification Form for Gabion Construction (See section 7 - within five (5) days if requested) 5. Conflict of Interest. City Charters state that no officer or employee of the City shall have a financial interest, direct or indirect, in any contract with the City, nor shall be financially interested, directly or indirectly, in the sale to the City of any land, or rights or interest in any land, materials, supplies or services. This prohibition does not apply when the interest is represented by ownership of stock in a corporation involved, provided such stock ownership amounts to less than one percent (1%) of the corporation stock. Any violation of this prohibition will __ constitute malfeasance in office. Any officer or employee of the City found guilty thereof should thereby forfeit his office or position. Any violation of this prohibition with the knowledge, expressed or implied, of the persons or corporations contracting with the City -- shall render the contract voidable by the City Manager or the City Council. The Contractor represents that no employee or officer of the City has an interest in the Contractor. 1 _g Bidding Documents 6. Examination of Contract Documents and Site. 6.1 Access to the site shall be from Royal Lane, Freeport Parkway ,Bethel Road, SH 121 and Bass Pro Drive. It shall be the contractors responsibility before submitting a Bid, to (a) examine the Contract Documents thoroughly, (b) visit the site to become familiar with local conditions that may affect cost, progress, performance or furnishing of the Work, (c) consider federal, state and local Laws and Regulations that may affect cost, progress, performance or furnishing of the Work, (d) study and carefully correlate Bidder's observations with the Contract Documents, and (e) notify Engineer of all conflicts, errors or discrepancies in the Contract Documents. Failure to make these examinations shall in no way relieve any Bidder from the responsibility of fulfilling all of the terms of the contract, without additional cost to the OWNER. 6.2 Information and data reflected in the Contract Documents with respect to Underground Facilities at or contiguous to the site is based upon information and data furnished to the Owner by Owners of such underground Facilities or others, and the Owner does not assume responsibility for the accuracy or completeness thereof. All existing structures, improvements, and utilities shall be adequately protected, at the expense of the Contractor, from damage that might otherwise occur due to construction operations. Where construction comes in close proximity to existing structures or utilities, or if it becomes necessary to move services, poles, guy wires, pipe lines, or other obstructions, it shall be the Contractor's responsibility to notify and cooperate with the utility or structure owner. The utility lines and other existing structures shown on the plans are for information only and are not guaranteed by the City to be complete or accurate as to location and/or depth. It shall be the Contractor's responsibility to verify locations and depths sufficiently in advance of construction such that necessary adjustments maybe made to allow for the proper installation. The Contractor shall be liable for damage to any utilities resulting from the construction of this project. 6.3 Before submitting a Bid, each Bidder will, at Bidder's own expense, make or obtain any additional examinations, investigations, explorations, tests and studies and obtain any additional information and data which pertain to the physical conditions (surface, subsurface and underground facilities) at or contiguous to the site or otherwise which may affect cost, progress, performance or furnishing of the Work and which Bidder deems necessary to determine its Bid for performing and furnishing the Work in accordance with the time, price and other terms and conditions of the Contract Documents. 6.4 On request in advance, Owner will provide each Bidder access to the site to conduct explorations and tests as each Bidder deems necessary for submission of a Bid. Bidder shall -- fill all holes, clean up and restore the site to its former conditions upon completion of such explorations. - 6.~ The lands upon which the Work is to be performed, rights-of--way and easements for access thereto and other lands designated for use by Contractor in performing the Work are identified in the Contract documents. 1-~ Bidding Documents 6.6 The submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article 6, that without exception the Bid is premised upon performing and furnishing the work required by the Contract Documents and such means, methods, techniques, sequences or procedures of construction as may be indicated in or required by the Contract Documents, and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 7. Interpretations and addenda. 7.1 All questions about the meaning or intent of the Contract Documents are to be directed to the Owners. Interpretations or clarifications considered necessary by the Owner in response to such questions will be issued by Addenda mailed, faxed or delivered to all bidders recorded as having received the Bidding Documents. Questions received less than two days prior to the date for opening of Bids may not be answered. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. Each Bidder shall acknowledge on the bid proposal that all Addenda issued have been received. 7.2 Addenda may also be issued to modify the Bidding Documents as deemed advisable by the Owner. 8. Contract Time. -- 8.l The time for completion in calendar days should be included on the Bid Form in the space provided. Completion time will be a strong factor in the award of this project. All work shall be complete within the calendar day count required by the Contractor's Proposal. The calendar day count shall commence ten (10) calendar days after the date of the Notice to Proceed or when the contractor begins work, whichever comes first. 8.2 Prior to the issuance of the Notice to Proceed by the Owner, the Contractor shall submit a detailed Progress and Schedule chart to the Owner for approval. 8.3 Extension of the contract time shall be based on a Change Order or written amendment as specified in Item l .36 of the General Provisions. 9. Liquidated Damages. Provisions for liquidated damages are set forth in the Contract. Liquidated damages for this project are: Five hundred dollars ($500.00) per day. 10. Substitute or "Or-Equal" Items. The Contract, if awarded, will be on the basis of materials and equipment described in the -~ Drawings or specified in the Specifications without consideration of possible substitute or "or-equal" items. Whenever it is indicated in the Drawings or specified in the Specifications - ~-1 ~ Bidding Documents that a substitute or "or-equal" item of material or equipment may be furnished or used by _ Contractor if acceptable to Engineer, application for such acceptance will not be considered by Engineer until after the Effective Date of the Agreement. No substitutions should be considered during the bidding process. l 1. Subcontractors, Suppliers, and Others. l 1.1 If the Owner requests the identity of any Subcontractors, Suppliers, or other persons or organizations to be submitted to the Owner in advance of the specified date prior to the Effective Date of the Agreement, the apparent Successful Bidder, and any other Bidder so requested, shall within seven (7) days after the request submit to the Owner a list of all such Subcontractors, Suppliers and other persons and organizations proposed for those portions of the Work for which such identification is requested. Such list shall be accompanied by an experience statement with pertinent information regarding similar projects and other evidence of qualification for each such Subcontractor, supplier, person or organization if requested by the Owner. If the Owner, after due investigation, has reasonable objection to any proposed Subcontractor, Supplier, other person or organization, may, before the Notice of Award is given, request the apparent Successful Bidder to submit an acceptable substitute in which case the apparent Successful Bidder shall submit an acceptable substitute. Bidder's Bid price may be increased (or decreased) by the difference in cost occasioned by such substitution, and the Owner may consider such price adjustment in evaluating Bids and making the contract award. if the apparent Successful Bidder declines to make any such substitution, the Owner may _ award the contract to the next lowest Bidder that proposes to use acceptable Subcontractors, Suppliers, other persons and organizations. The declining to make requested substitutions will not constitute grounds for sacrificing the Bid security of any Bidder. 11.2 No Contractor shall be required to employ any Subcontractor, Supplier, other person or organization against who Contractor has reasonable objection. 12. Bid Proposal. 12.1 A completed Bid Proposals must be submitted in a sealed envelope as described in Item 15. The blank spaces in the Bid Form shall be filled in for each item for which a quantity is given and the Bidder shall state the price for which he proposes to do each item of work. Both Bid Forms (Bethel & Bass Pro) must be completed. Items on the Bethel form are identified as I- x-CA or CB with all exclusive Bass Pro items shown as NA. Items on the Bass Pro form are identified as I-x-G with all exclusive Bethel items shown as NA. Items applying to both Cities are shown as either I-x-CA or CB, or I-x-G with the appropriate quantity in each respective project. For similar bid items in both cities the unit prices must be identical. _ All blanks on the bid form must be completed in ink or typed. No substitutions, revisions, or omissions from the plans and/or specifications will be accepted unless authorized in writing by the Owner. The City of Coppell reserves the right to remove all I-x-CB items from the project. ~-~ 1 Bidding Documents 12.2 The legal status of the Bidder, that is, as a corporation, partnership, or individual, must be stated on the Bid Form. A corporation Bidder must name the state in which the organization is chartered. Bids which are signed for a corporation shall have the correct corporate name thereof, its post office address, and the signature of the president or other authorized officer of the corporation, manually written below the corporate name in the following manner: "By If the bid is made by an individual, his post office address shall be given. Bids which are not signed by the individuals making them shall have attached thereto a power of attorney --~ evidencing authority to sign the bid in the name of the person for whom it is signed. If the bid is made by a firm or partnership, the name and post office address of the managing member of the firm or partnership shall be given or the bid may be signed by an attorney-in- fact. If signed by an attorney-in-fact, there shall be attached to the bid a power of attorney evidencing authority to sign the bid, executed by the members of the firm or partners. 13. Provision Concerning Escalator Clauses. Bids containing any condition which provides for changes in the stated bid prices due to increase or decrease in the costs of materials, labor, or other items required for this project, maybe rejected and returned to the Bidder without being considered. 14. Estimates of Quantities. The quantities listed in the Bid Form will be considered as approximate and will be used for the comparison of bids. Payments will be made to the Contractor only for the actual quantities of work performed or materials furnished in accordance with the contract. The - quantity of work to be done and the materials may be increased or decreased as provided for in the Contract Documents. If an item is noted as a "Plans Quantity" then only the quantity shown in the unit bid price schedule will be paid. 15. Submission of Bids. Bids will be received by the Purchasing Agent, and shall be submitted to the Purchasing Agent, City of Coppell, at the Town Center, 255 Parkway Boulevard, P.O. Box 9478, Coppell, Texas 75019 until, 10:00 a.m.,Au~ust 24, 2006 and then publicly opened and read aloud. One copy of the bid enclosed in a sealed envelope and marked with the Project title, City of Coppell Bid No. Q-0806-01 and Bass Pro Drive 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. If the Bid is sent through the mail or other delivery system the sealed envelope shall be enclosed in a separate em~elope with the notation "BID ENCLOSED Construction of: Bethel Road I Project #ST 99-OS on the face of it and addressed to the Purchasing Agent, City of Coppell, Texas. t -1 ~ Bidding Documents 16. Modification and Withdrawal of Bids. 16.1 Bids may be modified or withdrawn by an appropriate document duly executed (in the manner that a Bid must be executed) and delivered to the place where Bids are to be -- submitted at any time prior to the opening of Bids. 16.2 If, within twenty-four hours after the Bids are opened, any Bidder files a duly signed written - notice with the Owner and promptly thereafter demonstrates to the reasonable satisfaction of Ov~~ner that there was a material and substantial mistake in the preparation of the Bid, that Bidder may withdraw his bid. Thereafter, that Bidder will be disqualified from further bidding on the work. 17. Rejection of Bids. Bids may be rejected if they show alterations of form, additions not called for, conditional bids, incomplete bids, erasures or irregularities of any kind. The Owner reserves the right to waive any irregularities in the bids as received and to reject any and all bids without qualification(s). More than one bid from an individual, firm or partnership, corporation or association, under the same or different names, will not be considered. Reasonable grounds for believing that a Bidder is interested in more than one such bid may cause the rejection of all bids in which said Bidder is interested. Bids in which prices are obviously unbalanced may be rejected. Bids submitted without a Proposal Guaranty, per NCTCOG's Item 1.5 of the Standard Specifications for Public Works Construction will be rejected. 18. Bids to Remain Subject to Acceptance. All Bids will remain subject to acceptance for ninety (90) days after the day of the Bid opening, but the Owner may, in its sole discretion, release any Bid prior to that date. 19. Award of Contract. 19.1 The Owner reserves the right to reject any and all Bids, to waive any and all informalities except for the time of submission of the Bid and to negotiate contract terms with the Successful Bidder. The Owner also reserves the right to reject all nonconforming, non-responsive, unbalanced or conditional Bids. Also, the Owner reserves the right to reject the Bid of any Bidder if the Owner believes that it would not be in the best interest of the Project to make an award to that Bidder, whether because the Bid is not responsive or the Bidder is unqualified or has doubtful financial ability or fails to meet any other pertinent standard or criteria established by the Owner. Discrepancies in the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. 19.2 In evaluating Bids, the owner will consider the qualifications of the Bidders, whether or not the Bids comply with the prescribed requirements, and such alternates, unit prices, completion time, and other data, as maybe requested in the Bid form or prior to the Notice of Award. Time of completion will be a consideration in the award of the bid. 1-13 Bidding Documents• 19.3 The Owner may consider the qualifications and experience of any Subcontractors, Suppliers, or other persons or organizations proposed for those portions of the Work as to which the identity of Subcontractors, Suppliers, and other persons and organizations must be submitted as requested by the Owner. The Owner also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 19.4 The Owner may conduct such investigations as the owner deems necessary to assist in the -~ evaluation of any Bid and to establish the responsibility, qualifications and financial stability of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to the Owner's - satisfaction within the prescribed time. 19.5 If contract is to be awarded, it will be awarded to the lowest and best qualified Bidder whose evaluation by the Owner indicates to the Owner that the award will be in the best interests of the Project. 19.6 If the contract is to be awarded, the Owner will give the Successful Bidder a Notice of Award within ninety (90) days after the date of the Bid opening. 20. Execution of Agreements. Within fifteen (15) days after written notification of award of the contract, the Successful -- Bidder shall execute and furnish to the Owner three (3) original signed contracts and a Certificate of Insurance. 21. Affidavit of Bills Paid. Prior to final acceptance of this project by the Owner, the Contractor shall execute an - affidavit that all bills for labor, materials, and incidentals incurred in the project construction have been paid in full, and that there are no claims pending. 22. Bid Compliance. Bid must comply with all Federal, State, county and local laws. Contractor shall not hire nor work any illegal alien. 23. Notice to Proceed. Upon execution of the Contract, the Owner will issue a written Notice to Proceed to the Contractor requesting that he proceed with the construction. The Calendar day count on the 1-14 Bidding Documents project shall continence work within ten (10) calendar days after the date of Notice to Proceed or when the contractor begins work, whichever occurs first. 24. Sales Tax. The bidder shall not include or provide for sales tax on tangible personal property to be incorporated into the project. In order to be exempt from the sales tax on such tangible - personal property, the contract shall separate and provide separate charges for materials to be incorporated into the project from charges for labor. The City will provide the Contractor with an exemption certificate for the materials. The contractor is expected to issue a resale - certificate in lieu of paying a sales tax at the time of purchase. The bidder shall show the cost of materials to be incorporated into the contract (tangible personal property) in the space provided on the bid form. The successful bidders bid form will be used to develop a separated contract and will determine the extent of the tax exemption. Upon execution of the construction contract, the successful bidder shall provide a per item breakdown of 1) materials incorporated into the project; and 2) labor, equipment, supervision and materials not incorporated into the project. 25. Silence of Specification. The apparent silence of these specifications as to any detail or to the apparent omission from it of a detailed description concerning any point, shall be regarded as meaning that only the best commercial practices are to prevail. All interpretations of these specifications shall be made on the basis of this statement by Owner or their authorized representative. 26. Change Orders. No oral statement of any person shall modify or otherwise change, or affect the terms, conditions or specifications stated in the resulting contract. All change orders to the contract - will be made in writing by the Owner. 27. Assignment. The Successful Bidder shall not sell, assign, transfer or convey this contract, in whole or in part, without the prior written consent of Owner. 28. Venue. This agreement will be governed and construed according to the laws of the State of Texas. This agreement is performable in Dallas and Tarrant Counties, Texas. 1-1 S Bidding Documents 29. Maintenance Bond. The Contractor shall provide atwo-year Maintenance Bond in the amount of 50% of the value of the work at the completion of the project. The bond must be provided prior to final - payment by the Cities. 30. Testing Requirements. The Owner shall make arrangements with an independent laboratory acceptable for testing as ~- required by the construction plans and standard specifications. The Contractor shall bear all related costs of retests, or reinspections. The Contractor shall notify the ENGINEER in a timely manner of when and where tests or inspections are to be made so that they may be - present. One copy shall be provided to the contractor of all reports and laboratory test results. Testing by the Cities does not alleviate the contractors' responsibility for his own quality assurance/quality control testing. Contractor shall replace any deficient construction items at his own expense. 31. Overtime. "Hours worked before 8:00 a.m. or after 5:00 p.m., all weekends and holidays are subject to _ overtime. Overtime request or scheduled testing must be made in writing and approved by the City of Coppell or City of Grapevine respectively. Seventy-two hours notice required. All overtime incurred by the City for inspection services shall be paid by the Contractor. If not paid, such cost may be deducted from partial payments." 32. Payment. CONTRACTOR shall submit Applications for Payment in accordance with Item 1.51 of the General Provisions. Applications for Payment will be processed by ENGINEER as provided - in the General Provisions. 33. Documentation of existing conditions. Contractor must video and provide copy to Owner of existing conditions within entire work area prior to the start of construction. This is subsidiary to Pay Item I-1 "Prepare Right-of- Way„ ~-~~ Bidding Documents BID FORM PROJECT IDENTIFICATION: Bethel Road IProject - No. ST 99-OS in Coppell, Texas and Bass Pro Drive in Grapevine, Texas ~-~ - BIDOF ~ S O`er DATE ~ O(p (NAME OF FIRM) THIS BID IS SUBMITTED TO: Cities of Coppell and Grapevine (hereinafter called OWNER) c/o Purchasing Agent City of Coppell _ 255 Parkway Boulevard P.O. 9478 Coppell, Texas 75019 CITY OF COPPELL BID NO: Q- 0806-01 CITY OF GRAPEVINE 1. The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an -- agreement with OWNER in the form included in the Contract Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Contract Price and within the Contract Time indicated in this Bid and in accordance 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 remain subject to acceptance for ninety (90) days after the day of Bid opening. BIDDER will sign and submit the Agreement with other documents required by the Bidding Requirements within fifteen (15) days after the date of - OWNER's Notice of Award. 3. In submitting this Bid, BIDDER represents, as more fully set forth in the Agreement, that: (a) BIDDER has examined copies of all the Bidding Documents and of the following Addenda (receipt of all which is hereby acknowledged): No: Date: Recd: I -l7 Bidding Documents (b) BIDDER has familiarized itself with the nature and extent of the Contract _ Documents, Work, site, locality, and all local conditions and Laws and Regulations that in any manner may affect cost, progress, performance or furnishing of the Work. -- (c) BIDDER has studied carefully all reports and drawings of subsurface conditions contained in the contract documents and which have been used in preparation of the contract documents. CONTRACTOR may rely upon the accuracy of the technical - data contained in such reports, but not upon nontechnical data, interpretations or opinions contained therein or for the completeness thereof for CONTRACTOR'S purposes. Except as indicated in the immediately preceding sentence, CONTRACTOR shall have full responsibility with respect to subsurface conditions at site. BIDDER has studied carefully all drawings of the physical conditions in or relating to existing surface or subsurface structures on the site, which are contained in the _ contract documents and which have been utilized in preparation of the contract documents. CONTRACTOR may rely upon the accuracy of the technical data contained in such drawings, but not for the completeness thereof for _ CONTRACTOR'S purposes. Except as indicated in the immediately preceding sentence, CONTRACTOR shall have full responsibility with respect to physical conditions in or relating to such structures. (d) BIDDER has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests and studies (in addition to or to supplement those referred to in (c) above) which pertain to the subsurface or physical conditions at the site or otherwise may affect the cost, progress, performance or furnishing of the Work as BIDDER considers necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents; and no additional examinations, investigations, explorations, tests reports or similar information or data are or will be required by BIDDER for such purposes. (e) BIDDER has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of said Underground Facilities. No additional examinations, investigations, explorations, tests, reports or similar information or data in respect of said Underground Facilities are or will be required by BIDDER in order to perform and furnish the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents. (~ BIDDER has correlated the results of all such observations, examinations, investigations, explorations, tests, reports and studies with the terms and conditions of the Contract Documents. 1-18 Bidding Documents (g) BIDDER has given ENGINEER written notice of all conflicts, errors or discrepancies that it has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to BIDDER. (h) This bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; BIDDER has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; BIDDER has not solicited or induced any person, firm or corporation to refrain from bidding; and BIDDER has not sought by collusion to obtain for itself any advantage over any other Bidder or over OWNER. (i) It is understood and agreed that the following quantities of work to be done at unit prices are approximate only, and are intended principally to serve as a guide in evaluating bids. (j) It is understood and agreed that the quantities of work to be done at unit prices and materials to be furnished may be increased or diminished as may be considered necessary in the opinion of the OWNER to complete the work fully as planned and contemplated, and that all quantities of work, whether increased or decreased, are to be performed at the unit prices set forth, except as provided for in the Contract Documents. 4. Bidder understands and agrees that all work under this contract will be constructed in phases that will likely require multiple move-ins by contractors and/or subcontractors and further understands that all work shall be completed within the calendar days bid. Completion date will be established in the Notice to Proceed. It is understood that time of completion will be - a consideration in the award of the bid. 5. It is understood and agreed that the contractor's experience in this type of work will be a strong consideration in the award of the bid. 6. It is strongly recommended that each bidder visit the site prior to submitting a bid. Construction constraints exist, including traffic, that could affect productivity. ?. BIDDER will complete the Work for the following price(s): 1-1 ~ Biddiizg Documents Bethel Road Project - IVo. ST 99-OS Li~iIT PRICE BID SCHEDULE BASE BID Item No. Quantity Unit 'Description and Unit Price in Unit Total Words Price Price I-1-C.A 4~ LS Mobilization,~•,e t,~.. ~~rp 1L ~ ~' ~,~~' ~ CompleteInS 1 ~el•~ ~~,.,:~ 'f~.,owS ~~y~ d~o.oJ ~~~ ~?y~,oo ~~ ~ ~~ Dol ars P~ - ' and tJo Cents .l ~'~~~ per LUMP SUM. " I-2-CA ~ LS Right-of-Way Preparation, ~. ~~ Corr,plete In Place~~y ~V2 .~ U ~ 5~ h ~ na ah I,rv.. ll~jlars and _rJ J Cents 16 ), ooo.~~ ' 3 3, 6ao~ ~ per LLMP SUM. I-3-CA 29,652 CY Roadway Excavation, Complete in Place ~ E's ~'~ Dollars ~ 8.~° Z3~ z~c ,~J and t Cents i per CUBIC YARD. I-4-CA 1, i9 CY Borrow and Embankment. Com lete in Place ~' Dollars and ~ Cents 1`~ 3~ ~`~, 9 ~a ,Su per CUBIC ARD. I-S-CA 6~2 LF Saw Cut Concrete & Asphalt. Complete In Place ~"~"`r Dollars and L; ~~e~,.ti Cents y.I,S ~ 7QS.~~:, per LII~~AR FOOT. I-6-CA 6,190 SY Remove and Dispose of Concrete Pavement, Complete In Place -S~r~ Dollars ~, . ~,„ ~a ~S-Y, v~ and S-~~~ Cents per SQUARE YARD. I-7-CA 1?,04~ SY Remove and Dispose of Asphalt Pavement, Complete In Place Se~i~ Dollars ~ - ~S 1 Z ~ g)(. ~S and ~ ,~~~~ Cents per SQUARE YARD ~-`~ Bidding Documents Bethel Road Project - No. ST 99-OS UNIT PRICE BID SCHEDULE _ BASE BID Item No. Quantity Unit Description and Unit Price in Unit Total Words Price Price 1-8-G 1 LS Tree Removal, N/A N/A Complete In Place Dollars and Cents per LUMP SUM I-9-CA 44,449 SY 9" Concrete Pavement w/6" Monolithic Curb, Complete in Place -- ~~ T"'~``y`1 fi+"~ Dollars and _ ~a _ Cents Z~ ~~ 9 ~$~~ oil, ~r per SQUARE YARD. ,QT pT - I-10-CA 920 TON Lime @ 42#/SY. Complete in Place _ ~^~ h~.,drec~ ~~~~e Dollars and No Cents __-- per TON t °S ' `~ ° 91°, '~ ° ° ~ ~ I-11-CA 45,970 SY 8" Stabilized Subgrade, ('mm~la+P in Place _ ~r ~~fl Dollars ,, , - and Y,.,~ Cents ~ 5 ~ ~'% r ~!,,`~ _ per SQUA YARD. p r +„ r - I-12-CA 1,133 SY Asphalt Transitions, Complete in Place -- -"°r } s+ X Dollars and f ~~~e.v~ Cents ~-(~ • 1 S sZ Z.P7 • Y S . per SQUARE YARD , I-13-C~, 1,400 SY 5" Reinforced Concrete Sidewalk, Complete in Place --1~`'r ~~1 S~ x Dollars and ^~ ~ Cents 3b ~`~ `~ Soy ~ ~ . ~~ - per SQUARE YARD. I-14-CA 122 SY 4" Reinforced Concrete Sidewalk, _. Complete in Place -~ ~"f'~4 ~ ~~~ Dollars and No _ Cents 35 ~e~o y2 7~•~J er square SQUARE YARD ~-21 Bidding Documents Bethel Road Project - No. ST 99-OS ___ UNIT PRICE BID SCHEDULE BASE BID Item No. Quantity Unit Description and Unit Price in Unit Total Words Price Price I-15-CA 1,45 SY 6" Concrete Drive, Complete in Place ~"°--~+-- SAY Dollars and S~ ~~tiK1~ ~~ ~ z Cents ~{ 6 .1S l0 8 oZJ , _ er s uare SQUARE YARD I-16-C:, ~ 1 EA Median Nose, Complete in Place ~'-'~ ~"e ~u ^ ~ ~ tl Dollars and N ° Cents ~ Zoo .oo ZS Zoo .~~ per EACH. I-17-CA 1,940 LF Cement Treated Base, Complete. in Place ~~~ h~~~~'e.-d ~~~t _ Dollars and C~ 1, ~~~~ -Cents 1J~ • ~S ZoS 34y. ~~ per LLNEAR FOOT. I-18-CA 5 EA Barrier Free Ramps, Complete in Place a/ ~ h~ h.,~dr~ t! Dollars and ~ o Cents ~.2~ VC~G . oo L~ flp0. o~ , per EACH. I-19-CP> p~3'' " LS Remove Fence (DFW Property), ~ ~ ~• ~ Complete in Place r'`'~ t~Own~t Dollars and ~~ Cents per LUMP SL>~1. ~~~,:,. ~~, ~ o c~c , ~ ° I-20-CA LS Replace Fence (DFW Property), j~ O'er" C[o'mplete in Place _ /vl~~1Ly ! ""y,S4~011arS ~uh~r~~ and No s.~v~n~ Cents ~,,,,~ G v ~ ~1 , I 1 S- 7~~ l y o . ~o er LUMP SL~1 I-21-CA 1,700 SY Stamped Concrete, Complete in Place ~~ 5 ~'-7 ~~ Dollars and ~° Cents per SQUARE YARD. ~ ~ , `~ ° 1 ~} 110 , °~ ~ 1-22 Bidding Documents e Bethel Road Project - No. ST 99-0~ LiVIT PRICE BID SCHEDULE BASE BID Item No. Quantity unit Description and Unit Pnce in Words _ I-22-CA 2~0 SY Replace Brick Pavers with Stamped Concrete at Driveways at _._ Stations 18+51, 22+10, 23+57, 27+74, 32+92, 39+36 and 41+89, Complete in Place G ~ Dollars an N o Cents per SQUARE YARD. I-23-CA 1,369 E~, 4" Round Reflective & White Round Non-Reflective Buttons __ (Acrylic) Complete in Place S~ x Dollars - and .Se ~,.~ ,v Cents er EACH I-2.4-CA ~ "" LS Reflective Pavement Markings, /~,n ~Jt/ Complete in Place r .1 t~"C hvhdr~ j..;~t~~y SLJ '1~'~WSa ~ , l ` dollars - and 1~ a Cents per LUMP SUM. I-25-CA 16 EA Road Sign Supports and Assemblies (New Installation), Complete in Place - ~oMf hwv, ~~~~ tw~ol~ars ~ `~~ and ~o Cents per EACH. I-26-CA 4 EA Road Sign Supports and Assemblies (Relocation), Complete in Place ~uN~ ~.,~h, 1r~~ Dollars _ and N ~ Cents per EACH. I-27-CA 45 EA Street Light Foundation, Complete in Place ~ ~ ~ » ~ y -S~v~~ 1,~~~"~ ~ rI~ollars _ and ~~ Cents per EACH. -- 1-23 Unit I Total Price Price ~ p, ~ ~ ~ z ~. zso - ~~>~ ~ ciZy~,~S Z(p/SOS' 6'J I Z~~ ZO~,~~ ~ ZS.~o ~ ~-800•°~ ~~-. ~/oo -oo ~ /~o~.~o Bidding Documents Bethel Road Project - No. ST 99-05 _ Lr~VIT PRICE BID SCHEDL~I,E BASE BID Item No. Quantity Unit Description and unit Price in Words Unit Price Total Price " I-28-CA 6,900 LF Conduit Sleeves & Pul] Boxes, ? Complete in Place _ r`o~ Dollars and -Se.v.~~ ~,~ ents per LINEAR FOOT. y ~ ~S ,~Z >>.s . ~~ - I-29-CA 1 LS Remove &: Relocate Existing Street Light Assembly, -- Complete in Place ~~ pw hwh'~ ~ ~ `bollars and w~ Cents 3~-~0•~0 3Sou.~G per LUMP SUNI. I-30-CA 250 LF Pedestrian Handrails, -- Complete in Place r~ ~'+7 se~+w~. Dollars and ~~ ~ Cents ~ 7.5=~ ~ ~ ~ 7.S• ~° per LINEAR FOOT. _- I-31-G N,'A LF 54" RCP, Class IlI, Complete in Place N/A .'~T,/A --- Dollars and Cents per LINEAR FOOT. - I-32-CA 51 LF 36" RCP, Class III, _ Complete in Place C' ~ ~~~ Dollars and s~~~~ 4=~ ~~ Cents ~ `I ~ ~ S' ~~ S 7 ~,1~ - per LINEAR FOOT. I-33-CA 381 LF 33" RCP, Class III, Complete in Place ~"ti"'~ -~~-~~ Dollars and n~ o Cents per LINEAR FOOT. ~ 9 ° J 3 r; oy %. e ~ -- I-34-CA 868 LF 30" RCP, Class III, Com lete in Place ~ S`X `1 ejS ~~- Dollars and N.~ Cents per LINEAR FOOT. ~ Q, ~ ~ S~ o Z N, 6 J 1-24 Bidcti~2g Documents Bethel Road Project - No. ST 99-OS -- UNIT PRICE BID SCHEDULE BASE BID Item No. Quantity Unit Description and Unit Price in unit Total Words Price Price I-35-CA 818 LF 27" RCP. Class III. Complete in Place 5 ~ X 1~,~ey Dollars and Se.v+.w ~ivyCents G 3. ~ S S ~ f c/ 7 , ~ o per LL?VEAR FOOT. I-36-CA 7~8 LF ?4" RCP, Class III, Complete in Place Six dr Dollars and,.SevQ,,,, lri~ Cents (o/, 7.5 `~~~ ~~ ~ . po per LINE. FOOT. I-37-CA 911 LF 21" RCP, Class III, Complete in Place S • _ Dollars and ~-I-~-Cents (~ C~ . So SS lls, 5 ° per LINEAR FOOT. I-38-CA 813 LF ] 8" RCP, Class III, Complete in Place 1? ~~ S ~X Dollars ~ and t~ti ~ ~i ~ Cents S ~ . ~-S ~s ~~ /. 2 S per LINE FOOT. I-39-CA 3 EA 6' Recessed Curb Inlet, Complete in Place ~~ `~ ~ ~ v h"" ~ .Jeh ~ e ) ollars and o Cents 2.5 ~ o , ~ ° 7 S ~ o . ~~= per EACH. I-40-CA 1 EP. 8' Recessed Curb Inlet Complete in Place and -~ ~ Cents 3~°~,~~ 3000.~~ per EACH. I-41-CA 13 EA 10' Recessed Curb Inlet Complete in Place ~~ ~~~~aw~ Dollars and -Jo Cents ~ ~ °~ ~~ Q ~Q/pJO,~J per EACH. 1 _~5 Bidding Documents Bethel Road Project - Rio. ST 99-0~ UNIT PRICE BID SCHEDULE BASE BID Item No. Quantity Unit Description and Unit Price in Unit Total Words Price Price I-42-CA 3 EA 12' Recessed Curb Inlet Complete in Place n ~ ~„~ + 7h~~1~ t~~~ Dollars 33a~,o~ ~i yoo.oo and N o Cents per EACH. I-43-CA 2 EA 14' Recessed Curb Inlet Complete in Pl he ~~,~Z . ~"r~. St`'`""` `dollars ~ ~ 3~o~,m ~ ion .~ ~~ and Cents per EACH. I-44-G N/A EA 15' Recessed Curb Inlet N/A N/A Complete in Place Dollars and Cents per EACH. I-45-G N/A EA 2U' Recessed Curb Inlet N/A N/A Complete in Place _ Dollars and __ Cents per EACH. I-46-CA 2 EA 10' Modified Recessed Curb Inlet, Complete in P lace~ re ~ ~wrh~ n,n~ Dollars zY ~~,~o Sga~ ,~J and ~~ Cents per EACH. ~ I-47-CA 2 EA 15' TXDOT Curb Inlet at Bethel Road Sta. 26+50, & 19+00 Complete in Place r! ~ -~,~~ ~"~o~lar s and N ~ Cents S3 ~O,flO 1 O~ b o~ .~~ per EACH. I-48-G N/A EA 4' Drop Inlet, N/A N/A Complete in Place Dollars and Cents per EACH. 1-26 Bidding Documents Bethel Road Project - No. ST 99-05 - LNIT PRICE BID SCHEDULE BASE BID Item No. Quantity Unit Description and Unit Price in Unit Total Words Price Price I-49-G N/A EA 4'x4' Manhole, N/A N/A Complete in Place Dollars and Cents per EACH. I-50-CA 1,950 LF Cast-In-Place Multiple Box Culverts (3-~' x 10'), Complete in Place ~~ s ~ -~ ~ ~~_~~-Y'~-~ eDoll~s ` ~ and - + ~1-~ Cents ~ ~ ~O ~ S J 5 o y~ 1 ~s, o~ per LPVEAR FOOT. I-51-CB ?0 LF Cast-In-Place 1~Iultiple Box Culverts (4-6' x 10'), Com_11~plete in Place Dollars and _>~ _ Cents s 3 Zg . ~~ ~ 2 ~ 7 ~ a , per LINEAR FOOT. I-~2-CA 1 LS Wina Wall Modifications at Bethel Road Sta. 46+35 Box Culvert Sta. 0+00), Complete in Place ~ _ y ~ ~~-"~ Dollars Q and +~o Cents i'~ ~~~ ..oa 1~ ~®~ „~y~ per LUIt~iP SUM. ~ -~T 1-53-CB 2 EA Non Skewed Parallel wingwali at 4-6' x 10' Box Culverts, Complete in Plac ~o~,.~ " ~ ~ w a~.9~ 5-~,~~,v~ 7 - Dollars ~ ~ o00 ,~ Sys o00 - ~ ~ ' and ~~ Cents ... per EACH. I-54-CA 1 LS Remove Portions of Box Culvert Headwall & Concrete Channel Riprap and Replace with Retaining Walls, i ~~ ComDlet~ .n Pla.-~ a 'rn i /~ ~ ~v3 a~w ~"`~ h y ~ ~ rl~ . - ~~l arc and rho Cents ~ ~ ~, ca+~c~.~,,a ~ ~ oao .,~~~ 3 per LUMP SU1~1. ' ~ ~" ~-r 1-~ ~ Bidding Doccunents Bethel Road Project - No. ST 99-OS UNIT PRICE BID SCHEDULE BASE BID - Item No. Quantit-y Unit Description and unit Price in Unit Total Words Price Price _ I-55-CB 1 LS Remove and Dispose of existing box culvert (4' x 8') and wingwalls, Complete in Place ~~~ ~,~ws~n ~ Dollars ~ o ,.. , o ~oo S ooo, o~ and c~ o Cents per LUMP SU?vI. I-56-CB 1 LS Tie Existing 42" outfall into -- Gabion Structure, Complete in Plac~ ~ l,ree ~,o4sa+,,,~Dollars and ~ Cents 3aoo,oJ ~ooo,a~ per LUMP SL~1VI. __ I-57-CB ? LS Tie Existing 36" outfall into Gabion Structure, Complete in Flace __ S~>L ~otisa+ti~ Dollars ~ 0 0~ . o0 , Z~Ooo,e© _ and ~o Cents per LUMP SUM. I-58-CB 1 LS Tie Existing Flume into Gabion Structure, - Complete in Place ~~''~ ~°`a~~Dollars _ and t~~ Cents so~o• a~ 5 0 ofl . o:, - per LUMP SL~'VI. I-~9-CB 1 LS Tie 48" storm Pipe Under -- Driveway at 620 Loch Lane into 6' x 10' box culvert, __ Complete in Place .Su~.~..d ~~-~-w. ~i~~ ~'~~ f`'O D ll s o ar 3a Z~ ,~~ 3~ 2S .~~ ` and Cents per LL>NIP SU1VI. I-60-G N/A LF Remove Existing 54" RCP at N/A N/A Enchanted Way, """ Complete in Place Dollars and Cents per LINEAR FOOT. 1-28 Bidding Doccunei2ts Bethel Road Project - No. ST 99-OS __ UtiTT PRICE BID SCHEDUZE BASE BID Item No. Quantity unit Description and L:"nit Price in Unit Total Words Price Price i I-61-G N/A LS Remove 27 LF of Existing N/A N/A 10'x10' Box Culvert and Headwall at Bass Pro Dave Sta. 106+00, Complete in Place Dollars and Cents per LUMP SUM. I-62-G NiA LF Remove 12" Driveway Culverts, N/A N/A Complete in Place Dollars and Cents per LINEAR FOOT. I-b3-G NiA LF Remove 18" RCP Storm Drain, N/A N/A Complete in Place Dollars and Cents per LLN7/AR FOOT. I-64-G N/A EA Remove Srnall Drainage 'v/A ~r/~, Structures, Complete in Place Dollars and Cents ~ per EACII. I-65-CB 960 CY 1.5' x 3' PVC Coated Gabion Structures, Complete in Place C.~^z ~,~~n~~e. ~ "'''`~ ~~JOllars and ~'~ Cents (qS,J~ ~u°~ Zbo,~~ per CUBIC YARD. I-66-CB 480 CY 3' X 3' PVC Coated Gabion Structures, Complete in Place L, .~~~ S~x ~ ^e h~.~ 1~, l ollars J b S ' °'" 7 9~Zoo ,~ and r.7~ Cents per CUBIC YARD. 1-29 Biddi~zg Documents Bethel Road Project - No. ST 99-05 - L~ZT PRICE BID SCHEDULE BASE BID Item No. Quantit} Unit Description and Unit Price in Unit Total Words Price Price I-67-CB 80 CY 1' Gabion Ivlattress Structure, Complete in Place ,~,,~ ~h~ -,.~~ ~r~ ll n ~'~ ~~Dollars 1 ~~ ..5v 15 to t-4 ~ , u J and F' ~~`i Cents per CUBIC YARD. I-68-CA 647 LF 8" PVC Sanitary Sewer Line, by open-cut w/embedment, Complete in Place I- 1~^~'~-~ Dollars and .s~.~~ ~+~ents ~ 3 • ~S '-~ l~ ztf ~ - Z~ per LINEAR FOOT. I-69-CA ; EA 5" Diameter Sanitary Sewer Manhole, Complete in Plac~~n~,,,i ~ Se~~~1. ~1 ~e Dollars and t~ Cents ~SpO' °J zZ~ ~n~ •.~~ Per EACH. I-70-CA 1 EA 4" Diameter Sanitary Sewer Manhole, Complete in Place c \ y,, ~~ r•l., I Ur~1 1"-U h~'"~"Do Iars ~ and tV Cents ~?.UU,oO ~~LjO`JJ Per EACH. I-71-CA 1 LS 6" PVC Sanitary Sewer line stubout, Complete in Place Six h un~r~ ~ Dollars ~, ~,~. ~o ~ o~ . o and ~ ° Cents per LUMP SLT1v1. I-72-CA 10 EA Adjust Sanitary Sewer Manhole Rims to NTatch New Roadway, Complete in Place F~~.r hundr~,~ Dollars and N ~ Cents ~ oo• ~ o ~oo~.~~ per EACH. 1-30 Biddia~ Documents Bethel Road Project - No. ST 99-OS LET PRICE BID SCHEDL~I..E B:~SE BID 1"j~ Bidding Documents - Bethel Road Project - No. ST 99-OS LJiVIT PRICE BID SCHEDLZE BASE BID Item No. Quantity Unit Description and unit Price in Unit Total Words Price Price I-79-CA 4 EA Fire Hvdrant Assemblies On New 16" Water Line w/6" Gate Valve, Compl~e te ir~Pla~~ ~~ ~-~ ~ ~,~ ~ F®~~ Dollars ~v ~J yZ,50,oJ ~7p~O~ and Cents per EACH. I-80-CA 12 EA Fire Hvdrant Assemblies On Existing 16" Water Line, Com lete in P~a~ ~,f ~a , ~Jollars 3 2.SG ~~ 3 F~~° ° ~~~ and N~ Cents per EACH. I-81-CA 4 EA Fire Hvdrant Assemblies On Existing 16" Water Line w/16" Tapping Sleeve & Valve, Complete in Place ~i,~ ~"'^~Dol~ars ~ Sno .off Z ~ t~ ~~ •u ~ ~ and V`~~ Cents ~ per EACH. I-82-G N/A EA Relocate Fire Hvdrant Assemblies N/A N/A w/ 6" Valve & Necessary 6" PVC Pipe, Complete in Place Dollars and Cents per EACH. I-83-CA 2 EA 16" Gate Valve, Complete in Place El~v~en fi'r'"~~ollars and °`~~ Cents ) f o°J' °~ Z Z vvo •,~ i per EACH. I-84-CA 1 EA 12" Gate Valve, Complete in Place ~r~ ~ Tie ^'4`1 era- ~'~ Doll ars and -..b Cents z i c,o ~~'~' Z 1 ~~ • "`' per EACH. 1-3? Bidding Documents Bethel Road Project - No. ST 99-OS U'_VIT PRICE BID SCHEDLZE BASE BID Item No. Quantity Unit Description and Unit Pnce in unit Total Words Price Price I-85-CA 1 EA 8„ Gate Valve, Complete in Place I ~ Ive ~w ~'~'~''-~Dollars and ~ o Cents IzoO'D" 1 z ~fl,mG per EACH. I-86-CA 1 E.A Connection to Existing 16" Water Line, Complete in Place t ~~-,!c~,r hw~.~~Dollars and N ~ Cents 15'00 , °J i s o~ • ° ~ per EACH. I-8?-CA 1 LS Type " 2" Air Release Valve, Includes Abandonment of Existing Air Release Valve, Complete in Place ~' *~~ 1'""''"~ol lars and ~ o Cents S 3 n ``'' ~v S 3 ~+~ • `~" er LL~~IP SUM. I-88-CA 23 EA Adjust Water Valve Boxes, Complete in Place ~~u~ 4,.~,~~,,~~.I Dollars and ~ ° Cents ~~o •O `~ ~ Z ~o • ~ per EACH. I-89-G N/A EA Adjust Water I~leter & Box, N/A NSA Complete in Place Dollars and Cents per EACH. I-90-CA 3 EA Abandon/Remove Water Valve Boxes Along 16" Water Main and Plug 6" FH Stub-out, Complete in Place ~~yy ~~J E+f ~~ ~'^~~` S~Dollats e U and N0 Cents 8 7 j . ~~ Zb ~ ~ "`' per EACH. 1-33 Biddi~zg Documents Bethel Road Project - tio. ST 99-OS C~ZT PRIDE BID SCHEDULE BASE BID Item No. Quantity Unit Description and Unit Price in Unit Total Words Price Price I-91-CA 1 LS Domestic Service Line Adjustments and Meter Relocation, Complete in Place Fo„-~y ~i~~ ~..~"~~ollars ~~vo,o° ~s-vo,c~.~ and r' ~ Cents per LUMP SL~1. I-92-CA 1 LS Repair, Replace, and~'or Modify Existing Irrigation Systems, Complete in Place S ~~C ~~.s4„~ c' _ Dollars and N ~ Cents (o °O°' ° ~ b ~ oo ~ ~ ~ per LliMP SUlv1. I-93-CA i LS 16" Water Main Lowering at 3-5' x 10' box culverts, Complete in Place d~~ N+~~° ~'"~ollars and ~ ° Cents ~f L ~~ ~J cI ~ ~o . ~ per LUMP SUM. I-9 1 LS 16" Water Main Lowering at 4-6' x lU' box culverts, Z-~4~~ Com ]ete in Place ~~ ~ ~ ~ ~~~y ~~ "~ h~ Dollars and ~~"~ Cents 5-~ °~' ~O 5~~ ° ' "~ per LUIv1P SL`M. I-95-CA 10 EA 16" Water Main Lowering at Drainage Laterals, Complete in Place Srv.,~. ~d~*~n.` Dollars ~ ~ L;oo ~, and ~ti ~ Cents ~ O°~ ~ J ~ per EACH. I-96-CA 1 EA 10" Water Main Lowering at 3-5' x 10' box culverts, Complete in Place 1 • aP ~'~0.~~ Dollars and ~J~ Cents _ 5 ~~~ ~°`~ _ S °~°'`~`' per EACH. 1- ~`~ Bidding Docunzents Bethel Road Project - No. ST 99-OS L>T1IT PRICE BID SCHEDULE BASE BID Item No. Quantity Unit Description and Unit Pnce in Unit Total Words Price Pnce I-9?-CA 5 EA 8" Water Main Lowering at Drainage Laterals, Complete in Place ~ weh r~ nQ ~'`~" ~''1 Do Lars Z ~ o~ , o~ 1 y Soo , ~ ~ and N ~ Cents ~ per EACH. I-9&-CA 7 EA 6" Fire Hydrant Stub-Uut Water Line Lowering, Com lete in Plac~ ~,1'+- ~1r~t-~ ~N„drt Dollars and r.7 ~ Cents t3-so 'O`~ ~i ~{~ ~ ' `~~ per EACH. I-99-CA 1 LS Backflow Preventor Fault and Water Meter, Compiete in Place ~~ Twe.,~ ~° ~"~ollars and ~~ Cents ~Zo ~ ~ .oJ ~ Z~ ooo,~~~ per LUMP S LTM. I-100- LS Erosion Control, CA th '~~ Complete in Place ~ J ' ~~ ~~ V Yv ~ ~ '~~~-a Dol ars and ~ ~ Cents ~~o,S~o,a~ ~ ~~ ~{J=~, ~~ per LUMP SLIM. I-101- LS Traffic Control, CA ~ ~ Complete in PI ce~~,~ ~~~,s~.. ~ ~ ~ ~ ~~h~r'q.~ ' Dollars and ~•.io Cents ,~ / a,,~ ,oJ ~z~ ~oc;,o;, per LL"'vIP SUM. I-102- 1 LS City Entrance/Monument Sign, CA Complete in Place ~o,r-~y ~'-,ouso,ti~ Dollars and t~~ Cents y~, goo, ° ~ y o ~~J ~ ~~ per LUMP S LTM. I-103- ~ LS Restore Parkway and Disturbed CA O ~ Areas, Complete in Place h ~-~'lLl se~e.h ei ~~ Dollars 7~ ao, oo (pZ~ ~, u~ and ~~ Cents per LUMP SLJM. 1-3 ~ Bidding Documents - Bethel Road Project - No. ST 99-OS L?'iVIT PRICE BID SCHEDULE - BASE BID Item No. Quantity Unit Description and Unit Price in Unit Total Words Price Price I-104- 8,250 LF Trench Safety System, CA Complete in Place o +~~ Dollars andse~~,.,.,M, 4i~~eCents l'~S / y, y3~.S° per LINEAR FOOT. I-10>- 2 EA Project Signs, CA Complete in Plac~~ ~~ 11 ~~! ~~ tiuh ~~t ~ TDol~ars and ~it7 Cents SS°' ~~ , O~p ,oJ per EACH. I-106- .,~Y75 LS Field Office, CA ,,//~~ V.QjQ Complete in Plac ~uSa`.~ ~' a `1r,~ h..~ti~v+t,~ o~l i-S clop ,.,~ 15~ I~~r and 1yo Cents l,~h dry , per LLT?vIP SUM. 1 Z S/ 2 0 `' ~ I-107- 1 LS Landscaping and Imgation, CA Complete in Placee ~o~SA ~ ~S (o, S°`'~ ~=' r. vie -,•~r~+~lJ ~i I+~ ~~~ O arS ~ ~~ Si"~O, t~;.~ and IJ o Cents{'''Y ~"'"'" I ~ ~ per LL1~1P SL~I. I-108- 1 EA Service Tap (wet), CA Complete in Place~rr ~ ~ ~~~1 n~~, hu"7~o~lars and ~ ~ Cents ~~~ oe~ ,oo ~ Sao . ~ ~ per LLIvIP SLTNI. I-109- 1 EA Service Tap (dryj, CA Complete in Placyel ~L ~1~~' ~i~ ~~''Dolla s eJ -oo,~~ 3So~, 3S and No Cents per LUMP SUM. I-110- 1 LS Traffic Signal, (Royal @ Bethel) CA Complete in Plac~~ ~,~yy ~p~Kt; ~ ~~ h~~ ~R ~ Dollars and ~J ~ Cents op° 'ov ! S~ l moo, ,~00 ~ N per LLJIvIP SUM. , 1-36 Bidding Docume~its ~'_. ~- _: Bethel Road Project - No. ST 99-OS UNIT PRICE B1D SCHEDULE BASE BID Item No. Quantity Unit Description and U'~nit Price in Unit Total `w'ords Price Price I-111- 1 LS Traffic Signal, (Freeport @ CA Bethel), Complete in Place ~r I-~.,~,s4 ti''~ 1~y.., ~r~,c~ s~~ I~OI~aI'S ~ lpy-~poo. ~~ V ~~ ~~~~ ~~ andN~ Cents ~ per LUMP SU'1~1. I-112-G N/A LS Budge at Cottonwood Creek, N/A N/A Complete in Place Dollars and Cents per LUMP SU~IvI. I-113- 1 LS NWP 39 Mitigation Plan, (~~j Complete in Place ~ E~ q i~-lee h T"O~`s`~o~lars i ~ ~, .~ ~ ~ o;~ r 8 row , o ~ and ~~ Cents ~ ~ per LLZvIP SU~1. f ,~ - ~ ;~ TOTAL BID ITEMS BASE BID I-1-CA thru I-11~-CA $ ~, c~ ~ 3, ~'y `~ ,~ ~ ~ `"~ ' ' ~ `` TOTAL SUPPLEMENTAL BID I-51-CB thru I-4~CB $ SCP ~~ l0 15-, _ qty TANGIBLE PERSONAL PROPERTY COST $ 3 to Z t 3 Z~ . ~ / TOTAL BID $ 7~ 3 ~G, ~,lS~ , OG Item I~1o. quantity linrt Description crud Unit Price in Words Uz',,it Price Total Price I.114-CB 5100 CY Channel Excavation, Complete In Place 1:1 ~-le~ b1 Dollars ~ ~ 1 ~ °° 7 /p S-off, aJ and ~ Cenr; ~ per CUF3IC YARD. 1-37 Bidding Docu»2ents BID SIJIVI'VIARY _ TOTAL BID ITEMS BASE BID I-1-CA thru I-11~-CA I-~ 1-CB thru I-~i-CB ity CALENDAR TOTAL. PRICE DAYS ~7~ a93, ~s9.o~ $ ~~° 6. BIDDER agrees that all Work awarded will be completed within ~~~ Calendar Days. Contract time will commence to run as provided in the Contract Documents. 7. Communications concerning this Bid shall be addressed to the address of BIDDER indicated on the applicable signature page. 8. BIDDER understands that the Owner is exempt from State Limited Sales and lise Tax on tangible personal property to be incorporated into the project. Said taxes are not included in the Contract Pnce (see Instructions to Bidders). 9. The terms used in this Bid which are defined in the General Conditions of the Construction Contract included as part of the Contract Documents have the meanings assigned to them in the General Conditions. The Owner reserves the right to delete any portion of this project as it may deem necessary to stay within the available funds. Should the Owner elect to delete any portion, the contract quantities will be adjusted accordingly. PROPOSAL GUARANTY A Proposal Guaranty shall be provided in accordance with Item 1.5 of the NCTCOG's Standard Specifications for Public Works Construction. SUBNIITTED ON ~ ~~ ~ +~ , ~.~~ L.p Signature: 1-~8 Bidding Documents PREVAILING WAGE RATES Air 'Tool Operator ............................ .Asphalt Raker ................................. Asphalt Shoveler ............................. Asphalt Distributor Operator ............... Asphalt Paving Machine .................... Batching Plant Weigher ..................... Broom or Sweeper Operator ................ Bulldozer ...................................... Carpenter ...................................... Concrete Finisher-Paving .................... Concrete Finisher-Structures ................ Concrete Paving Curbing Machine ......... Concrete Paving Finishing l~lachine ....... Concrete Paving joint Sealer ................ Concrete Paving Saw Operator ............. Concrete Paving Spreader ................... Concrete Rubber .............................. Crane, Clamshell, Backhoe, Derrick, ...... Dragline, Shovel Operator ............. Electricial ...................................... Flagger ......................................... Form Builder-Structures ..................... Form Liner-Paving and Curb ................ Foundation Drill Operator, Crawler Mount Form Setter-Structures ....................... Foundation Drill Operator Truck Mounted Front End Loader ............................. - Laborer-Convnon ................................ Laborer-Utility ................................... Mechanic ......................................... 10.06 Milling Machine Operator Fine Grade ....... 11.83 11.01 Mixer Operator .................................. 11.58 8.80 Motor Grader Operator Fine Grade ........... 15.20 13.99 Motor Grade Operator, Rough Oiler .......... 14.50 12.78 Oiler ............................................... 14.98 14.15 9.88 Painter-Structures ............................... 13.17 13.22 Pavement Marking Machine .................. 10.04 Pipe Layer ........................................ 11.04 12.80 12.85 Reinforcing Steel Setter Paving .................. 14.86 13.27 Reinforcing Steel Setter Structures ............. 16.29 12.00 Roller, Steel Wheel Plant-Mix Pavements ..... 11.28 13.63 Roller, Steel Wheel Other Flatwheel or 12.50 Tamping ........................................ 10.92 13.56 Roller, Pneumatic, Self-Propelled ............... 11.07 14.50 18.12 Scraper ............................................. 11.42 Servicer ............................................. 12.32 14.12 Slip Form Machine Operator .................... 12.33 Spreader Box Operator ........................... 10.92 18.12 Tractor-Crawler Type ............................ 12.60 8.43 Tractor-Pneumatic ................................ 12.91 11.63 Traveling Mixer ................................... 12.03 11.83 Truck Driver Lowboy/Float ..................... 14.93 13.67 Truck Driver-Single Axle Heavy ............... 11.47 l 1.63 Truck Driver-Single Axle Light ................ 10.91 ] 6.30 Truck Driver -Tandem Axle Semi Trailer ..... 11.75 12.62 Truck Driver-Transit Mix ....................... 12.08 9.18 Wagon-Drill, Boring Machine, Post Hole 10.65 Driller .......................................... 14.00 Work Zone Ban-icade ............................ 10.09 16.97 Welder .............................................. 13.57 I -39 Bidding Documents _ SECTION 2 CONTRACT DOCUMENTS T H E C 1 T Y O F - COPPELL ~~ o F ~, h s , e q 2-1 - STANDARD FORM OF AGREEMENT BETWEEN CITY OF COPPELL AND CONTRACTOR ON THE BASIS OF A STIPULATED PRICE THIS AGREEMENT is dated as of the ~ t~ day of in the year ?006 by and between the CITY OF COPPELL, TEXAS, a municipal corporation (hereinafter called OWNER) and TISEO PAVING COMPANY (hereinafter called CONTRACTOR). OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK. CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as follows: This work shall consist of the installation of Bethel Road extending from the _ CoppelUGrapevine City Limit Line to Freeport Parkway. This project will include the removal of existing pavement, excavation, and all related utilities, as well as the installation of pavement, 3-5' x 10' box culverts, and utilities as described in the plans for ST 99-05. __ The project will also include channel improvements between Freeport Parkway and Coppell Road as described in the plans for ST 99-05. Work shall include all components necessary for the "turn key" construction of the project as shown in the plans for the Bethel Road - Project # ST 99-05. The Project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: Construction of Bethel Road I Project Project - No. ST 99-OS Bid No. Q-0806-01 Article 2. ENGINEER. The Project has been designed by TranSystems Corporation Consultants. Contract administration will be provided by the City of Coppell Engineering Department who is hereinafter called ENGINEER and who is to act as OWNER's representative, assume all duties and responsibilities and have the rights and authority assigned to ENGINEER in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. 2-l Contract Documents Article 3. CONTRACT TIME. - 3.1. The Work will be completed within 570 Calendar Days from the date when the Contract time commences to run as provided in Item 1.13 of the General Provisions, and completed and ready for final payment in accordance with Item 1.51 of the General Provisions. _ 3.2. Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not completed within the time specified in paragraph 3.1 above, plus any extensions thereof _ allowed in accordance with Item 1.36 of the General Provisions. They also recognize the delays, expense and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by OWNER if the Work is not completed on time. Accordingly, instead -- of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for daily (but not as a penalty) CONTRACTOR shall pay OWNER Five hundred dollars ($500.00) for each day that expires after the time specified in paragraph 3.1 for Completion until the Work is complete. Article 4. CONTRACT PRICE. 4.1. OWNER shall pay CONTRACTOR for completion of the Work in accordance with the Contract Documents in current funds subject to additions and deductions by Change Orders _ as provided in the contract documents in accordance with the unit prices listed in Section 1 - Proposal and Bid Schedule. The contract sum shall be the amount of _ $7,293,659.00. The total tangible property cost included in the contract sum is $3,621,324.91. Article 5. PAYMENT PROCEDURES. CONTRACTOR shall submit Applications for Payment in accordance with Item 1.51 of the General Provisions. Applications for Payment will be processed by ENGINEER as provided in the General Provisions. 5.1. Progress Payments. OWNER shall make progress payments on account of the Contract Price on the basis of CONTRACTOR'S Applications for Payment as recommended by ENGINEER, each month during construction as provided below. All progress payments will be on the basis of the progress of the Work measured by the schedule of values established in Item 1.51 of the General Provisions (and in the case of Unit Price Work based on the number of units completed) or, in the event there is no schedule of values, as provided in the General Provisions. __ 5.1.1. Prior to Completion, progress payments will be made in an amount equal to the percentage indicated in Item 1.51.2 of the General Provisions, but, in each case, less the aggregate of payments previously made and less such amounts as ENGINEER shall 2-3 Contract Documents - determine, or OWNER may withhold, in accordance with Item 1.52 of the General Provisions. -- 5.2. Final Payment. Upon final completion and acceptance of the Work in accordance with Item 1.51.4 of the General Provisions, OWNER shall pay the remainder of the Contract Price as recommended by ENGINEER as provided in said Item 1.51.4. Article 6. INTEREST. No interest shall ever be due on late payments. Article 7. CONTRACTOR'S REPRESENTATIONS. In order to induce OWNER to enter into this Agreement CONTRACTOR makes the following representations: 7.1. CONTRACTOR has studied carefully all reports of explorations and tests of subsurface -- conditions and drawings of physical conditions which are identified in the Supplementary Conditions as provided in Item 1.3 of the General Provisions, and accepts the determination set forth in Item SC-1.20 of the Supplementary Conditions of the extent of the technical data contained in such reports and drawings upon which CONTRACTOR is entitled to rely. 7.2. CONTRACTOR has obtained and carefully studied (or assumes responsibility for - obtaining and carefully studying) all such examinations, investigations, explorations, tests, reports, and studies (in addition to or to supplement those referred to in paragraph 7.1 above) which pertain to the subsurface or physical conditions at or contiguous to the site or otherwise may affect the cost, progress, performance, or furnishing of the Work as CONTRACTOR considers necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of Item 1.3 of the General Provisions; and no additional examinations, investigations, explorations, tests, reports, studies, or similar information or data are or will be required by CONTRACTOR for such purposes. 7.3. CONTRACTOR has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of said Underground Facilities. No additional examinations, investigations, explorations, tests, reports, studies, or similar information or data in respect of said Underground Facilities are or will be required by CONTRACTOR in order to perform and furnish the Work at the Contract Price, within the Contract time and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of Items 1.3, 1.20 and 1.21 of the General Provisions. 7.4. CONTRACTOR has correlated the results of all such observations, examinations, investigations, explorations, tests, reports, and studies with the terms and conditions of the Contract Documents. 2_q Contract Documents 7.5. CONTRACTOR has given ENGINEER written notice of all conflicts, errors or discrepancies that he has discovered in the Contract Documents and the written resolution -- thereof by ENGINEER is acceptable to CONTRACTOR. Article 8. CONTRACTOR DOCUMENTS. The Contract Documents which comprise the entire agreement between OWNER and CONTRACTOR concerning the Work consist of the following: 8.1. This Agreement. 8.2. Exhibits to this agreement (immediately following this Agreement, inclusive). 8.3. Certificate of Insurance. 8.4. Notice of Award. 8.5. Part l: General Provisions of the Standard Specifications for Public Works Construction, NCTCOG, (Third Edition). 8.6. Supplementary Conditions to the NCTCOG, Part 1: General Provisions (pages 3-2 thru 3-10). 8.7. Specifications bearing the title: "Construction Specifications and Contract Documents for "Bethel Road IProject - # ST 99-OS for the City of Coppell". 8.8. Drawings entitled: "Bethel Road IProject - # ST 99-OS for the City of Coppell". 8.9. The following listed and numbered addenda: 8.10. CONTRACTOR'S Bid Proposal and Bid Schedule of Section 1 - Bidding Documents. 8.11. Documentation submitted by CONTRACTOR prior to Notice of Award. - 8.12. The following which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto: All Written Amendments and other documents amending, modifying, or supplementing the Contract Documents pursuant to Items 1.37 and 1.38 of the General Provisions. 8.13. The documents listed in paragraphs 8.2 et seq. above are attached to this Agreement (except as expressly noted otherwise above). The Contract Documents may only be amended, modified, or supplemented as provided in Items 1.37 and 1.38 of the General Provisions. 2-5 Contract Documents Article 9. MISCELLANEOUS. 9.1. Terms used in this Agreement which are defined in Item 1.0 of the General Provisions will have the meanings indicated in the General Provisions. 9.2. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but without limitation moneys that may become due and moneys that are due may not be assigned without such consent (expect to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 9.3. OWNER and CONTRACTOR each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, its partners, successors, assigns and legal __ representatives in respect of all covenants, agreements and obligations contained in the Contract Documents. ~-~ Contract Documents Article 10. OTHER PROVISIONS. -- IN WITNESS WHEREOF, OWNER and CONTRACTOR have signed this Agreement in triplicate. One counterpart each has been delivered to OWNER, CONTRACTOR and ENGINEER. All portions of the Contract Documents have been signed or identified by OWNER and CONTRACTOR or by ENGINEER on their behalf. This Agreement will be effective on ~ , 2006. ~ 1~.~ OWNER: City of Coppell CONTRACTOR: Tiseo Paving Company 255 Parkway Boulevard P.O. Box 270040 Coppell, TX 75019 Dallas, TX 75227 P.O. Box 9478 Coppell, Texas 75019 Attn: Ken Griffin, P.E. Dir. of Engineering/Public works -- (If OWNER is a public body, attach evidence of authority to sign and resolution or other documents - authorizing execution of Agreement.) BY. 1'~ TITLE: ARTHUR iISE~ RN~31p~Nfi ATTEST: Address for giving notices: ~~g .~~~ ~ (If CONTRACTOR is a corporation, attach evidence of authority to sign.) ~-~ Contract Documents ATT ST: Address for givi otices: 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_g Contract Documents VALENTI TROBEC CHANDLER INC_ GENERAL INSURANCE • SURETY BONDS 11 /20/2006 City of Coppell 255 Parkway Boulevard Coppell, TX 75019 RE: Tiseo Paving Company OCP #OCP464188700 Project No. ST99-OS Construction of Bethel Road I Project. To Whom It May Concern: With reference to the captioned, we enclose Policy Number OCP464188700, original policy evidencing Owner's and Contractor's Protective Liability. If we can be of further assistance, please advise. Thank you. Best regards, VALENTI TROBEC CHANDLER, 1NC. Jill Oberlee/sb Enclosures cc: Tiseo Paving Company 1175 WEST LONG LAKE RD. • SUITE 200 • TROY, MICHIGAN 48098 • 248-828-3377 • BCND FAX 248-828-4290 • FAX: 248-828-3741 ZURICH ~, U .~ Owners and Contractors Protective Liability Policy Occurrence Zurich North America Insurance is provided by the company designated on the Declaration Page. (A stock insurance company.) COMMERCIAL INSURANCE COMMON POLICY DECLARATIONS Policy Number OCP 4641887-00 Renewal of Number NEW Named Insured and Mailing Address Producer and Mailing Address CITY OF COPPELL VALENTI, TROBEC, CHANDLER, INC 255 PARKWAY BOULEVARD 1175 W LONG LAKE RD STE 200 COPPELL TX 75019 TROY MI 48098-4438 Producer Code 11079-000 Policy Period: Coverage begins 10-17-06 at 12:01 A.M.; Coverage ends 11-01-07 at 12:01 A.M. The named insured is ^ Individual ^ Partnership ^ Corporation X^ Other: OTHER This insurance is provided by one or more of the stock insurance companies which are members of the Zurich-American Insurance Group. The company that provides coverage is designated on each Coverage Part Common Declarations. The company or companies providing this insurance may be referred to in this policy as "The Company", we, us, or our. The address of the compantes of the Zurich-American Insurance Group are provided on the next page. THIS POLICY CONSISTS OF THE FOLLOWING COVERAGE(S): GENERAL LIABILITY COVERAGE PREMIUM $ 6,144.00 issued by ZURICH AMERICAN INSURANCE COMPANY THIS PREMIUM MAY BE SUBJECT TO AUDIT. TOTAL $ 6 ,144 .00 This premium does not include Taxes and Surcharges. Taxes and Surcharges TOTAL $ The Form(s) and Endorsement(s) made a part of this policy at the time of issue are listed on the SCHEDULE of FORMS and ENDORSEMENTS. Countersigned this day of r e e es~tati THESE DECLARATIONS TOGETHER WITH THE COMMON POLICY CONDITIONS, COVERAGE PART DECLARATIONS, COVERAGE PART FORM(S), FORMS AND ENDORSEMENTS. IF ANY, ISSUED TO FORM A PART THEREOF, COMPLETE THE ABOVE NUMBERED POLICY. U-GU-D-310-A (01/93) INSURED COPY Page 1 of 1 ZURICH THIS ENDORSEMENT IS ATTACHED TO AND MADE PART OF YOUR POLICY. THIS ENDORSEMENT DOES NOT GRANT ANY COVERAGE OR CHANGE THE TERMS AND CONDITIONS OF ANY COVERAGE UNDER THE POLICY. DISCLOSURE OF PREMIUM (RELATING TO TERRORISM RISK INSURANCE ACT) SCHEDULE* Premium attributable to risk of loss from certified acts of terrorism for lines subject to TRIA: 1o OF GENERAL LIABILITY PREMIUM *Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Disclosure of Premium In accordance with the federal Terrorism Risk Insurance Act of 2002 ('TRIA"), we are required to provide you with a notice disclosing the portion of your premium, if any, attributable to the risk of loss from terrorist acts certified under that Act for lines subject to TRIA. That portion of your premium attributable is shown in the Schedule of this endorsement or in the Declarations. B. Disclosure of Federal Participation in Payment of Terrorism Losses The United States Government, Department of the Treasury, will pay a share of terrorism losses insured under the federal program. The federal share equals 90% of that portion of the amount of such insured losses that exceeds the applicable insurer retention (85% for acts of terrorism in 2007). C. Limitation of Liability and Termination of the Program The Act currently provides for no insurance industry or United States government participation in terrorism losses that exceed $100 billion in any one calendar year. The federal program established by the Act is scheduled to terminate at the end of December 31, 2007 unless extended by the federal government. D. Availability As required by TRIA, we have made available to you for lines subject to TRIA coverage for losses resulting from acts of terrorism certified under TRIA with terms, amounts and Includes copyrighted material of ISO Properties, Inc. with its permission. Copyright Zurich American Insurance Company 2006 limitations that do not differ materially from those for losses arising from events other than acts of terrorism. E. Definition of Act of Terrorism TRIA defines "act of terrorism" as any act that is certified by the Secretary of the Treasury, in concurrence with the Secretary of State and the Attorney General of the United States: 1. to be an act of terrorism; 2. to be a violent act or an act that is dangerous to human life, property or infrastructure; 3. to have resulted in damage within the United States, or outside of the United States in the case of an air carrier (as defined in section 40102 of Title 49, United States Code) or a United States flag vessel (or a vessel based principally in the United States, on which United States income tax is paid and whose insurance coverage is subject to regulation in the United States), or the premises of a United States mission; and 4. to have been committed by an individual or individuals acting on behalf of any foreign person or foreign interest as part of an effort to coerce the civilian population of the United States or to influence the policy or affect the conduct of the United States Government by coercion. But, no act shall be certified by the Secretary as an act of terrorism if the act is committed as part of the course of a war declared by Congress (except for workers' compensation) or property and casualty insurance losses resulting from the act, in the aggregate, do not exceed $5,000,000. U-GU-630-B (1/06) Page 1 of 1 INSURED COPY Important Notice - In Witness Clause In return for the payment of premium and subject to all the terms of the policy, we agree with you to provide insurance as stated in this policy. This policy shall not be valid unless countersigned by the duly authorized Representative of the Company. In Witness Whereof, this Company has executed and attested these presents and, where required bylaw, has caused this policy to be countersigned by its duly authorized Representative. r ,~~ `~~'~-- President Zurich American Insurance Company American Guarantee and Liability Insurance Company American Zurich Insurance Company Zurich American Insurance Company of Illinois Administrative Offices Zurich Towers 1400 American Lane Schaumburg, Illinois 60196-1056 Corporate Secretary QUESTIONS ABOUT YOUR INSURANCE? Your agent or broker is best equipped to provide information about your insurance. Should you require additional information or assistance in re- solving acomplaint, call or write to the following (please have your policy or claim number ready): Zurich North America Customer Inquiry Center 1400 American Lane Schaumburg, Illinois 60196-1056 1-800-382-2150 (Business Hours: 8 a.m. - 4 p.m. U-GU-319-E (5/96) Page 1 of 1 INSURED COPY Policy Number OCP 4641887-00 SCHEDULE OF FORMS AND ENDORSEMENTS ZURICH AMERICAN INSURANCE COMPANY Named Insured CITY OF COPPELL Effective Date: 10-17-06 12:01 A.M., Standard Time Agent Name VALENTI, TROBEC, CHANDLER, INC Agent No. 11079-000 COMMON POLICY FORMS AND ENDORSEMENTS U-GU-630-B 01-06 DISCLOSURE OF PREMIUM (RELATING TO TRIA) U-GU-D-310-A 01-93 COMMON POLICY DECLARATIONS U-GU-319-E 05-96 IN WITNESS CLAUSE U-GU-619-A CW 10-02 SCHEDULE OF FORMS AND ENDORSEMENTS IL 00 21 05-04 NUCLEAR ENERGY LIABILITY EXCLUSION ENDT IL 01 68 05-02 TEXAS CHANGES-DUTIES IL 00 03 08-02 CALCULATION OF PREMIUM GENERAL LIABILITY FORMS AND ENDORSEMENTS UGL1179ACW 07-03 ASBESTOS EXCLUSION ENDORSEMENT UGL1181ACW 07-03 FUNGI OR BACTERIA EXCLUSION ENDT U-GL-495-A CW 01-93 OCP LIABILITY LOCATION SCHEDULE U-GL-D-275-B CW 01-93 OWNERS CONTRACTORS PROTECTIVE LIAB DEC U-GL-1113-A CW 10-02 COMM GENERAL LIABILITY COVERAGE SCHEDULE CG 00 09 12-04 OCP COVERAGE FORM-DESIGNATED CONTRACTOR CG 31 07 02-00 TX CHGS-CONDITIONS REQUIRING NOTICE CG 28 55 03-93 TEXAS CHANGES CG 29 51 01-96 EMPLOYMENT REL PRACTICES EXCL UGL1114A-1 10-02 EXCLUSION-ENGINEERS, ARCHITECTS SURVEY U-GU-619-A CW (10/02) INSURED COPY INTERLINE 1 L 00 21 05 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NUCLEAR ENERGY LIABILITY EXCLUSION ENDORSEMENT (Broad Form) This endorsement modifies insurance provided under the following: COMMERCIAL AUTOMOBILE COVERAGE PART COMMERCIAL GENERAL LIABILITY COVERAGE PART FARM COVERAGE PART LIQUOR LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART PROFESSIONAL LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART 1. The insurance does not apply: A. Under any Liability Coverage, to 'bodily injury' or "property damage": (1) With respect to which an "insured" under the policy is also an insured under a nu- clear energy liability policy issued by Nu- clear Energy Liability Insurance Association, Mutual Atomic Energy Liability Underwrit- ers, Nuclear Insurance Association of Can- ada or any of their successors, or would be an insured under any such policy but for its termination upon exhaustion of its limit of li- ability; or (2) Resulting from the "hazardous properties" of "nuclear material" and with respect to which (a) any person or organization is re- quired to maintain financial protection pur- suant to the Atomic Energy Act of 1954, or any law amendatory thereof, or (b) the "in- sured" is, or had this policy not been issued would be, entitled to indemnity from the United States of America, or any agency thereof, under any agreement entered into by the United States of America, or any agency thereof, with any person or organi- zation. B. Under any Medical Payments coverage, to expenses incurred with respect to "bodily in- jury" resulting from the 'hazardous properties" of 'nuclear material" and arising out of the operation of a "nuclear facility" by any person or organization. C. Under any Liability Coverage, to "bodily injury" or 'property damage" resulting from "hazardous properties" of "nuclear material', if: (1) The 'nuclear material" (a) is at any "nuclear facility" owned by, or operated by or on be- half of, an 'insured' or (b) has been dis- charged or dispersed therefrom; (2) The "nuclear material" is contained in "spent fuel" or "waste" at any time possessed, han- dled, used, processed, stored, transported or disposed of, by or on behalf of an "in- sured"; or (3) The 'bodily injury" or "property damage' arises out of the furnishing by an "insured" of services, materials, parts or equipment in connection with the planning, construction, maintenance, operation or use of any "nu- clear facility", but if such facility is located within the United States of America, its terri- tories or possessions or Canada, this ex- clusion (3) applies only to 'property dam- age" to such "nuclear facility" and any prop- erty thereat. IL 00 21 05 04 ©ISO Properties, Inc., 2001 Page 1 of 2 ^ INSURED COPY IL 01680502 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS CHANGES - DUTIES This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART EMPLOYMENT-RELATED PRACTICES LIABILITY COVERAGE PART FARM COVERAGE PART LIQUOR LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART PROFESSIONAL LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART The following is added to the Duties Condition. We will notify the first Named Insured in writing of: 1. An initial offer to compromise or settle a claim made or "suit" brought against any insured un- der this coverage. The notice will be given not later than the 10th day after the date on which the offer is made. 2. Any settlement of a claim made or "suit" brought against the insured under this cover- age. The notice will be given not later than the 30th day after the date of the settlement. IL 01 68 05 02 ©ISO Properties, Inc., 2001 Page 1 of 1 ^ INSURED COPY IL 00 03 08 02 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CALCULATION OF PREMIUM This endorsement modifies insurance provided under the following: BOILER AND MACHINERY COVERAGE PART CAPITAL ASSETS PROGRAM (OUTPUT POLICY) COVERAGE PART COMMERCIAL AUTOMOBILE COVERAGE PART COMMERCIAL CRIME COVERAGE FORM COMMERCIAL CRIME POLICY COMMERCIAL GENERAL LIABILITY COVERAGE PART COMMERCIAL INLAND MARINE COVERAGE PART COMMERCIAL PROPERTY COVERAGE PART EMPLOYEE THEFT AND FORGERY POLICY EMPLOYMENT-RELATED PRACTICES LIABILITY COVERAGE PART FARM COVERAGE PART GOVERNMENT CRIME AND COVERAGE FORM GOVERNMENT CRIME POLICY LIQUOR LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART PROFESSIONAL LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART The following is added: The premium shown in the Declarations was computed based on rates in effect at the time the policy was issued. On each renewal, continuation, or anniversary of the effective date of this policy, we will compute the premium in accordance with our rates and rules then in effect. IL 00 03 08 02 ©ISO Properties, Inc., 2002 Page 1 of 1 ^ INSURED COPY Asbestos Exclusion Endorsement Policy No. Eff. Date of PoL Exp. Date of PoL Etf. Date of End. Producer Add'L Prem Return Prem. $ $ THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Products/Completed Operations Liability Coverage Part Owners and Contractors Protective Liability Coverage Part Railroad Protective Liability Coverage Part The following exclusion is added to paragraph 2. Exclusions of Section I -Coverages -Bodily Injury And Property Damage Liability: 2. Exclusions This insurance does not apply to: Asbestos A. "Bodily injury" or "property damage" arising out of or which would not have occurred, in whole or in part, but for the actual, alleged or threatened discharge, dispersal, release, leakage, leaching, friability, flaking, escape or presence of asbestos, regardless of whether any other cause, event, material or product contributed concurrently or in any se- quence to the injury or damage; or B. Any sums that any insured or other entity must pay, repay or reimburse because of any: 1. Request, demand, order, statutory or regulatory requirement, direction or determination that any insured or others test for, investigate, monitor, clean up, remove, study, contain, treat, encapsulate, control or take any other action regarding asbestos; or 2. Claim or "suit" for damages arising out of or relating in any way to any request, demand, order, statutory or regulatory requirement, direction or determination that any insured or others test for, investigate, monitor, clean up, remove, study, contain, treat, encapsulate, control or take any other action regarding asbestos; or C. Any other loss, cost or expense arising out of or relating in any way to asbestos. U-GI,-1179 - A CW (7/03) Page 1 of 1 INSURED CCPY Fungi Or Bacteria Exclusion Endorsement Policy No. Eff. Date of PoL Esp. Date of PoL Eff. Date of End. Producer Add'L Prem Return Prem. $ S THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Products/Completed Operations Liability Coverage Part Owners and Contractors Protective Liability Coverage Part Railroad Protective Liability Coverage Part The following exclusion is added to paragraph 2. Exclusions of Section I. -Coverages -Bodily Injury And Property Damage Liability: 2. Exclusions This insurance does not apply to: Fungi or Bacteria A. "Bodily injury" or "property damage" caused directly or indirectly by the actual, alleged or threatened inhalation of, ingestion of, contact with, exposure to, existence of, or presence of any: 1. "Fungi"or "bacteria'; or 2. Substance, vapor or gas produced by or arising out of any "fungi" or "bacteria". B. Loss, costs or expenses arising out of the abating, testing for, monitoring, cleaning up, removing, containing, treating, detoxifying, neutralizing, remediating or disposing of, or in any way responding to, or assessing the effects of, "fungi" or "bacteria", by any insured or by any other person or entity. C. For the purposes of this exclusion, the following definitions are added: 1. "Fungi" means any type or form of fungus, including mold or mildew and any mycotoxins, "spores", scents or by- products produced or released by fungi. 2. "Spores" means reproductive bodies produced by or arising out of "fungi". 3. "Bacteria" means any type or form of bacteria and any materials or substances that are produced or released by bacteria. This exclusion does not apply to any "fungi" or "bacteria" that are, are on, or are contained in, an edible good or edible product intended for human or animal consumption. U-GL-1181-A CW (9/03) INSURED COPY Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc, wish its permission. OWNERS AND CONTRACTORS PROTECTIVE LIABILITY LOCATION SCHEDULE Policy Number OCP 464188700 Location of Covered Operations Loc. No. (Address, City, State, Zip Code) Description of Operation 001 CITY OF COPPELL, TX PROJECT NO. ST99-05 CONSTRUCTION OF BETHEL ROADIPROJECT U-GL-495-A CW (01/93) Page 1 Last page OWNERS AND CONTRACTORS PROTECTIVE LIABILITY DECLARATIONS Insurance for this coverage part provided by: ZURICH AMERICAN INSURANCE COMPANY OCCURRENCE COVERAGE Policy Number OCP 4641887-00 This policy provides only the coverage for which a Limit of Insurance is shown on these Declarations, and for which a Coverage Form is made a part of this policy, except as spec'rfically excluded. OCP Liability Premium Audit Period: NOT APPLICABLE Limits of Insurance Aggregate Limit $ 1 , 000 , 000 Each Occurrence Limit $ 1 , 000, 000 ~ Contractor and Mailing Address: ~ TISEO PAVING COMPANY P.O. BOX 270040 DALLAS, TX 75227-0040 U-GL-D-275-B CW (01/93) INSURED COPY PAGE 1 OF 1 Policy Number OCP 4641887-00 COMMERCIAL GENERAL LIABILITY COVERAGE SCHEDULE ZURICH AMERICAN INSURANCE COMPANY Named Insured CITY OF COPPELL Effective Date: 10-17-06 12:01 A.M., Standard Time Agent Name VALENTI, TROBEC, CHANDLER, INC Agent No. 11079-000 Ilem 5. Location of Premises Location of All Premises You Own, Rent or Occupy: See Schedule of Locations Code No. 16292 Premium Basis PER 1,000 OF TOTAL COST Premises/Operations Location 001 Exposure $ 7,293,659 Rate Premium lassffication: CONSTRUCTION OPERATIONS - OWNER (NOT $ . 8 3 4 $ 6, 0 8 3 .0 0 ILROADS) -EXCLUDING OPERATIONS ON BOARD SHIPS . Products/Completed Operations Rate Premium EXCLUDED Code No. Premium Basis Premises/Operations Location Exposure Rate Premium lassification: FEDERAL TERRORISM - CAT $ 61.00 Products/Completed Operations Rate Premium Code No. Premium Basis Premises/Operations Location Exposure Rate Premium lassification: Products/Completed Operations Rate Premium Code No. Premium Basis Premises/Operations Location Exposure Rate Premium lassffication: Products/Completed Operations Rate Premium U-GL-1113-A CW (10/02) INSURED COPY COMMERCIAL GENERAL LIABILITY CG 00 09 12 04 OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE FORM -COVERAGE FOR OPERATIONS OF DESIGNATED CONTRACTOR Various provisions of this policy restrict coverage. Read the entire policy carefully to determine rights, duties and what is and is not covered. Throughout this policy the words "you' and "your" refer to the Named Insured shown in the Declarations. The words "we", "us° and "our" refer to the Company providing this insurance. The word "insured" means any person or organization qualifying as such under Section II -Who Is An In- sured. Other words and phrases that appear in quotation marks have special meaning. Refer to Section V - Definitions. SECTION 1-COVERAGES BODILY INJURY AND PROPERTY DAMAGE LIABILITY 1. Insuring Agreement a. We will pay those sums that the insured be- comes legally obligated to pay as damages be- cause of "bodily injury' or "property damage" to which this insurance applies. We will have the right and duty to defend the insured against any "suit" seeking those damages. However, we will have no duty to defend the insured against any "suit" seeking damages for 'bodily injury" or "property damage" to which this insurance does not apply. We may, at our discretion, in- vestigate any "occurrence' and settle any claim or "suit" that may result. But: (1) The amount we will pay for damages is limited as described in Section III -Limits Of Insurance; and (2) Our right and duty to defend ends when we have used up the applicable limit of insur- ance in the payment of judgments or set- tlements. No other obligation or liability to pay sums or perform acts or services is covered unless ex- plicitly provided for under Supplementary Pay- ments. b. This insurance applies to "bodily injury' and "property damage" only if: (1) The "bodily injury" or 'property damage" is caused by an "occurrence' and arises out of: (a) Operations performed for you by the "contractor" at the location specified in the Declarations; or (b) Your acts or omissions in connection with the general supervision of such op- erations; (2) The "bodily injury" or "property damage" occurs during the policy period; and (3) Prior to the policy period, no insured listed under Paragraph 1. of Section II -Who Is An Insured and no "employee" authorized by you to give or receive notice of an "oc- currence" or claim, knew that the "bodily in- jury" or "property damage" had occurred, in whole or in part. If such a listed insured or authorized "employee" knew, prior to the policy period, that the 'bodily injury' or "property damage" occurred, then any con- tinuation, change or resumption of such "bodily injury" or "property damage" during or after the policy period will be deemed to have been known prior to the policy period. c. "Bodily injury" or "property damage" which occurs during the policy period and was not, prior to the policy period, known to have oc- curred by any insured listed under Paragraph 1. of Section II -Who Is An Insured or any "employee" authorized by you to give or receive notice of an "occurrence" or claim, includes any continuation, change or resumption of that "bodily injury" or "property damage" after the end of the policy period. CG 00 09 12 04 ©ISO Properties, Inc., 2003 Page 1 of 9 ^ INSURED COPY g. Damage To Property (ii) 'Bodily injury' or "property damage" 'Property damage° to: arising out of heat, smoke or fumes " from a hostile fire"; (1) Property you own, rent, or occupy, includ- ing any costs or expenses incurred by you, (b) At or from any premises, site or location or any other person, organization or entity, which is or was at an time used b or h h for repair, replacement, enhancement, res- for any insured or ot ers for the an- toration or maintenance of such property dling, storage, disposal, processing or for any reason, including prevention of in- treatment of waste; jury to a person or damage to another's (c) Which are or were at any time trans- property; ported, handled, stored, treated, dis- (2) Property loaned to you; posed of, or processed as waste by or for: (3) Personal property in the care, custody or (i) Any insured; or control of the insured; or (4) "Work" performed for you by the "contrac- (ii) Any person or organization for for". whom you may be legally responsi- ble; or h. War (d) At or from any premises, site or location "Bodily injury" or "property damage", however on which any insured or any contractors caused, arising, directly or indirectly, out of: or subcontractors working directly or (1) War, including undeclared or civil war; indirectly on any insured's behalf are (2) Warlike action by a military force, including performing operations if the 'pollutants" action in hindering or defending against an are brought on or to the premises, site actual or expected attack, by any govern- or location in connection with such op- ment, sovereign or other authority using erations by such insured, contractor or subcontractor. However, this subpara- military personnel or other agents; or graph does not apply to: (3) Insurrection, rebellion, revolution, usurped i "Bodil m ur " or " ro ert dama e" () y ~ y p p y g power, or action taken by governmental au- arising out of the escape of fuels lu- thority in hindering or defending against , bricants or other operating fluids any of these. which are needed to perform the i. Mobile Equipment normal electrical, hydraulic or me- "Bodily injury" or "property damage" arising out chanical functions necessary for the of the use of "mobile equipment" in, or while in operation of "mobile equipment" or its practice for, or while being prepared for, any parts, ff such fuels, lubricants or prearranged racing, speed, demolition, or other operating fluids escape from a stunting activity. vehicle part designed to hold, store Pollution j or receive them. This exception does " " . not apply if the bodily injury or (1) "Bodily injury' or "property damage" arising "property damage" arises out of the out of the actual, alleged or threatened dis- intentional discharge, dispersal or re- charge, dispersal, seepage, migration, re- lease of the fuels, lubricants or other lease or escape of "pollutants": operating fluids, or if such fuels, lu- (a) At or from any premises, site or location bricants or other operating fluids are which is or was at any time owned or brought on or to the premises, site occupied by, or rented or loaned to, any or location with the intent that they insured. However, this subparagraph be discharged, dispersed or released does not apply to: as part of the operations being per- formed by such insured, contractor (i) 'Bodily injury" if sustained within a or subcontractor; building and caused by smoke, fumes, vapor or soot produced by or (ii) "Bodily injury" or "property damage" originating from equipment that is sustained within a building and used to heat, cool or dehumidify the caused by the release of gases, building, or equipment that is used to fumes or vapors from materials heat water for personal use, by the brought into that building in connec- building's occupants or their guests; lion with operations being performed by or on behalf of any insured; or CG 00 09 12 04 ©ISO Properties, Inc., 2003 Page 3 of 9 ^ INSURED COPY b. This insurance applies to such liability assumed by the insured; c. The obligation to defend, or the cost of the defense of, that indemnitee, has also been as- sumed by the insured in the same "insured contract"; d. The allegations in the "suit" and the information we know about the 'occurrence" are such that no conflict appears to exist between the inter- ests of the insured and the interests of the in- demnitee; e. The indemnitee and the insured ask us to con- duct and control the defense of that indemnitee against such "suit" and agree that we can as- sign the same counsel to defend the insured and the indemnitee; and f. The indemnitee: (1) Agrees in writing to: (a) Cooperate with us in the investigation, settlement or defense of the "suit"; (b) Immediately send us copies of any de- mands, notices, summonses or legal papers received in connection with the "SUIt", (c) Notify any other insurer whose coverage is available to the indemnitee; and (d) Cooperate with us with respect to coor- dinating other applicable insurance available to the indemnitee; and (2) Provides us with written authorization to: (a) Obtain records and other information related to the "suit"; and (b) Conduct and control the defense of the indemnitee in such 'suit". So long as the above conditions are met, attorneys fees incurred by us in the defense of that indem- nitee, necessary litigation expenses incurred by us and necessary litigation expenses incurred by the indemnitee at our request will be paid as Supple- mentary Payments. Notwithstanding the provisions of Paragraph 2.b.(2) of Section I -Coverages - Bodily Injury And Property Damage Liability, such payments will not be deemed to be damages for "bodily injury" and "property damage" and will not reduce the limits of insurance. b. The conditions set forth above, or the terms of the agreement described in Paragraph f. above, are no longer met. SECTION II -WHO IS AN INSURED 1. If you are designated in the Declarations as: a. An individual, you and your spouse are insur- eds. b. A partnership or joint venture, you are an in- sured. Your members, your partners, and their spouses are also insureds, but only with re- spect to their duties as partners or members of a joint venture. c. A limited liability company, you are an insured. Your members are also insureds, but only with respect to their duties as members of a limited liability company. Your managers are insureds, but only with respect to their duties as your managers. d. An organization other than a partnership, joint venture or limited liability company, you are an insured. Your "executive officers" and directors are insureds, but only with respect to their du- ties as your officers or directors. Your stock- holders are also insureds, but only with respect to their liability as stockholders. 2. Each of the following is also an insured: a. Any person (other than your "employee") or any organization while acting as your real es- tate manager. b. Any person or organization having proper temporary custody of your property if you die, but only: (1) With respect to liability arising out of the maintenance or use of that property; and (2) Until your legal representative has been appointed. c. Your legal representative if you die, but only with respect to duties as such. That representa- tive will have all your rights and duties under this Coverage Part. No person or organization is an insured with respect to the conduct of any current or past partnership, joint venture or limited liability company that is not shown as a Named Insured in the Declarations. SECTION III -LIMITS OF INSURANCE Our obligation to defend an insured's indemnitee 1 and to pay for attorneys fees and necessary litiga- tion expenses as Supplementary Payments ends when: a. We have used up the applicable limit of insur- ance in the payment of judgments or settle- ments; or The Limits of Insurance shown in the Declarations and the rules below fix the most we will pay re- gardless of the number of: a. Insureds; b. Claims made or "suits' brought; or c. Persons or organizations making claims or bringing "suits". CG 00 09 12 04 ©ISO Properties, Inc., 2003 Page 5 of 9 ^ INSURED COPY 5. Examination Of Your Books And Records We may examine and audit your books and re- cords as well as the °contractor's' books and re- cords as they relate to this policy at any time dur- ing the policy period and up to three years afterward. 6. Inspections And Surveys a. We have the right to: (1) Make inspections and surveys at any time; (2) Give you reports on the conditions we find; and (3) Recommend changes. b. We are not obligated to make any inspections, surveys, reports or recommendations and any such actions we do undertake relate only to in- surability and the premiums to be charged. We do not make safety inspections. We do not un- dertake to perform the duty of any person or organization to provide for the health or safety of workers or the public. And we do not war- rant that conditions: (1) Are safe or healthful; or (2) Comply with laws, regulations, codes or standards. c. Paragraphs a. and b. of this condition apply not only to us, but also to any rating, advisory, rate service or similar organization which makes insurance inspections, surveys, reports or recommendations. d. Paragraph b. of this condition does not apply to any inspections, surveys, reports or recom- mendations we may make relative to certifica- tion, under state or municipal statutes, ordi- nances or regulations, of boilers, pressure vessels or elevators. 7. Legal Action Against Us No person or organization has a right under this Coverage Part: a. To join us as a party or otherwise bring us into a 'suit asking for damages from an insured; or b. To sue us on this Coverage Part unless all of its terms have been fully complied with. A person or organization may sue us to recover on an agreed settlement or on a final judgment against an insured; but we will not be liable for damages that are not payable under the terms of this Coverage Part or that are in excess of the ap- plicable limit of insurance. An agreed settlement means a settlement and release of liability signed by us, the insured and the claimant or the claim- ant's legal representative. 8. Other Insurance The insurance afforded by this Coverage Part is primary insurance and we will not seek contribu- tion from any other insurance available to you unless the other insurance is provided by a con- tractor other than the designated 'contractor" for the same operation and job location designated in the Declarations. Then we will share with that other insurance by the method described below. If all of the other insurance permits contribution by equal shares, we will follow this method also. Un- der this approach, each insurer contributes equal amounts until it has paid its applicable limit of in- surance or none of the loss remains, whichever comes first. If any of the other insurance does not permit con- tribution by equal shares, we will contribute by lim- its. Under this method, each insurer's share is based on the ratio of its applicable limit of insur- ance to the total applicable limits of insurance of all insurers. 9. Premiums The "contractor": a. Is responsible for the payment of all premiums; and b. Will be the payee for any return premiums we pay. 10. Premium Audit a. We will compute all premiums for this Coverage Part in accordance with our rules and rates. b. Premium shown in this Coverage Part as ad- vance premium is a deposit premium only. At the close of each audit period we will compute the earned premium for that period and send notice to the "contractor". The due date for au- dit and retrospective premiums is the date shown as the due date on the bill. If the sum of the advance and audft premiums paid for the policy period is greater than the earned pre- mium, we will return the excess to the 'contrac- tor". c. The "contractor" must keep records of the information we need for premium computation, and send us copies at such times as we may request. 11. Separation Of Insureds Except with respect to the Limits of Insurance, and any rights or duties specifically assigned in this Coverage Part to the first Named Insured, this in- surance applies: a. As if each Named Insured were the only Named Insured; and CG 00 09 12 04 ©ISO Properties, Inc., 2003 Page 7 of 9 ^ INSURED COPY However, self-propelled vehicles with the fol- lowing types of permanently attached equip- ment are not "mobile equipment" but will be considered "autos": (1) Equipment designed primarily for: (a) Snow removal; (b) Road maintenance, but not construction or resurfacing; or (c) Street cleaning; (2) Cherry pickers and similar devices mounted on automobile or truck chassis and used to raise or lower workers; and (3) Air compressors, pumps and generators, including spraying, welding, building clean- 14. ing, geophysical exploration, lighting and well servicing equipment. However, "mobile equipment does not include land vehicles that are subject to a compulsory or financial responsibility law or other motor vehicle insurance law in the state where it is licensed or principally garaged. Land vehicles subject to a compulsory or financial responsibility law or other motor vehicle insurance law are considered "autos". 11. "Occurrence" means an accident, including con- tinuous or repeated exposure to substantially the same general harmful conditions. 12. "Pollutants" mean any solid, liquid, gaseous or thermal irritant or contaminant, including smoke, vapor, soot, fumes, acids, alkalis, chemicals and waste. Waste includes materials to be recycled, re- conditioned or reclaimed. 13. "Property damage" means: a. Physical injury to tangible property, including all resulting loss of use of that property. All such loss of use shall be deemed to occur at the time of the physical injury that caused it; or b. Loss of use of tangible property that is not physically injured. All such loss of use shall be deemed to occur at the time of the "occurrence" that caused it. For the purposes of this insurance, electronic data is not tangible property. As used in this definition, electronic data means in- formation, facts or programs stored as or on, cre- ated or used on, or transmitted to or from, com- puter software, including systems and applications software, hard or floppy disks, CD-ROMS, tapes, drives, cells, data processing devices or any other media which are used with electronically controlled equipment. "Suit" means a civil proceeding, brought in the United States of America (including its territories and possessions), Puerto Rico or Canada, in which damages because of "bodily injury" or "property damage" to which this insurance applies are alleged. "Suit" includes: a. An arbitration proceeding in which such dam- ages are claimed and to which the insured must submit or does submit with our consent; or b. Any other alternative dispute resolution pro- ceeding in which such damages are claimed and to which the insured submits with our con- sent. 15. 'Temporary worker" means a person who is fur- nished to you to substitute for a permanent "em- ployee" on leave or to meet seasonal or short-term workload conditions. 16. "Work' includes materials, parts or equipment furnished in connection with the operations. CG 00 09 12 04 ©ISO Properties, Inc., 2003 Page 9 of 9 ^ INSURED COPY COMMERCIAL GENERAL LIABILITY CG 31 07 02 00 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS CHANGES -CONDITIONS REQUIRING NOTICE This endorsement modifies insurance provided under the following: OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART With regard to liability for Bodily Injury and Property Damage, unless we are prejudiced by the insured's or your failure to comply with the requirement, no provi- sion of this Coverage Pazt requiring you or any insured to give notice of "occurrence", claim or "suit", or forward demands, notices, summonses or legal papers in con- nection with a claim or "suit" will baz coverage under this Coverage Part. CG 31 07 02 00 Copyright, Insurance Services Office, Inc., 1999 Page 1 of 1 ^ INSURED COPY COMMERCIAL GENERAL LIABILITY CG 28 55 03 93 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS CHANGES -CANCELLATION AND NONRENEWAL This endorsement modifies insurance provided under the following: OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART A. Paragraph b. of the Cancellation Condition is re- placed by the following: b. We may cancel this policy by mailing or delivering to the first Named Insured and the "contractor" written notice of cancel- lation, stating the reason for cancellation, at least 10 days before the effective date of cancellation. (1) If this policy has been in effect for 60 B. The following Condition is added and super- sedes any provision to the contrary: NONRENEWAL 1. We may elect not to renew this policy except, that under the provisions of the Texas Insur- ance Code, we may not refuse to renew this policy solely because the policyholder is an elected official. days or less, we may cancel for any 2. If we elect not to renew this policy, we may reason except, that under the pro- do so by mailing or delivering to the first visions of the Texas Insurance Code, Named Insured and the "contractor", at the we may not cancel this policy solely last mailing address known to us, written no- because the policyholder is an elected lice of nonrenewal, stating the reason for official. nonrenewal, at least 60 days before the expi- ration date. If notice is mailed or delivered (2) If this policy has been in effect for more less than 60 days before the expiration date, than 60 days or if it is a renewal or this policy will remain in effect until the 61st continuation of a policy issued by us, day after the date on which the notice is we may cancel only for one or more of mailed or delivered. Earned premium for any the following reasons: period of coverage that extends beyond the expiration date will be computed pro rata (a) Fraud in obtaining coverage; based on the previous year's premium. (b) Failure to pay premiums when due; 3. If notice is mailed, proof of mailing will be sufficient proof of notice. (c) An increase in hazard within the control of the insured which would 4. The transfer of a policyholder between ad- produce an increase in rate; milted companies within the same insurance group is not considered a refusal to renew. (d) Loss of our reinsurance covering all or part of the risk covered by the policy; or (e) If we have been placed in super- vision, conservatorship or re- ceivership and the cancellation is approved or directed by the super- visor, conservator or receiver. CG 28550393 Copyright, Insurance Services Office, Inc., 1993 INSURED COPY COMMERCIAL GENERAL LIABILITY CG 29 51 Ol 96 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. EMPLOYMENT-RELATED PRACTICES EXCLUSION This endorsement modifies insurance provided under the following: OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART The following exclusion is added to paragraph 2., Exclusions of COVERAGES -BODILY INJURY AND PROPERTY DAMAGE LIABILITY (Section I - Coverages): This insurance does not apply to: "Bodily injury" to: (1) A person arising out of any: (a) Refusal to employ that person; (b) Termination of that person's employment; or This exclusion applies: (2) The spouse, child, parent, brother or sister of that person as a consequence of "bodily injury" to that person at whom any of the employment-related practices described in paragraphs (a), (b) or (c) above is directed. (1) Whether the insured maybe liable as an employer or in any other capacity; and (2) To any obligation to share damages with or repay someone else who must pay damages because of the injury. (c) Employment-related practices, policies, acts or omissions, such as coercion, demotion, eval- uation, reassignment, discipline, defamation, harassment, humiliation or discrimination di- rected at that person; or CG 29 5101 96 Copyright, Insurance Services Office, Inc., 1994 Page 1 of 1 ^ INSURED COPY Endorsement ZURICH Policy number OCP 4641887-00 Named Insured Effective date CITY OF COPPELL 10/17/06 12:01 A.M., Standard Time Agent name Agent number VALENTI, TROBEC, CHANDLER, INC. 11079-000 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. EXCLUSION-ENGINEERS, ARCHITECTS OR SURVEYORS PROFESSIONAL LIABILITY This endorsement modifies this insurance as follows: The following exclusion is added to paragraph 2., Exclusions of Section I-Coverages-Bodily Injury And Property Damage Liability: This insurance does not apply to "bodily injury", or "property damage" arising out of the rendering of or failure to render any professional services by you or any engineer, architect or surveyor who is either employed by you or performing work on your behalf in such capacity. Professional services include: The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and Supervisory, inspection, architectural or engineering activities U-GL-1114-A (CW) (10/02) Page 1 of 1 General Instructions For Bonds A. The surety on each bond must be a responsible surety company which is qualified to do business in Texas and satisfactory to the Owner. B. The name, and residence of each individual party to the bond shall be inserted in the body thereof, and each such party shall sign the bond with his usual signature on the line opposite the scroll seal, and if signed in Maine, Massachusetts or New Hampshire, an adhesive seal shall be affixed opposite the signature. C. If the principals are partners, their individual names will appear in the body of the bond, with the recital that they are partners composing a firm, naming it, and all the members of the firm shall execute the bond as individuals. D. The signature of a witness shall appear in the appropriate place, attesting the signature of each individual party to the bond. E. If the principal or surety is a corporation, the name of the State in which incorporated shall _. be inserted in the appropriate place in the body of the bond, and said instrument shall be executed and attested under the corporate seal, the fact shall be stated, in which case a scroll or adhesive seal shall appear following the corporate name. F. The official character and authority of the person or persons executing the bond for the principal, if a corporation, shall be certified by the secretary or assistant secretary according to the form attached hereto. In lieu of such certificate, records of the corporation as will show the official character and authority of the officer signing, duly certified by the secretary or assistant secretary, under the corporate seal, to be true copies. G. The date of this bond must not be prior to the date of the contract in connection with which it is given. 2-9 Contract Documents PERFORMANCE BOND Bond # 35BCSDZ3249 STATE OF TEXAS COUNTY OF DALLAS KNOW ALL MEN BY THESE PRESENTS: That Tiseo Paving company whose address is P.O. Box 270040, Dallas, TX. 75227-0040 , hereinafter called Principal, and Hartford Fire Insurance Company , a corporation organized and existing under the laws of the State of Connecticut ,and fully licensed to transact business in the State of Texas as Surety, are held and firmly bound unto the CITY OF COPPELL, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called "Beneficiary", in the penal sum of Seven Million Two Hundred Ninety-Three Thousand Six Hundred Fifty-Nine and no/100's DOLLARS ($ 7,293,659.00 ) in lawful money of the United States, to be paid in Dallas County, Texas, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors jointly and severally, firmly by these presents. This Bond shall automatically be increased by the amount of any Change Order or Supplemental Agreement which increases the Contract price, but in no event shall a Change Order or Supplemental Agreement which reduces the Contract price decrease the penal sum of this Bond. THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal entered into a certain Contract with the City of Coppell, the Beneficiary, dated the of - , A.D. 20 ,which is made a part hereof by reference, for the construction of certain public improvements that are generally described as follows: Construction of Bethel Road I Project - # ST 99-OS Bid No. Q-0806-O1 NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulfill all _ of the undertakings, covenants, terms, conditions and agreements of said Contract in accordance with the plans, specifications and Contract documents during the original term thereof and any extension thereof which may be granted by the Beneficiary, with or without notice to the Surety, _ and during the life of any guaranty or warranty required under this Contract, and shall also well and truly perform and fulfill all the undertakings, covenants, terms, conditions and agreements of any and all duly authorized modifications of said Contract that may hereafter be made, notice of which _ modifications to the Surety being hereby waived; and, if the Principal shall repair and/or replace all defects due to faulty materials and workmanship that appear within a period of one (1) year from the date of final completion and final acceptance of the Work by Owner; and, if the Principal shall _ fully indemnify and save harmless the Beneficiary from all costs and damages which Beneficiary may suffer by reason of failure to so perform herein and shall fully reimburse and repay Beneficiary all outlay and expense which the Beneficiary may incur in making good any default or deficiency, then this obligation shall be void; otherwise, it shall remain in full force and effect. 2-10 Contract Documents PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive Venue shall lie in Dallas County, Texas. AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to the Work to be performed thereunder or the specifications accompanying the same shall in anyway affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the Work or to the Specifications. This Bond is given pursuant to the provisions of Article 5160 of Vernon's Annotated Civil Statutes, and any other applicable statutes of the State of Texas. The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in Dallas County or Denton County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Article 7.19-1 of the insurance Code, Vernon's Annotated Civil Statutes of the State of Texas. IN WITNESS WHEREOF, this instrument is executed in Four (4} copies, each one of which shall be deemed an original, this the 19th day of October , 20 06 PRINCIPAL SURETY Tiseo Paving Company Hartford Fire Insurance Company y Title: ARTHUR T I S€ O P R~ S ~ n g N Y Title: Kathleen M. Irelan Attorney-In-Fact ATTEST: AT EST: Resident Agent of the Surety in Dallas or Denton County, Texas, for delivery of notice and service of the process is: NAME: William D. Birdsong of William George & Associates ADDRESS: 10000 N. Central Expressway Suite 1100 Dallas TX. 75231 NOTE: Date of Performance Bond must be date of Contract.. If Resident Agent is not corporation, giveperson's name. 2-I1 Contract Documents PAYMENT BOND Bond # 35BCSDZ3249 STATE OF TEXAS COUNTY OF DALLAS KNOW ALL MEN BY THESE PRESENTS: That Tiseo Paving Company whose address is P.O. Box 270040, Dallas, TX. 75227-0040 hereinafter called Principal, and Hartford Fire Insurance Company ~ a corporation organized and existing under the laws of the State of Connecticut ,and fully licensed to transact business in the State of Texas as Surety, are held and firmly bound unto the CITY OF COPPELL, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called "Beneficiary", in the penal sum of Seven Million Two Hundred Nina anal nn/~ nn'S DOLLARS Ninety Three Thousand Six Hundred Fifty- - ($ 7.293.659.00 ) in 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 bind ourselves, our heirs, executors, administrators and successors jointly and severally, firmly by these presents. This Bond - shall automatically be increased by the amount of any Change Order or Supplemental Agreement which increases the Contract price, but in no event shall a Change Order or Supplemental Agreement which reduces the Contract price decrease the penal sum of this Bond. THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal entered into a certain Contract with the City of Coppell, dated the of , A.D. -- 2p ,which is made a part hereof by reference, for the construction of certain public improvements that are generally described as follows: Construction of Bethel Road I Project - # ST 99-OS Bid No. Q-0806-O1 NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties and _ make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and/or material in the prosecution of the Work provided for in said Contract and any and all duly authorized modifications of said Contract that may hereafter be made, notice of which _ ' modification to the Surety is hereby expressly waived, then this obligation shall be void; otherwise it shall remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive Venue shall lie in Dallas County, Texas. _ ' AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to the Work to be performed thereunder or the Plans, Specifications, Drawings, etc., accompanying 2-12 Contract Documents the same, shall in anyway affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the Work to - be performed thereunder. This Bond is given pursuant to the provisions of Article 5160 of Vernon's Annotated Civil Statutes, and any other applicable statutes of the State of Texas. The undersigned and designated agent is hereby designated by the Surety herein as the - Resident Agent in Dallas County or Tarrant County to whom any requisite notices maybe delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Article 7.19-1 of the insurance Code, Vernon's Annotated Civil Statutes of the State of Texas. IN WITNESS WHEREOF, this instrument is executed in Four (4) copies, each one of which shall be deemed an original, this the 19th day of October , 20 06 . PRINCIPAL SURETY Tiseo Paving Company Hartford Fire Insurance Company ,--- - BY= ~`- By' Title: ARTHUR T I S (: O P R E S I D E N I Title: Kathleen M. Irelan, Attorney-In-Fact ATTEST• ATT ST: The Resident Agent of the Surety in Dallas or Tarrant County, Texas, for delivery of notice and service of the process is: - NAME: William D. Birdsong of William George & Associates ADDRESS: 10000 N. Central Expressway, Suite 1100, Dallas, TX. 75231 NOTE: Date of Performance Bond maest be slate of Contract. IjResident ,4gent is not a corporation, give a person's - name. 2-13 Contract Documents• MAINTENANCE BOND Bond # 35BCSDZ3249 STATE OF TEXAS } - COUNTY OF DALLAS } KNOW ALL MEN BY THESE PRESENTS: THAT Tiseo Paving Company - P.O. Box 270040, Dallas, TX. 75227-0040 as Principal, and Hartford Fire Insurance Company , a corporation organized under the laws of Connecticut as sureties, do - hereby expressly acknowledge themselves to be held and bound to pay unto the City of Coppell a Municipal Corporation, Texas, the sum of Seven Million Two Hundred Ninety-Three Thousand Six Hundred Fifty-Nine Dollars and - No Cents ($ 7 293,659.00 ) ,for the payment of which sum will and truly be made unto said City ,and its successors, said principal and sureties do hereby bind themselves, their assigns and successors jointly and severally. THIS obligation is conditioned; however, that whereas, the said Principal - has this day entered into a written contract with the said City to build and construct Bethel Road IProject - # ST 99-05, which contract and the plans and specifications therein mentioned, adopted by the City are hereby expressly made a part thereof as through the same were written and embodied herein. WHEREAS, under the plans, specifications, and contract, it is provided that the Contractor _ will maintain and keep in good repair, the work herein contracted to be done and performed, for a period of two (2) years from the date of the acceptance of said work, and to do all necessary repairs and/or reconstruction in whole or in part of said improvements that should be occasioned by _: settlement of foundation, defective workmanship or materials fiunished in the construction or any part thereof or any of the accessories thereto constructed by the Contractor. It being understood that the purpose of this section is to cover all defective conditions arising by reason of defective material _ and charge the same against the said Contractor, and sureties on this obligation, and the said Contractor and sureties hereon shall be subject to the liquidation damages mentioned in said contract for each day's failure on its' part to comply with the terms of said provisions of said _ contract. Now, therefore, if the said Contractor shall keep and perform its' said agreement to maintain said work and keep the same in repair for the said maintenance period of two (2) years, as provided, then these presents shall be null and void, and have not further effect, but if default shall be made by the said Contractor in the performance of its' contract to so maintain and repair said work, then these presents shall have full force and effect, and said City shall have and receive from the said Contractor and its' principal and sureties damages in the _~ premises, as provided; and it is further agreed that this obligation shall be a continuing one against the principal and sureties, hereon, and that successive recoveries may be and had hereon for successive branches until the full amount shall have been exhausted; and it is further understood that the obligation herein to maintain said work shall continue throughout said maintenance period, 2-14 Contract Documents and the same shall not be changed, diminished or in any manner affected from any cause during said time. IN WITNESS WHEREOF, the said City of Coppell has caused these presents to be executed by Tiseo Paving Company - and the said Hartford Fire Insurance Company has caused these presents to be executed by its Attorney in fact and the said Attorney in fact Kathleen M. Irelan , has hereunto set his hand, the 19th day of October , 20 06 PRINCIPAL SURETY Tiseo Paving Company Hartford Fire Insurance Company ~- --- ~ ~- e`~'LCX/D`-- Title: A R fi H U~ fi l~€ 6 P R~~ I Q E N t Title: Kathleen M. Irelan, Attorney-In-Fact WITNESS: ATT ST: ~~ - NOTE: Date of Maintenance Bond must not be prior to date of Contract 2-I S Contract Documents Direct Inquiries/Claims fo: PQ~ER ~~ ATT~~NEY THE HARTFORD BOND, T-4 P.O. BOX 2103, 690 ASYLUM AVENUE HARTFORD, CONNECTICUT Oti115 colt: 888-266-3488 orfax: 860-757-5835 KNOW ALL PERSONS BY THESE PRESENTS THAT: A enc Code: 35-351225 0 Hartford Fire ]nsurance Company, a corporation duly organized under the la+vs of the State of Connecticut Hartford Casualty Insurance Company, a corporation duly organized under the la+vs of the State of Indiana 0 Hartford Accident and Indemnity Company, a corporation duly organized under the Paws of the State of Connecticut O Hartford Undernriters Insurance Company, a corporation duly organized under the la+vs of the State of Connecticut Twin City Fire Insurance Company, a corporation duly organized under the taws of the State of Indiana Hartford Insurance Company of I1linols, a corporation duly organized under the laws of'Ehe State of Illinois 0 Hartford Insurance Company of the Midwest, a corporation duly organized tinder the laws of the State of Indiana Hartford Insurance Company of the Southeast, a corporation duly organized under the laws ofihe State of Florida having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the "Companies°) do hereby make, constitute and appoint, up fo fhe amount of unlimited: Robert Trohec, Kathleen M. Irelan, !an J. Donald, Jeffrey A. Chandler of Troy, M! their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the - nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolution of the Soard of Directors of the Companies on July 21, 2003 the Companies have caused these presents to be signed by its Assistant Vice President and its corporate seats to be hereto affixed, duly attested by its Assistant - Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. y~~lil'1~{y tk F4Yitrs ~ IYSN j.~~~~lY?t[ tip ~rar•.W ~ s •' r:.Ka•r~e•+f. y R9 tt1 ,roN t `4 3 ~ wr $ of Isez .~ ~ • ~ 3°:` ^r -tt,f° } '~:;,' ~ r ~r,•- {~ ::. ~~`~+nacK.`~ ~•bIR7A- ~ o~• to ~ ~°t 1878~ir @ t w ~~ ~y~~~~~?' •a~~~0.° +j~A ,:~-+ay4 ~ ~ '4'•:~..../C'` ~t....+"y4' :~^979 ~ .. 'o»• A '~rerw.• ~o Paul A. Bergenholtr, Assistant Secretary David T. Akers, Assistant Vice President STATE OF CONNECTICUT ss. Hartford COUNTY OF HARTFORD - On this 4th day of August, 2004, before me personally came David T, Akers, to me known, who being by me duly sworn, did depose and say: that he resides in fhe County of Hampden, Commonwealth of Massachusetts; that he is the Assistant Vice President of the Companies, the corporations described in and which executed the above instrument; that he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seats; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his name thereto by like authority. S ~•P >~ ,~, CERTIFICATE ,~~-~i~ Scott E. Paseka Notary Public My Commission Expires October 31, 20(x7 I, the undersigned, Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of Ehe Power of Attorney executed by said Companies, which is still in full force effective as of October 19th, ~{)~6 - Signed and sealed at the City of Hartford. trlxk, itrs •t~ ~ co'y ,,~±~~av _ ~ ~ y 4rcorru., ~~ ^ i y.4 ~ ~' ~ 3.MN~w .'~ 11e1~ 1 _V ~'AbYr •'. + „~4ne~ncrtr,~ w ~ibYM- ~'~~ 1870 ~~ ~ 1879 ;~, 1 'f > 1979 • m ~w.J .yrA„'++4 • r+'#~uwU'P.f<` ~'pe,u-' _.. {` ' __- _ iw ------_ ..._ _. ~,, Gary W. Stumper, AssistanE Vice President ono Donn ACOR€?: CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DDlYY) 10/26/06 1-248-828-3377 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION PRODUCER Valenti Trobec Chandler Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 1175 west Long Lake Road ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Suite 200 Troy, MI 48098 INSURERS AFFORDING COVERAGE Delano Valenti INSURED INSURERA:National Union Fire Insurance Com an Tiseo Paviag Company, inc. INSURER e: Zurich American Insurance Company P.O. Box 270040 ' INSURERC:St Paul Travelers Insurance Company INSURER D: Dallas, TX 75227 INSURER E: I;UVtKAl9t, ES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING THE POLICI TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR UIREMENT , ANY REQ THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH MAY PERTAIN, POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE I POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS B GL09307348 11/01/06 11/01/07 EACH OCCURRENCE $1,000,000 GEN X ERALUABa1TY RAL LIABILITY FIRE DAMAGE (Any one fire) $300,000 COMMERCIAL GENE a OCCUR MED EXP (Any one person) $ 5 , 000 X CLAIMS MADE Blanket AI PERSONALBADV INJURY $ 1,000,000 X Waiver of Subrogation GENERAL AGGREGATE $2,000,000 IES PER ' PRODUCTS -COMP/OP AGG $ 2 , 000 , 000 : L AGGREGATE LIMIT APPL GEN POLICY X PRO LOC B AUT OMOBILE LU161LITY TAP9307347 11/01/06 11/01/07 COMBINED SINGLE LIMIT $ 1,000,000 X (Ea accident) ANY AUTO ALL OWNED AUTOS BODILY INJURY $ (Per person) SCHEDULED AUTOS X HIRED AUTOS BODILY INJURY $ X (Per acddent) NON-OWNED AUTOS X Blanket AI End't PROPERTY DAMAGE $ X Waiver of Subrogation (Per accident) AUTO ONLY - EA ACCIDENT $ GA RAGE LIABILITY ER THAN EA ACC $ ANY AUTO OTH AUTO ONLY: AGG $ A 3205621 11/O1/O6 11/01/07 EACH OCCURRENCE $10,000,000 EXCESS LIABILITY x DE ~ AGGREGATE $ 10, 000, 000 CLAIMS MA OCCUR $ DEDUCTIBLE RETENTION $ 10, 000 07 X WCSTATU- OTH- $ B ND WC9307349 11/01/06 11/01/ WORKERS COMPENSATION A 000 000 1 EMPLOYERS' LIABILITY E.L. EACH ACCIDENT , , $ E.L. DISEASE - EA EMPLOYE $ 1, 000, 000 E.L. DISEASE-POLICY LIMIT $1,000,000 C OTHER Leased/Rented Equipment QT-660-945X2322 11/01/06 11/01/07 f 250,000 Ded: $1,000 f f DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENTlSPECUIL PROVISIONS Project: Bethel Road I Project (From City Limit Line to Freeport Parkway) Project #ST 99-OS Certificate Holder is Named Additionally Insured Waiver of Subrogation Applies la F(I IrwAI t nULUCrt AUUIIIVIVAL II'1OVecCU~ In --- - - SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN City of Coppell Dir Of 8ngineering/Public Works NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL Attn: Ren Griffin, P.B. IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR P.O. Box 9478 REPRESENTATIVES. Coppell, TX 75019 USA i AUTHORIZED REPRESENTATNE ~~,~, ~ ~% ~ "'V'r"'- nnnwtlnu ~neo ACORD 25~ (7197) mtaylor ~ „~v^" ""^~"^^ """ """' 5111574 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. nr_~R^ 2ss nrsn SECTION 3 STANDARD SPECIFICATIONS SUPPLEMENTAR Y CONDITIONS T H E G 1 T Y O F COPPELL ~ ~ ~ ~ T p F ~, A 5 , a q 3-1 CITY OF COPPELL SUPPLEMENTARY CONDITIONS TO THE NORTH CENTRAL TEXAS COUNCIL OF GOVERNMENTS GENERAL PROVISIONS THESE SUPPLEMENTARY CONDITIONS AMEND THE STANDARD GENERAL PROVISIONS OF THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION, NORTH CENTRAL TEXAS, LATEST ADDITION, PREPARED BY THE NORTH CENTRAL TEXAS COUNCIL OF GOVERNMENTS AS INDICATED BELOW. ALL PROVISIONS WHICH ARE NOT AMENDED OR StTPPLEMENTED REMAIN IN FULL FORCE AND EFFECT. ALL PROVISIONS AMENDED REMAIN IN FULL FORCE AND EFFECT AS AMENDED. PART L GENERAL PROVISIONS -DIVISION 1 PROPOSAL REQUIREMENTS ITEM 1.0 -DEFINITIONS SC-1.0 En ineer: The word "Engineer" in these contract documents and specifications shall be understood as refemng to CITY ENGINEER, City of Coppell, P.O. Box 9478, Coppell, TX 75019, Engineer of - the Owner, or such other representatives as may be authorized by said owner to act in any particular position. Owner: The word "Owner" in these contract documents and specifications refers to the CITY OF COPPELL acting through its authorized representatives. Calendar Day: Add the following sentence to the end of the working days definitions: "Hours worked before 8:00 a.m. or after 5:00 p.m., all weekends and holidays are subject to overtime. Overtime request or scheduled testing must be made in writing and approved by the City of Coppell. -- Seventy-two hours notice required. All overtime incurred by the City for inspection services and any overtime incurred by the testing laboratory shall be paid by the Contractor. If not paid, such cost may be deducted from partial payments." All other terms used in these Supplementary Conditions which are defined in the General Provisions shall have the same meanings used in the General Provisions. ITEM 1.15 -SURETY BONDS SC-115 Add following sentence to Item 1.15 (A): 3-2 Standard Specifcations Supplementary Conditions "Maintenance Bond shall be required in the amount of 50% of the cost of the public improvements fora 2 year period." ITEM l .16 -NOTICE TO PROCEED SC-1.16 Add following sentence to end of Item 1.16. "Before Contractor starts the Work at the site, a conference attended by Contractor, Engineer and others as appropriate will be held to discuss the schedules referred to in Items 1.22.5, 1.28 and 1.51.1, to discuss procedures for handling Shop Drawings and other submittals and for processing Applications for Payment, and to establish a working understanding among the parties as to the Work." ITEM 1.19 -PRIORITY OF CONTRACT DOCUMENTS SC-1.19 Add the following language at the end of the Item 1.19: "If there is any conflict between the _ provisions of the Contract Documents and any such referenced standard specifications, manuals or codes, the provisions of the Contract Documents shall take precedence over that of any standard specifications, manuals or codes." ITEM 1.20 -CORRELATION AND INTENT OF DOCUMENTS SC-1.20.1 Amend the first sentence of Item 1.20.1 by changing "such copies" to be "five copies". Add the -- following to the end of Item 1.20.1: "In the preparation of Drawings and Specifications, ENGINEER has established and relied upon the following reports of explorations and tests of subsurface conditions at the site of the work: HBC/Terracon Geotechnical Engineering Report No. 94035316, Dated November 2003. ~- The Contractor may take borings at the site to satisfy himself as to subsurface conditions." SC-1.20.5 Add the following new Item 1.20.5 immediately after Item 1.20.4: "1.20.5 Existing Utilities and Sewer Lines: The Contractor shall be responsible for the protection of all existing utilities or service lines crossed or exposed by the construction operations. 3-3 Standard Specrfcations Supplementary Conditions Where existing utilities or sen~ice lines are cut, broken or damaged, the CONTRACTOR shall replace the utilities or service lines with the same type of original construction, or better, at his own cost and expense. This includes any and all irrigation systems, whether or not they are identified on the plans. _ If it is necessary to change or move the property of any owner or of a public utility, such property shall not be moved or interfered with until authorized by the ENGINEER. The right is reserved to the owner of any public utility to enter upon the limits of the project - for the purpose of making such changes or repairs of their property that may be made necessary by the performance of this contract." ITEM 1.22 -CONTRACTORS RESPONSIBILITIES SC-1.22.5 Amend the first sentence of Item 1.22.5 by adding the following at the beginning of the sentence: "If requested by Owner, Engineer or Contractor". ITEM 1.24 -PROTECTION OF WORK AND OF PERSONS AND PROPERTY SC-1.24.2.1 Add the following 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 arising out of CONTRACTOR'S, OWNER, ENGINEER, Consulting Engineer or any other person, CONTRACTOR shall promptly attempt to settle with such other Contractor by agreement, or to otherwise resolve the dispute by - arbitration or at law. CONTRACTOR shall, to the fullest extent permitted by Laws and Regulations, indemnify and hold OWNER, ENGINEER and Consulting Engineer harmless from and against all claims, damages, losses and expenses (including, but not - limited to, fees of engineers, architects, attorneys and other professionals and court and arbitration costs) arising directly, indirectly or consequentially out of any action, legal or equitable, brought by any separate Contractor against OWNER, ENGINEER or ~- Consulting Engineer to the extent based on a claim arising out of CONTRACTOR'S performance of the Work. Should a separate Contractor cause damage to the work or property of CONTRACTOR or should the performance of work by any separate -- Contractor at the site give rise to any other claim, CONTRACTOR shall not institute any action, legal or equitable, against OWNER, ENGINEER or Consulting Engineer or permit any action against any of them to be maintained and continued in its name or for its benefit in any court or before any arbiter which seeks to impose liability on or to recover damages from OWNER, ENGINEER or Consulting Engineer on account of any such _ damage or claim. If CONTRACTOR is delayed at any time in performing or furnishing Work by any act or neglect of a separate Contractor and OWNER and CONTRACTOR are unable to agree as to the extent of any adjustment in Contract Time attributable 3-4 Standard Specifications Supplementary Conditions thereto, CONTRACTOR may make a claim for an extension of time in accordance with Item 1.36. An extension of the Contract Time shall be CONTRACTOR'S exclusive remedy with respect to OWNER, ENGINEER and Consulting Engineer for any delay, disruption, interference or hindrance caused by any separate Contractor." ITEM 1.26 -INSURANCE SC-1.26.6 Add the following new item: "1.26.6 If OWNER requests in writing that other special insurance be included in the property insurance policy, CONTRACTOR shall, if possible, include such insurance, and the cost thereof will be charged to OWNER by appropriate Change Order or Written Amendment. Prior to commencement of the Work at the site, CONTRACTOR shall in writing advise OWNER whether or not such other insurance has been procured by CONTRACTOR." -- SC-1.26.7 Add the following new item: "1.26.7 CONTRACTOR intends that any policies provided in response to Item 1.26 shall protect all of the parties' insured and provide coverage for all losses and damages caused by the perils covered thereby. Accordingly, al] such policies shall contain provisions to the effect that in the event of payment of any loss or damage the insurer will have no rights of recovery against any of the parties named as insured or additional insured, and if such waiver forms are required of any Subcontractor, CONTRACTOR will obtain the same." ITEM 1.27 -MATERIALS AND WORKMANSHIP• WARRANTIES AND GUARANTEES SC-1.27.4 Amend the first sentence of Item 1.27.4 to change the words "one year" to "two years". -- ITEM 1.32 - WORHING AREA• COORDINATION WITH OTHER CONTRACTORS• FINAL CLEANUP SC-1.32.1 Delete Item 1.32.1 in its entirety and insert the following in lieu thereof: "Construction stakes/surveying shall be provided by the CONTRACTOR _____..., .,..,,~, ,,,,,,,,,,,,,«„~~ ~• . Monumentation has been provided for establishing vertical and horizontal control. The Contractor shall be responsible for 3-5 Standard Spec:f cations Supplementary Conditions establishing all lines and grades, and the precise location of all proposed facilities. The ENGINEER may make checks as the Work progresses to verify lines and grades established by the Contractor to determine the conformance of the completed Work as it progresses with the requirements of the construction documents. Such checking by the Engineer shall not relieve the Contractor of his responsibility to perform all Work in connection with Contract Drawings and Specifications and to the lines and grades given therein." ITEM 1.33 -OTHER CONTRACTORS; OBLIGATION TO COOPERATE SC-1.33 Delete the last sentence of the second paragraph and substitute the following in lieu thereof: "In such event, Contractor shall be entitled to an extension of working time only for unavoidable delays verified by the Engineers, as provided in Item 1.36; however, no increase in the contract price shall be due the Contractor." Insert the following sentence at the end of the second paragraph of Item 1.33: "The ENGINEER shall coordinate such other work with the CONTRACTOR and schedule events to minimize delay caused to the CONTRACTOR. No additional time shall be given to the CONTRACTOR of such related work except as provided in Item 1.36." ITEM 1.36 -DELAYS; EXTENSION OF TIME; LIQUIDATED DAMAGES SC-1.36 Add the following at the end of the last paragraph in Item 1.36: "No extension of the contract time _ shall be allowed unless the CONTRACTOR can demonstrate the delay caused an adverse impact to the critical path and that loss of time can not be made up by revising the sequence of the work of the project." ITEM 1.37 -CHANGE OR MODIFICATION OF CONTRACT SC-1.37 1.37.1 Amend the last sentence in Paragraph two of Item 1.37.1 to delete the following "except as provided below." Add the following sentence to the end of paragraph two in Item 1.37.1. "The unit price of an item of Unit Price Work shall be subject to re-evaluation and adjustment under the following conditions: 3-6 Standard Spec:fcations Supplementary Conditions ITEM 1.49 -OWNER'S, EMPLOYEES OR AGENTS SC-1.49-2 Replace Item 1.49.2 with the following new paragraph: "1.49.2 Conflict of Interest - City Charter states that no officer of the City shall have a financial interest, direct or indirect, in any contract with the City, nor shall be financially interested, directly or indirectly, in the sale to the City of any land, or rights or interest in any land, materials, supplies or services. - This prohibition does not apply when the interest is represented by ownership of stock in a corporation involved, provided such stock ownership amounts to less than one percent (1%) of the corporation stock. Any violation of this prohibition will constitute malfeasance in _~ office. Any officer or employee of the City found guilty thereof should thereby forfeit his office or position. Any violation of this prohibition with the knowledge, expressed or implied, of the persons or corporations contracting with the City shall render the contract voidable by the City Manager or the City Council. The Contractor represents that no employee or officer of the City has an interest in the Contractor." ITEM 1.58 -STATE AND LOCAL SALES AND USE TAXES SC-1.58 Delete Item 1.58 and substitute the following in lieu thereof: "1.58 Recent legislation has removed the sales tax exemption previously provided by Section 151.311 of the Tax Code covering tangible personal property purchased by a contractor for -- use in the performance of a contract for the improvement of City-owned realty. It is still possible, however, for a contractor to make tax-free purchase of tangible personal -- property, which will be incorporated into and become part of a City construction project through the use of a "separated contract" with the City. A "separated contract" is one, which separates charges for materials from charges for labor. Under such a contract, the contractor -- becomes a "seller" of those materials, which are incorporated into the project, such as bricks, lumber, concrete, paint, etc. The contractor issues a resale certificate in lieu of paying the sales tax at the time such items are purchased. The contractor then receives an exemption - certificate from the city for those materials. (This procedure may not be used, however, for materials, which do not become a part of the finished product. For example, equipment rentals, form materials, etc. are not considered as becoming "incorporated" into the project). Utilization of this "separated contract" approach eliminates the need for bidders to figure in sales tax for materials, which are to be incorporated into the project. The successful bidder's bid form will be used to develop the "separated contract" and will determine the extent of the tax exemption. Upon execution of the construction contract, the contractor shall furnish a 3-~ Standard Specifcations Supplementary Conditions breakdown (per item) of 1) materials incorporated into the project; and 2) labor, equipment, supervision and materials not incorporated into 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 "C" backfill when used in streets: Insert the following paragraph at the beginning of this subsection: "All trench backfill shall be _ compacted to between 95 percent and 100 percent of Standard Proctor Density as determined by ASTM D-698 at, or up to five (5) percentage points above, optimum moisture content, using mechanical compaction methods unless otherwise specified in the __ Plans. Water jetting maybe used only with specific written permission of the Engineer." ITEM 2.1.6 - RIPRAP OR STONE MASONRY: (b) Materials and Dimensions (4) Mortar Riprap. Add the sentence: "Mortar or concrete type shall be approved by the Engineer and shall conform to A.S.T.M. C 387-83." ITEM 2.1.7 -PIPE BEDDING MATERIAL FOR STORM SEWERS: (a) General: Amend the first sentence, by striking the words "requirements for earth bedding" and replace with "recommendations of the pipe manufacturer, and shall be approved by the Engineer". (b) Earth Bedding: Add the following sentence at the beginning of this paragraph: "Earth bedding will not be permitted without written approval of the Engineer." ITEM 2.2.2 -CHEMICAL ADMIXTURES: _ (d) Mineral Admixtures. Delete paragraph (d) in its entirety. The use of Fly Ash as an admixture in any Class of concrete is specifically prohibited without written approval of the Engineer. 3-8 Standard Specifications Supplementary Conditions PART III CONSTRUCTION METHODS DIVISION 3 -SITE PREPARATION ITEM 3.1.2 -CONSTRUCTION METHODS: Add the following sentence after the second sentence: "The method of protection shall be 2 - inch by 4 inch wood railing unless otherwise shown on the Plans or directed by the Engineer." ITEM 3.7.3 -DENSITY: Strike the first sentence and replace with the following: "Earth embedment and select material shall be compacted to between 95 percent and 100 percent of Standard Proctor Density as determined by ASTM D-698 at, or up to five (5) percentage points above, optimum moisture content, using mechanical compaction methods, unless otherwise specified in the Plans or Specifications." PART III DIVISION 4 -SUBBASE AND BASE COURSES __ ITEM 4.8.4 -CONSTRUCTION METHODS: (b) Compaction Amend the last sentence of the first paragraph, by striking the words: "90 percent of the maximum dry density of such material." and replace with the words "95 percent of the --- maximum dry density of such material, or as directed by Engineer. PART III DIVISION 5 -PAVEMENT/SURFACE COURSES ITEM 5.8.2 -CONSTRUCTION METHODS: (e) Joints (1) Expansion Joints: Delete the first paragraph and replace with the following: "Expansion joints shall be installed perpendicularly to the surface and centerline of the __ pavement. Expansion Joint material shall be redwood boards, 3/4-inch in width, and extended through curbs. Expansion joints are to be installed at each end of radius at street intersections. Expansion joints shall be equally spaced between intersections with not less ___ than one every 200 linear feet of pavement, unless otherwise specified on the Plans or directed by the Engineer. (C) Proximity to Existing Structures: Add to end of sentence, "or as directed by the Engineer". 3-9 Standard Specifications Supplementary Conditions (2) Contraction Joints. Delete the first sentence of the first paragraph and insert the following: "Contraction or dummy joints shall be sawed to T/4 inches in depth, and 1/4 - inch in width, and installed every 20 linear feet of pavement, and extend through curb, unless otherwise directed by the Engineer." (h) Finishing. (1) Machine. Add the following paragraph at the end of this subsection: "Fog sprays _ powered by pressure pumps, and capable of covering the entire area of freshly placed concrete with a fine mist, shall be used if water is needed for finishing operations." (2) Hand. Add a new paragraph after first paragraph which reads as follows: "Fog sprays powered by pressure pumps, and capable of covering the entire area of freshly placed _ concrete with a fine mist, shall be used if water is needed for finishing 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 striking the words "to a density comparable with adjacent undisturbed material" and replacing with "to a density between 95 percent and 100 percent Standard --- Proctor Density as determined by ASTM D-698 at, or up to five (5) percentage points above, optimum moisture content, unless otherwise specified in the Plans or directed by the Engineer." 3-10 Standard Specifications• Supplementary Conditiazs SECTION 4 SPECIFIC PROJECT REQUIREMENTS T H E C 1 T Y O F COPPELL ~ ~ `~' ~ -- ~ o F x A s l$ a 4-1 SPECIFIC PROJECT REQUIREMENTS The construction specifications, which apply to this project, are the Standard Specifications for Public Works Construction -North Central Texas Third Edition prepared through the North Central Texas Council of Governments (NCTCOG). The following Specific Project Requirements contain general and specific project requirements applicable to this project in the Cities of Coppell and Grapevine. These individual specifications control for this project. Additional amendments to the NCTCOG Standard Specifications are contained in Section 3 -Supplementary Conditions to the Standard Specifications for Construction. In the event that an item is not covered in the Project Drawings and these Specifications, then the City of Coppell Standard Construction Details (Ord.#2005-1019) shall apply. _ In addition, reference to the following shall be considered as refemng to the specifications or Method of Test as set forth by these organizations and shall be considered as part of the Specifications when referenced. A.S.A. American Standards Association A.S.T.M. American Society of Testing Materials A.A.S.H.T.O. American Association of State Highway & Transportation Officials -- A.C.I. American Concrete Institute A.W.S. American Welding Society -- A.W.W.A. American Water Works Association S.S.P.C. Steel Structures Painting Council, Federal _ Specifications Treasury Department U.L. Underwriters Laboratories __ N.E.M.A. National Electrical Manufacturers Association W.P.C.F. Water Pollution Control Federation _ TX.DOT Texas Department of Transportation S.S.P.W.C.N.C.T. Standard Specifications for Public Works Construction North Central Texas TCEQ Texas Commission on Environmental Quality TMUTCD Texas Manual on Uniform Traffic Control Devices OSHA Occupational Safety and Health Administration TAS Texas Accessibility Standards ADA Americans with Disabilities Act 4-2 Specific Project Requirements 1.1 OWNER: The "Owner" as referred to in these Specifications is the City of Coppell, 255 Parkway Blvd., Coppell, Texas 75019 and the City of Grapevine, 200 S Main, Grapevine, - Texas 76051. 1.2 ENGINEER: The "Engineer" as referred to in these Specifications is the City Engineer, -- City of Coppell, & City Engineer, City of Grapevine, Engineer of the Owner, or such other representatives as maybe authorized by said owner to act in any particular position. - 1.3 CITY OF COPPELL: All improvements described in this Proposal and Construction Drawings shall be performed in accordance with the Project Drawings and Specifications. In the event that an item is not covered in the Project Drawings and Specifications, then the City of Coppell Standard Construction Details (Ord.#2005-1019) shall apply. 1.4 SITE: The Contractor shall limit his work to the area shown on the Project Drawings as within the street right-of--way or easements. Entrance onto private property shall be at the expressed approval of the ENGINEER only. 1.5 PROJECT DESCRIPTION: - This work in the City of Coppell shall consist of the construction of Bethel Road extending from the Coppell/Grapevine City Limit Line to Freeport Parkway. This 6800 LF project will include the removal of existing pavement, excavation, and all related utilities, as well - as the installation of pavement (approximately 45,000 SY), 3-5' x 10' box culverts (approximately 2000 LF), storm sewer ranging up to 36" diameter (approximately 4500 LF) gabion lined channel improvements (approximately 700 LF), 16" water line (approximately - 1000 LF), landscape/irrigation improvements and traffic signals at two intersections as described in the plans for ST 99-05. Work shall include all components necessary for the "turn key" construction of the project as shown in the plans for the Bethel Road Project # ST 99-05. The work in the City of Grapevine shall consist of the construction of Bass Pro Drive extending from the North Frontage Rd. of SH 121 to the Coppell/Grapevine City Limit Line. This project will include the removal of existing pavement, excavation, storm _ drainage and the construction of one bridge. Work shall include all components necessary for the "turn key" construction of the project as shown in the plans for the Bass Pro Drive. 1.6 CALENDAR DAY COUNT: Calendar days shall be counted by the Engineer on the basis of the definition set out in the General Conditions of Agreement. The calendar day count shall be suspended upon receipt by the Engineer of a written request for final inspection. The calendar day count shall resume upon receipt by the Contractor of - a written list of items necessary to satisfactorily complete the project. This process shall continue until such time as the project is accepted by the Engineer, 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 including the Occupational Safety and Health Act of 1970, ordinances, rules, regulations and order of any public authority having jurisdiction for the safety of persons or property to protect them from damage, injury or loss. He shall erect and maintain, as required by existing conditions and progress of the work, all reasonable safeguards for safety and protection, including posting danger signs and other warnings against hazards, promulgating safety regulations and notifying owners and users of adjacent utilities. 1.8 SOIL INVESTIGATION: A geotechnical investigation report has not been prepared. The Contractor shall visit the site and acquaint himself with the site conditions. 1.9 SURVEY AND FINISHED GRADES: Horizontal and vertical control is provided by the owner as shown on the plans. The Contractor shall be responsible for layout and staking of all grades and lines for construction. The Contractor shall preserve all stakes or markings until authorized by the Engineer to remove same. The Contractor shall bear the cost of re- establishing any control or construction stakes destroyed by either him or a third party and shall assume the entire expense of rectifying work improperly constructed due to failure to maintain established points and marks. - No separate payment shall be made to the Contractor for construction staking which shall be considered incidental 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 lines, grades, cross- sections, and dimensions shown on the Drawings. Any deviation from the Drawings which - may be required by the exigencies of construction will be determined by the Engineer and authorized by him in writing. 1.11 TESTING LABORATORY SERVICE: The Owner shall make arrangements with an independent laboratory acceptable for testing as required by the construction plans and standard specifications. The Contractor shall bear all related costs of retests, or reinspections. The Contractor shall notify the ENGfNEER in a timely manner of when and where tests or inspections are to be made so that they may be present. One copy shall be provided to the contractor of all reports and laboratory test results. Testing by the City does not alleviate the contractors' responsibility for his own quality assurance/quality control testing. Passing tests on any portion of the work does not relieve the contractor of his responsibility under the terms of this contract for the entire project. Contractor shall replace any deficient construction items at his own expense. - 1.12 SUSPENSION OF WORK: If the work should be stopped or suspended under any order of the court, or other public authority, the Owner may at any time during suspension upon seven days written notice to the Contractor, terminate the Contract. In such an event, the 4.4 Specific Project Requirements Owner shall be liable only for payment for all work completed plus a reasonable cost for any expenses resulting from the termination of the Contract, but such expenses shall not _ exceed $5,000. 1.13 PRESERVATION OF TREES: Permission of the Engineer must be obtained for removal - of trees on the property that obstruct the installation of the improvements as outlined in this project. Penalty for destruction of a tree without permission shall be $500.00 each payable to the Owner. If damage is continuous, tree guards shall be erected when so directed by the Engineer 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 Superintendent capable of reading the plans and specifications and thoroughly experienced in the type of work being performed. The Superintendent shall have full authority to execute orders or directions and to promptly supply such materials, equipment, tools, labor and incidentals as may be required. Such superintendence shall be furnished irrespective of the amount of work contracted. The Superintendent and the Contractor shall be responsible for supervision of all work performed by the subcontractor at all times during construction. 1.15 WARNING DEVICES: The Contractor shall have the responsibility to provide and maintain all warning devices and take all precautionary measures required by law to protect persons and property while said persons or property are approaching, leaving or within the work site or any area adjacent to said work site. Compensation will be paid to the Contractor for the installation or maintenance of any warning devices, barricades, lights, signs or any other precautionary measures required by law for the protection of persons or property under the pay item entitled "Furnish, Install and Maintain All Traffic Control Devices Necessary For Safe Traffic Handling". The Contractor shall assume all duties owned by the City of Coppell to the general public in connection with the general public's immediate approach to and travel through the work site and area adjacent to said work site. _ Where the work is carried on, in, or adjacent to, any street, alley, sidewalk, public right-of- way or public place, the Contractor shall at his own cost and expense provide such flagmen and watchmen and furnish, erect and maintain such warning devices, barricades, lights, _ signs and other precautionary measures for the protection of persons or property as are required by law. The Contractor shall submit a traffic control plan to be reviewed by the City prior to the beginning of work. No lane shall be barricaded before 9:00 a.m. or after 4:00 p.m. The Contractor's responsibility for providing and maintaining flagmen, watchmen, warning devices, barricades, signs, and lights, and other precautionary measures shall not cease until the project shall have been accepted. If the Engineer discovers that the Contractor has failed to comply with the applicable federal and state law (by failing to furnish the necessary flagmen, warning devices, barricades, 4-5 Specific Project Requirements lights, signs or other precautionary measures for the protection of persons or property), the Engineer may order such additional precautionary measures as required by law to be taken -- to protect persons and property, and shall be reimbursed by the Contractor for any expense incurred in ordering such additional precautionary measures. -- In addition, the Contractor will be held responsible for all damages to the work and other public or private property due to the failure of warning devices, barricades, signs, lights, or other precautionary measures in protecting said property, and whenever evidence is found ~- of such damage, the Engineer may order the damaged portion immediately removed and replaced by and at the cost and expense of the Contractor. If the damages are not corrected in a timely fashion, then the City shall have the right to repair the damage and charge the cost back to the Contractor. All of this work is considered incidental to the pay item entitled "Furnish, Install and Maintain All Traffic Control Devices Necessary for Safe Traffic Handling". 1.16 EXISTING UTILITIES, STRUCTURES AND OTHER PROPERTY: a. Prior to any excavation, the Contractor shall determine the locations of all existing water, gas sewer, electric, telephone, telegraph, television, and other underground utilities and structures. This includes the water and sanitary sewer services. b. After commencing the work, use every precaution to avoid interferences with existing underground and surface utilities and structures, and protect them from damage. -- c. Where the locations of existing underground and surface utilities and structures are indicated, these locations are generally approximate, and all items which may be encountered during the work are not necessarily indicated. The Contractor shall -- determine the exact locations of all items indicated, and the existence and locations of all items not indicated. d. The Contractor shall repair or pay for all damage caused by his operations to all existing utilities, public property, and private property, whether it is below ground or above ground, and he shall settle in total cost of all damage suits which may arise as a result of this operations. e. To avoid unnecessary interferences or delays, the Contractor shall coordinate all utility removals, replacements and construction with the appropriate utility company. 1.17 DRAINAGE: The Contractor shall maintain adequate drainage at all times. -- 1.18 PROJECT MAINTENANCE: The Contractor shall maintain, and keep in good repair, the improvements covered by these plans and specifications during the life of the contract. 4-~' Specific Project Requirements 1.19 CLEANUP: During Construction. The contractor shall at all times keep the job site as free from all -- material, debris and rubbish as is practicable and shall remove same from any portion of the job site when it becomes objectionable or interferes with the progress of the project. - Final. Upon completion of the work, the Contractor shall remove from the site all plant, materials, tools and equipment belonging to him and leave the site with an appearance acceptable to the Engineer and the Owner. The Contractor shall thoroughly clean all equipment and materials installed by him and shall deliver over such materials and equipment in a bright, clean, polished and new-appearing condition. 1.20 INSPECTION: The word "Inspection" or other forms of the word, as used in the contract documents for this project shall be understood as meaning an Owner's agent will observe the construction on behalf of the Owner. The agent will observe and check the construction in sufficient detail to satisfy himself that the work is proceeding in general accordance with the contract documents, but he will not be a guarantor of the Contractor's performance. 1.21 DISPOSAL OF WASTE AND SURPLUS EXCAVATION: All trees, stumps, slashings, brush or other debris removed from the site as a preliminary to the construction - shall be removed from the property. Any required burning and disposal permits shall be the sole responsibility of the Contractor. All excavated earth in excess of that required for backfilling shall be removed from the job site and disposed of in a satisfactory manner. - 1.22 WATER FOR CONSTRUCTION: The Contractor shall make the necessary arrangement for securing and transporting all water required in the construction, including water required for mixing of concrete, sprinkling, testing, flushing, flooding, or jetting. The Contractor shall provide water as required at his own expense. 1.23 GUARANTEE: All work shall be guaranteed against defects resulting from the use of inferior materials, equipment or workmanship for a period of two (2) years from the date of final completion and acceptance of the project. 9-~ Specific Project Requirements SHOP DRAWINGS, PRODUCT DATA AND SAMPLES 1.1 GENERAL: A. Contractor to submit Shop Drawings, Product Data and Samples as required by the Contract Documents and as specified in other sections of the specifications. 1.2 SHOP DRAWINGS: A. As soon as practicable after contract award, submit to the Engineer, for review, the required number of bound copies of shop drawings of all items as specified in the various sections of these specifications, accompanied by letters of transmittal. B. Shop drawings shall include: Manufacturer's catalog sheets and/or descriptive data for materials and equipment; showing dimensions, performance characteristics, and capacities and other pertinent information as required to obtain approval of the items involved. C. No work requiring shop drawings will be executed until review and acceptance of such drawings has been obtained. -~ 1.3 PRODUCT DATA: A. Preparation: y 1. Clearly mark each copy to identify pertinent products or models. 2. Show performance characteristics and capacities. 3. Show dimensions and clearances required. B. Manufacturers standard schematic drawing sand diagrams: __ 1. Modify drawings and diagrams to delete information which is not applicable to the work. 2. Supplement standard information to provide information specifically __ applicable to the work. 1.4 SAMPLES: Provide samples as indicated in other parts of these specifications. 1.5 CONTRACTOR RESPONSIBILITIES: -- A. Review Shop Drawings and Product Data prior to submission. B. Determine and verify: -- 1. Field measurements. 2. Field construction criteria. 3. Catalog numbers and similar data. 4-8 Specific Project Requirements 4. Conformance with specifications. C. Coordinate each submittal with requirements of the work and of the Contract Documents. -- D. Begin no work which requires submittals until return of submittals with Engineer's review. E. Keep one (1) approved copy of shop drawings or product data at job site at all times. 1.6 SUBMISSION REQUIREMENTS: A. Make submittals promptly and in such sequence as to cause no delay in the work or in the work of any other contractor. B. Number of submittals required: 1. For shop drawings and product data: Submit the number of copies which the contractor requires, plus four which will be retained by the Engineer. C. Submittals shall contain: 1. The date of submission and the dates of any previous submissions. 2. The project title. 3. The names of: a. Contractor b. Supplier c. Manufacturer 4. Identification of the product. 5. Field dimensions, clearly identified as such. 6. Relation to adjacent or critical features of the work or materials. 7. Applicable standards, such as ASTM or Federal Specification numbers. 8. Identification of deviations from Contract Documents. 9. Identification of revisions on resubmittals. 10. Contractor's stamp, initialed or signed, certifying to review of submittal, verification of products, field measurements and field construction criteria, and a\coordination of the information within the submittal with requirements of the work and of Contract Documents. 11. Fabrication and erection drawings lists and schedules. 12. Basis of design and design calculations signed and sealed by a registered professional engineer. 13. Seal and signature of a register engineer on all structural submittals. 4-9 Specific Project Requirements D. REVIEW: -- 1. Shop drawing and product data information review will be general. Such review will not relieve the contractor of any responsibility and work required by the Contract. - 2. Satisfactory shop drawings will be so designated and all sets, except four (4), returned to the Contractor. Rejected shop drawings will be so designated and all sets except hvo (2) will be returned to the Contractor, with indications of the required corrections and changes. 3. Rejected shop drawings will be corrected and resubmitted to the Engineer for Acceptance. 1.7 RESUBMISSION REQUIREMENTS: A. Make any corrections or changes in the submittals required by the Engineer and resubmit until accepted. _ B. Shop Drawings and Product Data: 1. Revise initial drawings or data, and resubmit as specified for the initial 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 initials or signature, and indicate requirements for resubmittal, or acceptance of submittal. C. Return submittals to Contractor for distribution, or for resubmission. '~-~~ Specific Project Requirements SECTION 5 DESCRIPTION OF PA Y ITEMS T H E C 1 T Y O F COPPELL ~. T o F x A s , a 9 S-/ SECTION 5 -DESCRIPTION OF PAY ITEMS ~- This section includes comments concerning various Pay Items so that the contractor can fully understand the scope of work involved in the Pay Items. 1. Construction No Pay Items: All work necessary for the orderly completion of the project, but not specifically included as a pay item in the Proposal, shall be considered subsidiary to the Contract and no separate or additional payment will be made therefore. For example, there shall be no separate payment for the following: (a) removal and replacement of any signs, with the exception of the new sign paid under various Bid Items, (b) removal of spoils, (c) water for construction, (d) surveying to re-establish grade, and (e) any other incidentals necessary to complete the work. 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 included in the various pay items associated with this project. 2. Construction Pay Items: Pay items as listed in the proposal shall be measured and paid for in accordance with the applicable measurement and payment paragraphs in the Standard Specifications for Public Works Construction -North Central Texas Council of Governments Third Edition, unless modified by these special provisions. All work for this project shall be governed by the Standard Specifications for Public Works Construction -North Central Texas Third Edition, as prepared by the North Central Texas Council of Governments, the City of Coppell Standard Construction Details (Ord. #2005- 1019) together with any additional Supplementary Conditions, Specific Project Requirements, __ General Notes or Description of Pay Items included herein. This project is authorized by the United States Corps of Engineers under Nationwide Permit 39 for Residential, Commercial, and Institutional Developments. All work in and around the drainage channel along Stream G-1 north of Bethel Road must be in compliance with the specifications and conditions of the permit Failure to comply with these specifications and conditions invalidates the authorization and may result in a violation of the Clean Water Act. A copy of the permit is found in Section 6. - 2.1. Pay Items #I-1-CA & I-1-G- Mobilization: This pay item shall consist of mobilization and demobilization for the construction of the project. The project shall be constructed in phases as shown in the plans. This pay item - shall be inclusive of any and all mobilizations and demobilizations associated with the project. Mobilization shall be defined as all necessary equipment, supplies, materials, and personnel on the job site ready to begin construction. Note: The total amount bid for Mobilization & Demobilization shall not exceed five percent (5%) of the total contract amount, exclusive of this paV item (adiusted contract amount) S-2 Description of Pay Items Measurement and Payment shall be as follows: Ten percent (10%) of the amount bid shall be paid with the first pay estimate. On all subsequent pay estimates, measurement and - payment shall be prorated on the basis of the value of the adjusted contract amount completed, plus the initial l0%. Prorated payment shall be as follows: When 1 % of the adjusted contract amount has been earned, 50% of lump sum bid for mobilization, less - retainage, will be paid. When 5% of the adjusted contract amount has been earned, 75% of the lump sum bid for mobilization, less retainage, will be paid. When 10% of the adjusted contract amount has been earned, 90% of the lump sum bid for mobilization, less retainage, - will be paid. Payment for the remaining 10% of the lump sum bid for mobilization, less retainage, will be paid on the next monthly estimate following the 90% payment. Payment shall be total compensation for furnishing all labor, materials, tools, and equipment necessary to complete the work. __ This pay item shall be bid as 75% of the item in Coppell (I-1-CA) and 25% in Grapevine (I- 1-G). 2.2. Pay Items #I-2-CA & I-2-G -Right-of--Way Preparation: This pay item shall consist of the preparation of the existing right-of--way for construction as required by the plans and specifications. It will include the area between the right-of- -- way limits, additional areas beyond the right-of--way such as temporary construction, slope, and drainage easements, and any other easements shown on the plans. Work shall be in accordance with NCTCOG Item 3.1 and shall include, but not be limited to: all - obstructions above ground or below such as shrubs, stumps, brush, roots, vegetation, logs, trash concrete, asphalt, fences, structures, foundations, lumber, scrap metal, abandoned appliances, abandoned utility pipes or conduits and any other items not included as pay - items elsewhere in the contract documents, or identified in NCTCOG Section 3.1.1, but necessary for the preparation of the rights-of--way and/or permanent or temporary easements for construction. This item shall also include the protection of any trees, shrubs, fences, structures, signs or other items that are to be preserved and/or relocated as shown on the plans. All trees designated to be preserved shall be protected by fencing to the limits of the canopy and no parking, driving or moving of equipment in this area will be permitted. If pruning of protected trees is required, they shall be trimmed as directed by the Engineer and any cuts of two inches or more in diameter shall be treated as directed by the Engineer. All __ material and debris removed as described above shall become the property of the Contractor and shall be disposed of at contractor's expense in a manner satisfactory to the Engineer and other items identified in NCTCOG Section 3.1.1. All items relocated or _ replaced shall be in a condition equal to or better than the original condition. The Contractor shall videotape and/or photograph the existing right-of--way prior to construction. Measurement and Payment for work performed and materials furnished related to general right-of--way preparation, as provided herein, shall be made on the basis of the price bid per -- lump sum (LS) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment, and other incidentals necessary to complete the work. Due to the two phases of construction sequencing for this project, no more that 50% percent of this -- item shall be paid for upon completion of the site preparation for the first phase of 5-3 Description of Pay Items construction. The remaining portion will be paid upon completion of the site preparation of the second phase of construction. This pay item shall be bid as 75% of the item in Coppell (I-2-CA) and 25% in Grapevine (I- 2-G). 2.3. Pay Items #I-3-CA & I-3-G -Roadway Excavation: This pay item shall consist of the roadway excavation of existing material in the areas shown on the plans and to the lines, grades and typical sections as specified. Excavation shall include all materials encountered regardless of their nature or of the manner in which they are removed. Work shall be in accordance with NCTCOG Items 3.3 and 3.5. This item also includes the clearing and disposal of all waste material and all work necessary to finish parkways per NCTCOG Item 3.4. This is a "plans quantity" measurement Item and the quantity to be paid for will be that _ quantity shown in the ProposaUBid Schedule. Payment shall be made on the basis of price bid per cubic yard (CY) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 2.4. Pay Items #I-4-CA & I-4-G -Borrow and Embankment: This pay item shall consist of the furnishing, placement, and compaction of all suitable fill -- material to the established grade and to the shape of the cross-section as shown in the plans. Fill material shall be Owner approved borrow and site-excavated material (not all site excavated material may be suitable for embankment). Borrow material shall be a select -- sandy-clay to clayey sand with a Liquid Limit less that 45 and a Plasticity Index between 8 and 20, unless otherwise approved by the Owner. Work shall be in accordance with NCTCOG Items 3.6 and 3.7. Each layer of compacted fill shall be uniform as to material, density, and moisture content before beginning compaction. The fill shall be compacted in lifts of loose depth not exceeding 8" and compacted to between 95 percent and 100 percent of maximum dry density as determined by ASTM D-698 at, or up to, five (5) percentage points above optimum moisture content. This is a "plans quantity" measurement Item and the quantity to be paid for will be that quantity shown in the ProposalBid Schedule. Payment shall be made on the basis of price bid per cubic yard (CY) and shall be total compensation for furnishing all materials, tools, __ equipment, labor, and any other incidentals necessary to complete the work. 2.5. Pay Items #I-S-CA & I-S-G - Sawcut Concrete & Asphalt: This work shall consist of sawcutting the existing concrete and asphalt pavement as indicated in the Construction Plans. All sawcutting shall be full depth to provide for a smooth surface. This item includes both concrete and asphalt sawcutting. This item shall be measured by contractor and owner's representative prior to removal. Re-sawing due to damage shall be at contractor's expense. S-4 Description of Pay Items Measurement and Payment shall be made on the basis of the price bid per linear foot (LF) and shall be total compensation for furnishing all labor, materials, and equipment necessary to - complete the work. 2.6. Pay Items #I-6-CA & I-6-G -Remove and Dispose of Concrete Pavement: - This pay item shall consist of the removal, and disposal of the existing concrete pavement as designated and to the limits as shown in the plans. The removal of concrete curb that is integral to any concrete pavement or driveway which is removed as part of this project is subsidiary to this pay item. Work shall be in accordance with NCTCOG Items 3.1 and 8.8. Where only a portion of the existing concrete is to be removed, the concrete shall be saw cut full depth and removed to the saw lines as shown in the plans. Removal of the concrete shall be accomplished leaving a clean vertical side. Damaged vertical sides shall be re- sawed, removed, and replaced at the Contractor's expense. The limit of pay shall only be to the original saw line. The Contractor and the Owner's representative shall measure the concrete items prior to removal. The Contractor shall not stockpile removed material on the job site, unless specifically authorized in writing by the Owner, and is responsible for locating a suitable disposal site. Measurement and Payment shall be made on the basis of the price bid per square yard (SY) - and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. -- 2.7. Pay Items #I-7-CA & I-7-G -Remove and Dispose of Asphalt Pavement: This pay item shall consist of the removal, and disposal of the existing asphalt pavement to the limits as shown in the plans. Work shall be in accordance with NCTCOG Items 3.1 and - 8.8. The roadway improvements shall be constructed in phases and the removal of the asphalt pavement shall be sequenced as necessary to maintain traffic during construction. Where only a portion of the asphalt is to be removed, the asphalt shall be saw cut full depth to avoid damage to that portion of the asphalt to remain in place. Contractor shall, at his expense, replace any pavement that he damages or removes that is required for the maintenance of traffic. The existing asphalt pavement shall be maintained in a safe driving condition at all times. The Contractor and the Owner's representative shall measure the asphalt pavement prior to removal. The Contractor shall not stockpile removed material on _ the job site, unless specifically authorized in writing by the Owner, and is responsible for locating a suitable disposal site. This item does not include the removal of any asphalt installed for traffic control or detours. It only includes removal of existing asphalt prior to _ construction beginning. Measurement and Payment shall be made on the basis of the price bid per square yard (SY) - and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. - 2.8. Pay Item # I-8-G -Tree Removal: This work shall include the removal of miscellaneous trees (mainly associated with channel improvements) ranging in size from 6" to 36" as shown in the construction documents titled _ "ST 99-OS". Removal (including stump) shall be in accordance with City of Coppell and 5-S Description oJPny Items NCTCOG standards. All trees scheduled for removal shall be marked by contractor and owner's representative prior to removal. Measurement and Pay~rnent shall be made on the basis of lump sum (LS) and shall be total compensation for furnishing all labor, materials, and equipment necessary to complete the - work. 2.9. Pay Items #I-9-CA & G - 9" Concrete Pavement with 6" Monolithic Curb: - This pay item shall consist of the furnishing and placing of 8" reinforced concrete pavement at the locations and grades shown on the plans. The 6" monolithic curb, where indicated is subsidiary to this pay item. All concrete for construction shall be Class "C" -- concrete having a minimum of 6 sacks of cement per cubic yard and a minimum compressive strength of 3,600 psi at 28 days. No fly ash shall be permitted. The cost for furnishing and placing reinforcement is subsidiary to the price bid per square yard. All - concrete, except for City approved "leave-outs", shall be placed with aself-propelled paving machine capable of spreading, densifying, and shaping the concrete mix to the _ required lines and grades as shown on the approved plans. Work shall be in compliance with NCTCOG Items 2.2 and 5.8. _ Measurement and Payment shall be made on the basis of price bid per square yard (SY) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 2.10. Pay Items #I-10-CA & G -Lime @42#/SY: This pay item shall consist of the hydrated lime required for lime subgrade treatment in -- accordance with the appropriate specifications. The lime shall be placed in a slurry form at the minimum rate of 42 pounds per square yard. V1~'ork shall be in compliance with NCTCOG Items 2.5 and 4.6. Measurement and Payment shall be made on the basis of price bid per ton (TON) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 2.11. Pay Items #I-11-CA & G - 8" Stabilized Subgrade: This pay item shall consist of treating the top 8" and the full width of subgrade by pulverization, addition of 42# /SY of lime, mixing and compacting, and remixing and recompacting the top 6" of the mixed material to the required density. Lime treatment shall be provided under all proposed concrete pavement, stamped concrete, curbs, valley gutters. Full width shall be that distance from 1' behind the back of curb on each side of roadway to 1' behind the median where medians are proposed. Subgrade shall be constructed to the lines and grades as required by the plans and specifications. Work shall be in compliance with NCTCOG Item 4.6. Measurement and Payment shall be made on the basis of price bid per square yard (SY) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any - other incidentals necessary to complete the work. 5-6 Description of Pay Items 2.12. Pay Items #I-12-CA -Asphalt Transitions: This pay item shall consist of the construction of the HMAC transition in the location as shown in the plans. The transition shall be constructed to provide a smooth transition (horizontally and vertically) from the proposed concrete to the existing asphalt pavement. It shall be 2" Type "D" HMAC surface course, 4" Type "B" HMAC binder course, and 8" lime treated subgrade. Work shall be in compliance with the NCTCOG Items 2.4.13 and 5.7. Measurement and Payment shall be made on the basis of price bid per square yard (SY) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any -- other incidentals necessary to complete the work. 2.13. Pay Items #I-13-CA & G - 5" Reinforced Concrete Sidewalk: This pay item shall consist of the construction of a 5" thick and 5',6', and 8' wide concrete sidewalk in the locations as shown in the plans. All concrete for construction shall be Class 'A' having a minimum of 5 sacks of cement per cubic yard and a minimum compressive strength of 3,000 psi at 28 days. No fly ash shall be permitted. The cost for furnishing and placing reinforcement is subsidiary to the price bid per each. All sidewalk construction shall be in compliance with the Texas Accessibility Act Article 9102 of the Texas Civil Statute as administered by the Texas Department of Licensing and Regulations. Any sidewalk found to be in non-compliance shall be removed and brought to compliance at the Contractor's expense. Work shall be in compliance with the City of Coppell Standard Construction Details and NCTCOG Items 5.8 & 8.3. __ Measurement and Payment shall be made on the basis of price bid per square yard (SY) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 2.14. Pay Item #I-14-CA - 4" Reinforced Concrete Sidewalk: - This pay item shall consist of the construction of a 4" thick and 5' wide concrete sidewalk on the south side of Bethel Road, from east of Freeport Parkway eastward to approximately Station 68+10 as shown on the plans or as designed by the Owner. All concrete for -- construction shall be Class 'A' having a minimum of 5 sacks of cement per cubic yard and a minimum compressive strength of 3,000 psi at 28 days. All sidewalk construction shall be in compliance with the Texas Accessibility Act Article 9102 of the Texas Civil Statute as administered by the Texas Department of Licensing and Regulations. Any sidewalk found to be in non-compliance shall be removed and brought to compliance at the Contractor's expense. Work shall be in compliance with the City of Coppell Standard Construction Details and NCTCOG Items 5.8 and 8.3. Measurement and Payment shall be made on the basis of price bid per square yard (SY) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any - other incidentals necessary to complete the work 5- ~ Description of Pay Items 2.15. Pay Items #I-15-CA & G - 6" Concrete Drive: ,_ This pay item shall consist of the construction of concrete driveways at the locations shown in the plans. The 6" monolithic curb, where indicated is subsidiary to this pay item. All concrete for construction shall be Class "C" concrete having a minimum of 6 sacks of cement per cubic yard and a minimum compressive strength of 3,600 psi at 28 days. No fly ash shall be permitted. The cost for furnishing and placing reinforcement is subsidiary to the price bid per square yard. Work shall be in compliance with NCTCOG Items 5.8 and 8.3.4. Measurement and Payment shall be made on the basis of price bid per square yard (SY) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any - other incidentals necessary to complete the work. 2.16. Pay Item #I-16-CA -Median Nose: This pay item shall consist of the installation of sloped median noses at all median noses along the project in accordance with the applicable standards and specifications. Median nose paving is shown only as to the location on the plans. The actual distance to be paved is shown on City of Coppell Standard Construction Detail. The minimum distance from median nose to end of enhanced pavement shall be 22 feet. All median noses shall have a 7' sloped concrete nose per City of Coppell Standard Construction Detail. Measurement and payment shall be made on the basis of price bid per each (EA) of median nose regardless of size or area of median nose and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. The preparation of any test sections is considered subsidiary to this pay item. 2.17. Pay Item #I-17-CA -Cement Treated Base: This pay item shall consist of the placement of cement treated base (CTB) between the side of the proposed multiple box culvert and the side of the excavated trench that is under Bethel Road from approximate station 46+35 to 65+75. The CTB shall extend to the top of the proposed multiple box culvert. This item also shall consist of the placement of cement treated base (CTB) between the top of the proposed 5' x 10' multiple box culvert and the bottom of the proposed 9" concrete pavement, from approximate station 51+00 to 65+75. The CTB shall be shaped to the required lines, grades and cross sections necessary for the placement of 9" of concrete pavement. The unconfined compressive strength of the CTB shall be Class 'A', 400 psi with a minimum of 5.0% cement. The Contractor shall submit a copy of the mix design from the supplier to the Owner's representative. Measurement and Payment shall be on the basis of price bid per linear foot (LF) along the centerline of the three-barrel 5' x 10' box culvert and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 5-8 Description of Pay Items 2.18. Pay Items #I-18-CA & G -Barrier Free Ramps: This pay item shall consist of the installation of barrier free ramps in the locations as shown in the plans. All concrete for construction shall be Class 'A' having a minimum of 5 sacks of cement per cubic yard and a minimum compressive strength of 3,000 psi at 28 days. No fly ash shall be permitted. All curb ramp construction shall be in compliance with the Texas Accessibility Act Article 9102 of the Texas Civil Statute as administered by the Texas Department of Licensing and - Regulations. This includes the correct slope, correct width, correct texture, correct color differentiation (i.e. staining of the finished ramp). The City Inspector shall verify each ramp prior to final acceptance. Any ramp found to be in non-compliance shall be removed and brought to compliance at the Contractor's expense. Work shall be in compliance with City of Coppell Standard Construction Details, and all applicable NCTCOG Specifications. Measurement and Payment shall be made on the basis of price bid per each (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 2.19. Pay Items #I-19-CA & G -Remove Fence (DFW Property): This pay item shall consist of the removal of the 6' chain link fence and gates located on the DFW property as necessary during construction. A temporary fence shall be placed in the construction easement prior to removing the existing fence. The Contractor shall videotape and/or photograph the existing fence and gates prior to starting construction. The fence work shall be coordinated with DFW engineering and security. Work shall be in compliance with NCTCOG Items 2.8, 8.13 and 8. l4. Measurement and Payment shall be made on the basis of price bid per lump sum (LS) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any - other incidentals necessary to complete the work. 2.20. Pay Items #I-20-CA & G -Replace Fence (DFW Property): This pay item shall consist of the replacing of the 6' chain link fence and gates located on the DFW property after construction. The temporary fence shall be removed. The fence and gates shall be reinstalled along the right-of--way line in the same or better condition than it was prior to construction. The fence work shall be coordinated with DFW engineering and security. Work shall be in compliance with NCTCOG Items 2.8, 8.13 and 8.14. Measurement and Payment shall be made on the basis of price bid per lump sum (LS) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work 2.21. Pay Item #I-21-CA -Stamped Concrete: This pay item shall consist of the installation of stamped concrete in the median noses and crosswalks in the locations as shown in the plans. Stamped concrete in the roadway crosswalks shall be 9" and concrete in the medians shall be 6". Color shall be Red Clay - Bomanite Integral Color with Bomanite Natural Gray Release (or an approved equal). Any 5-9 Description of Pay Items gray stamped concrete shall be Gunmetal Gray -Bomanite Integral Color with Cobblestone Gray Release (or an approved equal). All patterns shall be Running Bond Used Brick. Approved equal shall only be considered after review of specifications and a test section that demonstrates the ability to match color and pattern. Measurement and Payment shall be made on the basis of price bid per square yard (SY) of stamped concrete of the thickness specified and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the - work. The preparation of any test sections are considered subsidiary to this pay item. 2.22. Pay Items #I-22-CA -Remove Existing Brick Pavers at Driveways and Replace with Stamped Concrete: This pay item shall consist of the removal of the existing brick pavers in the concrete drives located at Bethel Road stations 18+51.01, 22+10.63, 23+57.89, 27+74.72, 32+92.24, 39+36.44, and 41+89.62. At the Owner's discretion, any pavers free of discoloration, breaks, or other obvious damage shall be delivered to the Coppell Service Center located at 816 S. Coppell Road, at no additional cost to the Owner. Upon reconstruction of the drives, 6"stamped concrete shall be installed in the locations as shown in the plans. Color shall be Red Clay -Bomanite Integral Color with Bomanite Natural Gray Release (or an approved equal). Any gray stamped concrete shall be Gunmetal Gray -Bomanite Integral Color with Cobblestone Gray Release (or an approved equal). All patterns shall be Running Bond Used Brick. Approved equal shall only be considered after review of specifications and a test section that demonstrates the ability to match color and pattern. Measurement and Payment shall be made on the basis of price bid per square yard (SY) of _ stamped concrete of the thickness specified and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. The preparation of any test sections are considered subsidiary to this pay item. 2.23. Pay Item # I-23-CA - 4" Round Reflective &Non-Reflective Buttons: This pay item shall consist of the installation of 4" round, white acrylic button markers in the locations as shown in the plans. Pavement surface preparation for the raised pavement markers shall be subsidiary to this pay item. Work shall be in compliance with the City of Coppell Standard Construction Details and TxDOT Specifications Item 672. Surface preparation, as required by the specifications, shall be considered subsidiary to this pay item. This work also includes the removal and replacement, if necessary, of any existing buttons that are not in alignment or sequence. Measurement and Payment shall be made on the basis of price bid per each (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. _ 2.24. Pay Items #I-24-CA & G -Reflective Pavement IVlarkings: This pay item shall consist of the installation of various words, symbols or shapes, or any other unit in the color, width and thickness as shown on the plans or as required by the City _ of Coppell Standard Construction Details. New portland-cement-concrete surfaces shall be 5-10 Description ojPay Items cleaned to remove curing membrane, dirt, grease, loose and,'or flaking existing construction markings and other forms of contamination. Pavement to which material is to be applied shall be completely dry. Work shall be in compliance with TxDOT Specifications Items 666 and 668. Surface preparation, including sealing, shall be considered subsidiary to this pay item. This work also includes the removal and replacement, if necessary, of any existing markings that are not in alignment or sequence. Measurement and Payment shall be made on the basis of price bid per lump sum (LS) and - shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 2.25. Pay Items #I-25-CA & G -Road Signs Supports and Assemblies (New Installation): This pay item shall consist of the installation of the roadside sign supports and assemblies in the locations as shown on the plans and in accordance with the appropriate details and specifications. The work shall include furnishing new signs and associated mounting hardware, attaching the signs to the support assemblies, furnishing, fabricating, galvanizing and erecting the supports, constructing the foundations, and washing and cleaning the signs. Measurement and Payment shall be made on the basis of price bid per each (EA) and shall _ be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 2.26. Pay Items #I-26-CA & G -Road Signs Supports and Assemblies (Relocation): This pay item shall consist of the removal, temporary handling and storage, cleaning and relocation of existing roadside sign supports and assemblies in the locations as shown on the plans and in accordance with the appropriate details and specifications. Contractor will coordinate relocation of the existing signs with the Owner. Work shall include installing new foundations and washing and cleaning the existing signs. Measurement and Payment shall be made on the basis of price bid per each (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other -- incidentals necessary to complete the work. 2.27. Pay Item #I-27-CA -Street Light Foundation: This pay item shall consist of the installation of street light foundations at the locations shown in the plans. The foundations shall be constructed in accordance with the TXU detail found in the plans and all other appropriate details and specifications. Connecting the conduit from the foundations to the conduit sleeves being installed along the median shall be included in this work. Measurement and Payment shall be made on the basis of price bid per each (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. ~-~ 1 Description of Pay Items 2.28. Pay Item #I-28-CA - 2" Conduit Sleeves & Pull Boxes: This pay item shall consist of the placement of PVC conduit at the locations shown in the construction plans and in accordance with the appropriate City of Coppell Standard Construction Details. PVC conduit shall be Schedule 40 and shall be a minimum of 24 inches below subgrade. All pipe joints shall be solvent welded and the ends of the conduit shall extend a minimum of 2 feet beyond the back of curb or edge of pavement before terminating. The ends of the conduit sleeves shall either terminate in a pull box or be turned up and capped at a grade at least 2 feet above the proposed finished grade for the adjacent ground. Measurement and Payment for the PVC conduit shall be made on the basis of price bid per _- linear foot (LF) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work including pull boxes. 2.29. Pay Item #I-29-CA -Remove & Relocate Existing Street Light Assembly: This pay item shall consist of the removal and relocation of the existing street light assembly at the intersection of Royal Lane (Station 30+30) as indicated on the plans. This work shall also include: (a) all coordination necessary with TXU and the Owner; (b) the _ removal, salvaging, and temporary storage of the existing street pole light assembly; (c) the removal of the existing street light foundation; (d) the construction of a new foundation; (e) the removal and replacement of all wiring, conduit, pull boxes, etc., as required to complete the relocation; and (f) the repair and replacement of any damage to the existing pole, light fixture and/or appurtenances. These items of work shall not be paid for directly by shall be considered subsidiary to this pay item. Measurement and Payment shall be made on the basis of price bid per lump sum (LS) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any -- other incidentals necessary to complete the work. 2.30. Pay Item #I-30-CA -Pedestrian Handrails: -- This pay item shall consist of the installation of TXDOT (Type PR-2) pedestrian handrails on the top of the retaining walls located at Bethel Road stations 39+36.47, 42+75.83, and 45+37 and as shown on Sheets 81 to 83 of the plans including field connection to the - existing railing. Work shall be in accordance with TxDOT Standard Pedestrian Rail as shown on the plans. Railing shall be galvanized in accordance with NCTCOG Item 2.9. Measurement and Payment shall be made on the basis of price bid per linear foot (LF) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 2.31. Pay Items #I-31-G, I- 32-CA, I-33-CA, I-34-CA & G, I-35-CA & G, I-36-CA, I-37-CA, I- 38-CA & G -Reinforced Concrete Pipes (RCP) Class III: This pay item consists of the installation of all RCP storm drain (54", 36", 33", 30", 27" 24", 21 ", and 18") at the locations shown on the plans. Work shall be in accordance with _ the City of Coppell Standard Construction Details and NCTCOG Items 6.2.8, 6.2.9 and 5-12 Description of Pay Items 6.2.10. All RCP storm drain shall be Class III (NCTCOG Item 2.12.3); all bends shall be prefabricated, and omniflex joint material shall be used for all joints. Where leads or pipe terminate into an existing system, this work shall include construction of a concrete collar at the junction to form a watertight connection. The construction of concrete collars, as required by the plans and specifications, will not be paid for directly but shall be considered subsidiary to this pay item. This work shall also include the construction of temporary pavement repair, when necessary or as determined by the Owner, consisting of a minimum of 8" of flexible crushed stone base. Temporary pavement repair shall be constructed and maintained along all storm drain installed in areas that need to be open to traffic prior to the construction of the final pavement. Temporary pavement repair, as required by these specifications, will not be paid for directly but shall be considered subsidiary to this pay item. ~- Measurement and Payment shall be made on the basis of price bid per linear foot (LF) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work, including all excavation, embedment and backfill. _ 2.32. Pay Items #I-39-CA, I-40-CA, I-41-CA & G, I-42-CA, I-43-CA, I-44-G, I-45-G - Recessed Curb Inlets: This work includes the construction of recessed curb inlets (6', 8', 10', 12', 14', 15' and __ 20') at the locations shown on the construction plans. Work shall be in accordance with the City of Coppell Standard Construction Details (2005 version) and NCTCOG Items 2.1, 2.2, 7.1, 7.4 and 7.6. Concrete used for the construction of inlets shall be Class "C", with a minimum cement content of 6 sacks of cement/cubic yard of concrete, and a 3,600 psi minimum compressive strength when tested at 28 days. No fly ash shall be permitted. The cost for furnishing and placing reinforcement is subsidiary to the price bid per each. Measurement and Payment shall be made on the basis of price bid per each (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other -- incidentals necessary to complete the work, including all excavation, embedment and backfill. 2.33. Pay Items #I-46-CA - 10' Modified Recessed Curb Inlets: This work includes the construction of a 10.0' modified curb inlet at Bethel Road stations 53+09.45, 61+00, 63+12.35 and as shown on Sheets 85 and 86 of the plans. Work shall be in accordance with the City of Coppell Standard Construction Details and NCTCOG Items 2.1, 2.2, 7.1, 7.4 and 7.6. Concrete used for the construction of inlets shall be Class "C", with a minimum cement content of 6 sacks of cement/cubic yard of concrete, and a 3,600 psi minimum compressive strength when tested at 28 days. No fly ash shall be permitted. The cost for furnishing and placing reinforcement is subsidiary to the price bid per each. Measurement and Payment shall be made on the basis of price bid per each (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other 5-13 Description of Pay Items incidentals necessary to complete the work, including all excavation, embedment and backfill. 2.34. Pay Item #I-47-CA - 15' TXDOT Curb Inlet: This work includes the construction of 15' curb inlets at Bethel Road stations 19+00 & - 26+50. Work shall be in accordance with the TXDOT Standard Detail Sheet CI(2)-02(FW) of the plans and NCTCOG Items 2.1, 2.2, 7.1, 7.4 and 7.6. Concrete used for the construction of inlets shall be Class "C", with a minimum cement content of 6 sacks of - cement/cubic yard of concrete, and a 3,600 psi minimum compressive strength when tested at 28 days. No fly ash shall be permitted. The cost for furnishing and placing reinforcement is subsidiary to the price bid per each. Measurement and Payment shall be made on the basis of price bid per each (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other - incidentals necessary to complete the work, including all excavation, embedment and backfill. 2.35. Pay Item #I-48-G - 4' Drop Inlet: This work includes the construction of a 4' drop inlet at the locations shown on the construction plans. Work shall be in accordance with the City of Coppell Standard Construction Details and NCTCOG Items 2.1, 2.2, 7.1, 7.4 and 7.6. The cost for furnishing and placing reinforcement is subsidiary to the price bid per each Measurement and Payment shall be made on the basis of price bid per each (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other _ incidentals necessary to complete the work, including all excavation, embedment and backfill. 2.36. Pay Items #I-49-G - 4' x 4' Manhole: - This work includes the construction of a 4'x4' manhole at the locations shown on the construction plans. Work shall be in accordance with the City of Coppell Standard Construction Details and NCTCOG Items 2.1, 2.2, 7.1, 7.4 and 7.6. The cost for furnishing -- and placing reinforcement is subsidiary to the price bid per each Measurement and Payment shall be made on the basis of price bid per each (EA) and shall be -- total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work, including all excavation, embedment and backfill. 2.37. Pay Item #I-50-CA -Cast-In-Place Multiple Box Culverts (3 - 5'x 10'): This pay item shall consist of the installation of a cast-in place three-barrel 5' x 10' concrete _ box culvert ,from box culvert Station 0 + 00 to 19 + 50, in accordance with TxDOT Standard MC-10-7 and to the grades as shown in the plans. All concrete for construction shall be Class 'C' concrete having a minimum of 6 sacks of cement per cubic yard and a minimum _ compressive strength of 3,600 psi at 28 days with the exception of the top slab. The top slab shall be Class 'S' concrete with a minimum compressive strength of 4000 psi at 28 days. No fly ash shall be permitted. The cost for furnishing and placing reinforcement is subsidiary to __ the price bid per linear foot. The existing subgradc shall be compacted to 95% standard 5-14 Description of Pay Items proctor density at optimum moisture content f five (5) percent as determined by ASTM D698. Work shall be in compliance with NCTCOG Items 7.1 and 7.4, and all applicable TxDOT Specifications and Drawings. This pay item shall include the removal of the existing concrete pavement and the - installation of temporary HMAC pavement at the Freeport Parkway crossing. No direct payment shall be made for the removal of the existing concrete pavement , removal of the existing curb and gutter installation of 6"flexible base, installation of 4"HMAC -- Type 'D' pavement, or any other materials required to replace the existing roadway. Structural excavation, grading and backfill are also subsidiary to this pay item. Measurement and Payment shall be on the basis of price bid per linear foot (LF) along the centerline of the three-barrel 5' x 10' box culvert and shall be total compensation for structural excavation, furnishing, hauling and mixing all concrete materials; for furnishing - and placing the required reinforcement; for placing, finishing and curing all concrete; for all grouting and pointing; for furnishing and placing expansion-joint material required; for connections to existing structures, dewatering, and for all forms and falsework, labor, tools, equipment and incidentals necessary to complete the work. _ 2.38. Pay Item #I-51-CA -Cast-In-Place Multiple Box Culvert (4-6'x 10') This pay item shall consist of the installation of a cast-in place four-barrel 6' x 10' concrete box culvert in accordance with TxDOT Standard MC-10-7, under Bethel Road (Box _ Culvert Stations 29+90 to 30+60) and to the grades as shown in the plans. All concrete for construction shall be Class 'C' concrete having a minimum of 6 sacks of cement per cubic yard and a minimum compressive strength of 3,600 psi at 28 days. The top slab shall be _ Class 'S' concrete with a minimum compressive strength of 4000 psi at 28 days. No fly ash shall be permitted. The cost for furnishing and placing reinforcement is subsidiary to the price bid per linear foot. No direct payment shall be made for backfilling around the box - culvert. Work shall be in compliance with NCTCOG Items 7.1 and 7.4, and all applicable TxDOT Specifications and Drawings. -- This pay item shall include the removal and replacement of a portion of Bethel Road to an equal or better condition, and the installation of temporary metal beam guardrail as determined by the Owner. The temporary guardrail shall remain in place until the - reconstruction of Bethel Road II. No direct payment shall be made for the removal of the existing asphalt pavement, cement treated base, 4" Type 'D' HMAC, or any other materials required to replace the existing roadway including the temporary guardrail or barriers. - Structural excavation and grading are also subsidiary to this pay item. Measurement and Payment shall be on the basis of price bid per linear foot (LF) along the centerline of the four-barrel 6' x 10' box culvert and shall be total compensation for structural; excavation, furnishing, hauling and mixing all concrete materials; for furnishing and placing the required reinforcement; for placing, finishing and curing all concrete; for all grouting and pointing; for furnishing and placing expansion joint material required; for connections to existing structures, dewatering, and for all forms and falsework, labor, tools, equipment and incidentals necessary to complete the work. S- I S Description of Pay Items 2.39. Pay Items #I-52-CA -Wing Wall Modifications: This work shall include the modification of the existing single box culvert wing wall at Bethel Road Sta. 46+35 (Box Culvert Sta. 0+00) to accommodate the additional 3-5'x 10' multiple box culverts. The wing wall modifications shall be in compliance with TxDOT Standards. Conflicts between TxDOT and City of Coppell or NTCOG standards shall be brought to the attention of the City Inspector prior to placement. Measurement and Payment shall be made on the basis of lump sum (LS) and shall be total compensation for furnishing all labor, materials, and equipment necessary to complete the work. 2.40. Pay Item #I-53-CA -Non-skewed Parallel Wingwall at 4-6' x 10' box culverts: _ This pay item shall consist of the installation of a cast-in-place non-skewed parallel wingwall at both ends of the 4-6' x 10' box culverts in accordance with TxDOT Drawing (PW) and to the grades as shown in the plans. No direct payment shall be made for - backfilling around the wingwall. Work shall be in accordance with NCTCOG Items 7.1 and 7.4. -- Measurement and Payment shall be on the basis of price bid per each (EA) and shall be total compensation for furnishing, hauling and mixing all concrete materials; for furnishing and placing the required reinforcement; for placing, finishing and curing all concrete; for all - grouting and pointing; for furnishing and placing expansion-joint material required; for connections to existing structures, dewatering, and for all forms and falsework, labor, tools, equipment and incidentals necessary to complete the work 2.41. Pay Items #I-54-CA -Remove Portion of Box Culvert Headwall & Concrete Channel Rip Rap and Replace With Retaining Wall: This work shall include the removal and disposal of portions of existing box culvert headwall, railing, and concrete channel riprap at the three Post Office drives located at Bethel Road Sta. 39+36, Sta. 42+75 and Sta. 45+37. The removed portions of box culvert headwall and concrete channel riprap shall be replaced with retaining wall as shown on Construction Plans. Work shall be performed in accordance with City of Coppell and NTCOG standards. Measurement and Payment shall be made on the basis of lump sum (LS) and shall be total compensation for furnishing all labor, materials, and equipment necessary to complete the __ work. 2.42. Pay Item #I-55-CB -Remove and Dispose of Existing Box Culvert (4' x 8') and -- Wingwalls under Bethel Rd.: This pay item shall consist of the removal and disposal of the existing 4' x 8' box culvert and wingwalls located under Bethel Road. The Contractor shall not stockpile removal material on the job site, unless specifically authorized in writing by the Owner, and is responsible for locating a suitable disposal site. There is an existing 3-inch water line that runs through the box and it is unknown whether the line is still in use. S- 16 Description of Pay Items This pay item shall include the removal and replacement of a portion of Bethel Road to an equal or better condition. No direct payment shall be made for the removal of the existing asphalt pavement, cement treated base, 4" Type 'D' HMAC, or any other materials required to replace the existing roadway. Backfill and grading are also subsidiary to this pay item. Measurement and Payment shall be made on the basis of lump sum (LS) and shall be total compensation for furnishing 2.43. Pay Item #I-56-CB -Tie Existing 42" Outfall Into Gabion Structure: This pay item shall consist of the tying the existing 42-inch storm drain pipe located at Station 28+21.74 into the gabion wall structure in accordance with the plans and details. The work shall include, but is not limited to, the removal and disposal of the existing headwall, extending the existing 42-inch pipe as necessary, concrete collars and footings, grout, or other materials required to tie the pipe into the gabion structure. Any portions of the existing 42-inch pipe damaged or destroyed by the removal of the headwall shall be removed and replaced at the Contractor's expense. Measurement and Payment shall be made on the basis of price bid per lump sum (LS) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 2.44. Pay Item #I-57-CB -Tie Existing 2-36" Outfalls Into Gabion Structure: _ This pay item shall consist of the tying the existing 2 @ 36-inch storm drain pipes located at Station 27+29 into the gabion wall structure in accordance with the plans and details shown. The work shall include, but is not limited to, the removal and disposal of the existing _ headwall, extending the existing 36-inch pipes as necessary, concrete collars and footings, gout, or other materials required to tie the pipe into the gabion structure. Any portions of the existing 36-inch pipe damaged or destroyed by the removal of the headwall shall be removed - and replaced at the Contractor's expense. This work also includes detaching and reattaching the neoprene rate of flow restrictor on one of the 36-inch pipes. -- Measurement and Payment shall be made on the basis of the price bid per lump sum (LS)and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 2.45. Pay Item #I-58CB -Tie Existing Flume Into Gabion Structure: This pay item shall consist of the tying the existing concrete flume located at Station ± 27+70 into the gabion wall structure in accordance with the plans and details. The work shall include, but is not limited to, extending the existing flume as necessary, concrete footings, grout, or other materials required to tie the flume into the gabion structure. Any portions of the existing flume damaged or destroyed by the removal of the headwall shall be removed and replaced at the Contractor's expense. 5-17 Description of Pay Items Measurement and Payment shall be made on the basis of the price bid per lump sum (LS) _ and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work 2.46. Pay Item #I-59-CB -Tie 48" Storm Pipe Under Drive at 620 Loch Lane Into 6' x 10' Box Culvert: This pay item shall consist of the installation of one joint of 48" storm drain. The storm drain will be connected to the proposed multiple box culvert under Bethel Road in the location and to the flow line elevation as determined by the Owner. A temporary connection will be made between the existing 48" pipe under the drive and the new 48" storm drain. Measurement and Payment shall be made on the basis of the price bid per lump sum (LS) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work 2.47. Pay Item #I-60-G -Remove Existing 54" RCP at Enchanted Way: This work shall include the removal and disposal of existing 54" RCP at Enchanted Way. Work shall be performed in accordance with City of Coppell and NTCOG standards. Measurement and Payment shall be made on the basis of linear foot (LF) and shall be total _ compensation for furnishing all labor, materials, and equipment necessary to complete the work. -- 2.48. Pay Item #I-61-G -Remove 27 L.F. of Existing 10'x10' Box Culvert and Headwall at Bass Pro Drive Sta. 106+00: This work shall include the removal and disposal 27 LF of existing 10'x10' box culvert and - headwall at Bass Pro Dr. Sta. 106+00. Work shall be performed in accordance with City of Coppell and NTCOG standards. - Measurement and Payment shall be made on the basis of lump sum (LS) and shall be total compensation for furnishing all labor, materials, and equipment necessary to complete the work. 2.49. Pay Item #I-62-G -Remove 12" Driveway Culverts: This work shall include the removal and disposal of existing 12" driveway culverts at the locations as shown on plans. Work shall be performed in accordance with City of Coppell and NTCOG standards. Measurement and Payment shall be made on the basis of linear foot (LF) and shall be total compensation for furnishing all labor, materials, and equipment necessary to complete the work. 5-18 Description of Pny Items 2.50. Pav Item #I-63-G -Remove 18" RCP Storm Drain: This work shall include the removal and disposal of existing 18" RCP storm drain at the _ locations as shown on plans. Work shall be performed in accordance with City of Coppell and NTCOG standards. - Measurement and Payment shall be made on the basis of linear foot (LF) and shall be total compensation for furnishing all labor, materials, and equipment necessary to complete the work. 2.51. Pay Item #I-64-G -Remove Small Drainage Structures: This work shall include the removal and disposal of existing small drainage structures at - the locations as shown on plans. Work shall be performed in accordance with City of Coppell and NTCOG standards. Measurement and Payment shall be made on the basis of linear foot (LF) and shall be total compensation for furnishing all labor, materials, and equipment necessary to complete the work. 2.52. Pay Items #I-65, 66 & 67-CA -PVC Coated Gabion Structures: _ This pay item consists of PVC coated gabion structures filled with stone to the length and height, and in the location as shown on the construction plans. See attached "Gabion Structures" in Section 6, Technical Specifications. Work shall be performed by a contractor __ who meets the qualification requirements outlined in "Qualifications of Gabion Contractor" and completes the Qualification Form in Section 7, Special Provisions. _ Measurement and Payment of gabion structures shall be based on the volume in cubic yards (CY) of gabions installed and filled to their maximum density with a minimum of voids and shall include the volume of embedded items when applicable. Gabion structures shall be paid - for at the contract unit price per cubic yard. The unit price shall include full compensation for placing all materials (gabions, rock, geotextile and crushed stone drainage material) and for furnishing all tools, labor, equipment, and other incidentals necessary to complete and install - the gabion structure in accordance with the intent of the plans and specifications. Any excavation required for placement of the gabions shall also be included in the gabion unit price. 2.53. Pay Item #I-68-CA - 8" Sanitary Sewer Pipe: This pay item shall consist of the installation of the 8" Class 200, SDR 35 sewer pipe in the locations and to the depth as shown on the construction plans. Contractor is responsible for taking any necessary precautions or construction measures necessary to protect and support existing utilities. Work shall be in accordance with applicable details and specifications including City of Coppell Standard Construction Detail 3050. _ Measurement and Payment shall be made on the basis of price bid per linear foot (LF) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work, including all excavation, embedment and _ backfill. 5-19 Description of Pay Items 2.54. Pay Item #I-69-CA - 5' Diameter Sanitary Sewer Manhole: __ This pay item shall consist of the installation of 5' diameter sanitary sewer manholes in the locations, and to the depth as shown in the plans. There is no additional compensation for extra depth of manhole. The manhole shall be cast-in-place or pre-cast, and the work shall -- include all appurtenances necessary for a complete installation. Concrete used for the manhole shall be Class "F" concrete having a minimum cementitious of 611 pounds per cubic yard and a minimum compressive strength of 4200 psi at 28 days. Work shall be in - accordance with applicable details and specifications including the City of Coppell Standard Construction Details 5020 and 5030. Measurement and Payment shall be made on the basis of the price bid per each (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work 2.55. Pay Item #I-70-CA - 4' Diameter Sanitary Sewer Manhole: _ This pay item shall consist of the installation of 4' diameter sanitary sewer manholes in the locations, and to the depth as shown in the plans. There is no additional compensation for extra depth of manhole. The manhole shall be cast-in-place or pre-cast, and the work shall _ include all appurtenances necessary for a complete installation. Concrete used for the manhole shall be Class "F" concrete having a minimum cementitious of 611 pounds per cubic yard and a minimum compressive strength of 4200 psi at 28 days. Work shall be in _ accordance with applicable details and specifications including the City of Coppell Standard Construction Details 5020 and 5030. - Measurement and Payment shall be made on the basis of the price bid per each (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work 2.56. Pay Item #I-71-CA - 6" Diameter PVC Sanitary Sewer Stubout: This pay item shall consist of the installation of 6" Class 200 SDR 35 sewer pipe stubout in the location shown on the plans. Contractor is responsible for taking any necessary precautions or construction measures necessary to protect and support existing utilities. Work shall be in accordance with applicable details and specifications including City of Coppell Standard Construction Detail 3050. Measurement and Payment shall be made on the basis of price bid per linear foot (LF) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work, including all excavation, embedment and _ backfill. __ 2.57. Pay Item #I-72-CA -Adjust Sanitary Manhole Rim To Match New Roadway: This work shall include adjustment of existing sanitary sewer manhole rims to match the new roadway. This work shall be in accordance with City of Coppell and NTCOG standards. 5-20 Description of Pay Items Measurement and Payment shall be made on the basis of the price per each (EA) and shall be total compensation for furnishing all labor, materials, and equipment necessary to complete the work. 2.58. Pay Item #I-73-CA -Adjustment and/or Relocation of Sanitary Sewer Clean-Outs: r This work shall include adjustment and/or relocation of existing sanitary sewer clean-outs to match the new ground surface or roadway. This work shall be in accordance with City of Coppell and NTCOG standards. Measurement and Payment shall be made on the basis of lump sum (LS) and shall be total compensation for furnishing all labor, materials, and equipment necessary to complete the - work. 2.59. Pay Item #I-74-CB -Adjust 12" Sanitary Sewer Line Below Proposed 4-6'x10' Box -- Culverts at Bethel Road: This pay item shall consist of the removal of approximately 60 linear feet of existing 12" sewer pipe and the installation of HDPE pipe under the proposed box culverts at Bethel Road (Channel Station 30+20). The HDPE pipe shall be encased in 3000 psi concrete as shown on the plans and details and shall be connected to the existing sewer pipe with the __ appropriate adapters or connections. This pay item shall also include the removal of one existing manhole, the removal of the concrete encasement on the existing sewer pipe under the existing box culvert, the removal of approximately 90 linear feet of 8" sewer pipe, the installation of one 4' diameter manhole and the installation of approximately 90 linear feet of 8" sev~~er pipe. Any necessary by-pass pumping is subsidiary to this pay item. ___ Measurement and Payment shall be made on the basis of the price bid per lump sum (LS) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 2.60. Pay Items #I-75-CA, I-76-CA & G, I-77-CA & I-78-CA -PVC Water Line by Open Cut - with Embedment: This pay item shall consist of the installation of 6", 8", 12" (Class 200 DR 14) and 16" PVC water pipe (AWWA C900, Class 150, DR-18) by open cut with embedment, at the -- location shown in the plans. The work shall include the furnishing and installation of all ductile iron fittings (AWWA C111), including bends, tees, plugs, and megalug fittings, blocking etc. whether shown on the plans or not. Any necessary mechanical joint restraint and/or thrust blocking is considered to be subsidiary to this bid item. Work shall be in compliance with NCTCOG Item 6.7.3 and the City of Coppell Standard Construction Details. Measurement and Payment shall be made on the basis of the price bid per linear foot (LF) and shall be the total compensation for famishing all labor, materials and equipment necessary to complete the work, including excavation, embedment, blocking, polyethylene wrap, thrust restraints, backfill, testing and disinfection and any other incidentals necessary to complete the work. 5-21 Description of Pay Items 2.61. Pay Item #I-79-CA -Fire Hydrant Assemblies on New 16" Water Line with 6" Gate Valve: This pay item shall consist of the installation of fire hydrant assemblies, 6" gate valves, and 6" PVC lead pipe at Bethel Road Sta. 9+00, 12+00, 15+00, and 17+60 and includes all bends, fittings, concrete blocking, and testing necessary to connect to the new water line. Work shall be in compliance with NCTCOG Item 6.7.3 and City of Coppell Standard Construction Detail. Measurement and Payment shall be made on the basis of price bid per each (EA) and shall be the total compensation for furnishing all labor, materials and equipment necessary to complete the work including excavation, polyethylene wrap, embedment, thrust restraints, blocking, pipe fittings, painting and backfill. 2.62. Pay Item #I-80-CA -Fire Hydrant Assemblies on Existing 16" Water Line: This pay item shall consist of the installation of fire hydrant assemblies and 6" PVC lead pipe at Bethel Road Sta. 20+58, 26+58, 31+99, 37+99, 41+00, 44+00, 47+00, 52+91, 56+00, 59+00, 62+07, and 66+35 and includes all bends, fittings, concrete blocking, and testing necessary to connect to the existing fire hydrant water line. The work includes __ adjusting the existing water valve boxes (including the valve stems as necessary) to grade and all bends and fittings necessary to lower the 6" lead pipe under the proposed storm sewer pipe at Stations 20+58, 26+58, 37+99, 41+00 and 44+00. Work shall be in compliance with NCTCOG Item 6.7.3 and City of Coppell Standard Construction Detail. The removal of the existing fire hydrants is subsidiary to this pay item. Removal includes all __ blocking and piping back to the existing fire hydrant valve. Fire hydrants salvaged in good condition shall be delivered to Water Tower #2 at Wagon Wheel Park. Access to the Water Tower is immediately east of the intersection of Royal Lane and Northpoint Drive. Fire -- hydrants damaged during removal shall be disposed of at the Contractor's expense. Existing fire hydrants shall remain in service until the activation of the new fire hydrants at or near the location. Measurement and Payment shall be made on the basis of price bid per each (EA) and shall be the total compensation for furnishing all labor, materials and equipment necessary to - complete the work including excavation, polyethylene wrap, embedment, thrust restraints, blocking, pipe fittings, painting and backfill. 2.63. Pay Items #I-81-CA -Fire Hydrant Assemblies on Existing 16" Water Line with 16" Tapping Sleeve and Valve: This pay item shall consist of the installation of fire hydrant assemblies, 16" tapping sleeves, 6" gate valves, and 6" PVC lead pipe at Bethel Road Sta. 23+85, 29+58, 34+80, and 50+22 and includes all bends, fittings, concrete blocking, and testing necessary to connect to the existing 16" cement lined ductile iron water line. The work includes closing any and all openings into the existing water line created as a result of the abandonment of the water valve by use of approved M.J. caps or plugs and blocking. The work also includes all bends and fittings necessary to lower the 6" lead pipe under the proposed storm 5-2Z Description of Pay Items sewer pipe at Stations 23+85 and 34+80. Work shall be in compliance with NCTCOG Item 6.7.3 and City of Coppell Standard Construction Detail. The removal of the existing fire hydrants is subsidiary to this pay item. Removal includes all blocking and piping back to the existing fire hydrant valve. Fire hydrants salvaged in good _ condition shall be delivered to Water Tower #2 at Wagon Wheel Park. Access to the Water Tower is immediately east of the intersection of Royal Lane and Northpoint Drive. Fire hydrants damaged during removal shall be disposed of at the Contractor's expense. Existing - fire hydrants shall remain in service until the activation of the new fire hydrants at or near the location. -- Measurement and Payment shall be made on the basis of price bid per each (EA) and shall be the total compensation for furnishing all labor, materials and equipment necessary to complete the work including excavation, polyethylene wrap, embedment, thrust restraints, blocking, pipe fittings, painting and backfill. 2.64. Pay Item #I-82-G -Relocate Fire Hydrant Assemblies with 6" Valve & Necessary 6" PVC Pipe: This pay item shall consist of the removal and relocation of fire hydrant assemblies with 6" valve and necessary 6" PVC pipe at the locations shown on the plans. Measurement and Payment shall be made on the basis of price bid per each (EA) and shall be _ total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. _ 2.65. Pay Items #I-83, 84 & 85-CA - 16" Gate Valve: This pay item shall consist of the installation of 16", 12" and 8" gate valves at the location shown in the plans. Work shall be in compliance with NCTCOG Item 6.7.3 and the City of -- Coppell Construction Standards. Measurement and Payment shall be made on the basis of the price bid per each (EA) and -- shall be the total compensation for furnishing all labor, materials and equipment to complete the work, including polyethylene wrap, zinc coated nut, excavation, embedment and backfill, and any other incidentals necessary to complete the work. 2.66. Pay Item #I-86-CA -Connection to Existing 16" Water Line: This pay item shall consist of connecting the proposed 16" PVC water line to the existing 16" cement lined ductile iron water line at Bethel Road Sta. 17+75. Work shall include the removal of the existing plug, and providing sleeves and fittings. Work shall be in compliance with NCTCOG Item 6.7.3 and the City of Coppell Standard Construction Details. _ Measurement and Payment shall be made on the basis of price bid per each (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. S-?3 Description of Pay Items 2.67. Pay Item #I-87-CA -Type " 2" Air Release Valve: This pay item shall consist of the installation of a Type " 2" air release valve (AWWA C512) and 28 linear feet of air vent pipe at Bethel Road Sta. 10+75. The work includes all necessary vault, pipe fittings, and plugs in accordance with NCTCOG Item 6.7.3 and the City of Coppell Standard Construction Details. This work also includes abandonment of the existing air release valve at Sta. 17+74. Measurement and Payment shall be made on the basis of the price bid per lump sum (LS) and shall be the total compensation for furnishing all labor, materials and equipment to complete the work, including polyethylene wrap, zinc coated nut, excavation, embedment and backfill, and any other incidentals necessary to complete the work. 2.68. Pay Items #I-88-CA & G -Adjust Water Valve Boxes: The pay item shall consist of the adjustment of existing water valve boxes (including valve stems as necessary) in multiple locations along the project as shown in the plans. Work shall be in accordance with the City of Coppell Standard Construction Details and those of the valve manufacturer. The adjustment of valve boxes that are installed as part of this project shall be considered subsidiary to the pay item under which the valve was installed. Measurement and Payment shall be made on the basis of price bid per each (EA) and shall _ be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. _ 2.69. Pay Item #I-89-G -Adjust Water Meter & Box: The pay item shall consist of the adjustment of existing water meter and box in multiple locations along the project as shown in the plans. Work shall be in accordance with the --- City of Coppell Standard Construction Details and those of the manufacturer. Measurement and Payment shall be made on the basis of price bid per each (EA) and shall - be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. -- 2.70. Pay Item #I-90-CA -Abandon/Remove Water Valve Boxes: This work shall include the abandonment and removal of water valve boxes along the 16" water main and plugging the 6" Fire Hydrant stub-outs. Said work shall be performed in accordance with City of Coppell and NTCOG standards. Measurement and Payment shall be made on the basis of the price per each (EA) and shall be total compensation for furnishing all labor, materials, and equipment necessary to complete the work. 2.71. Pay Item #I-91-CA -Domestic Service Line Adjustments and Meter Relocation: This work shall include the relocation and reinstallation of existing domestic services off of _ the existing 16" water main. All services shall be continuous copper from the 16" water line 5-24 Description of Pay Items to the meter with no splices. Regardless of the existing size, the minimum relocated size shall be 1". If the existing service is larger than 1" then the larger size shall be reinstalled. All relocations and reinstallations shall be in accordance with City of Coppell and NTCOG standards. - Measurement and Payment shall be made on the basis of the price per lump sum (LS) and shall be total compensation for furnishing all labor, materials, and equipment necessary to complete the work. 2.72, Pay Item #I-92-CA -Repair, Replace, and/or Modify Existing Irrigation Systems: This pay item shall consist of the repair, replacement and/or modification of any existing irrigation system or system component within the limits of the work area that is damaged or whose function operation is adversely impacted by the construction of the proposed improvements. All work shall be completed in a manner that is satisfactory to the property -- owner and the Owner. All existing irrigation systems shall be assumed to be in good condition and fully operational unless the Contractor has inspected, noted and documented some specific damage to a system that exists, prior to starting construction. Contractor may want to contact adjacent property owners prior to construction to determine the limits of all existing irrigation systems, the location of sprinkler heads and other system components _ and to identify and document any existing damage. All repairs to the irrigation systems should be completed as soon as possible after the damage is discovered. Any damage to existing grass, trees or landscaping resulting from lack of water due to damaged or _ inoperable irrigation systems shall be the sole responsibility of the Contractor to replace. Measurement and Payment shall be made on the basis of price bid per lump sum (LS) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work, including replacing any sod, trees, or landscaping damaged during the course of construction due to the lack of adequate - watering or the inability to operate an existing irrigation system resulting from the construction. -- 2.73. Pay Item #I-93-CA -16" Water Main Lowering at 3-5' x 10' Box Culverts: This pay item shall consist of the lowering of the existing 16" water line in order to avoid a conflict with the proposed multiple box culvert. This work includes potholing the existing - 16" line by the Contractor to confirm the exact location and extent of the conflict with the proposed improvements prior to lowering the water line. This work includes furnishing and installing the new water pipe, cutting, plugging, removing and/or abandoning the existing pipe, megalug fittings, concrete blocking, and connecting to the existing system with appropriate sleeves and /or fittings. Work shall be in compliance with NCTCOG Item 6.7.3 and City of Coppell Standard Construction Detail. Measurement and Payment shall be made on the basis of the price bid per each (EA) and shall _ be the total compensation for furnishing all labor, materials and equipment necessary to complete the work, including excavation, embedment, blocking, polyethylene wrap, thrust restraints, backfill, testing and disinfection and any other incidentals necessary to complete the work. 5-2.5 Description of Pay Items __ 2.74. Pay Item #I-94-CA -16" Water Main Lowering at 4-6' x 10' Box Culverts: This pay item shall consist of the lowering of the existing 16" water line in order to avoid a conflict with the proposed multiple box culvert. This work includes potholing the existing - 16" line by the Contractor to confirm the exact location and extent of the conflict with the proposed improvements prior to lowering the water line. This work includes furnishing and installing the new water pipe, cutting, plugging, removing and/or abandoning the --- existing pipe, megalug fittings, concrete blocking, and connecting to the existing system with appropriate sleeves and /or fittings. Work shall be in compliance with NCTCOG Item 6.7.3 and City of Coppell Standard Construction Detail. Measurement and Payment shall be made on the basis of the price bid per each (EA) and shall be the total compensation for furnishing all labor, materials and equipment necessary to -- complete the work, including excavation, embedment, blocking, polyethylene wrap, thrust restraints, backfill, testing and disinfection and any other incidentals necessary to complete the work. 2.75. Pay Item #I-95-CA - 16" Water Main Lowering at Drainage Laterals: This pay item shall consist of the lowering of the existing 16" water line in multiple locations along the project as shown in the plans. This work shall be performed as necessary to avoid a conflict with the proposed storm drain improvements and includes __ potholing the existing 16" line in the various locations by the Contractor to confirm the exact location and extent of the conflict with the proposed improvements prior to lowering the water line. This work includes furnishing and installing the new water pipe, cutting, plugging, removing and/or abandoning the existing pipe, megalug fittings, concrete blocking, and connecting to the existing system with appropriate sleeves and /or fittings. Work shall be in compliance with NCTCOG Item 6.7.3 and City of Coppell Standard -- Construction Detail. Measurement and Payment shall be made on the basis of the price bid per each (EA) and shall -- be the total compensation for furnishing all labor, materials and equipment necessary to complete the work, including excavation, embedment, blocking, polyethylene wrap, thrust restraints, backfill, testing and disinfection and any other incidentals necessary to complete the work. 2.76. Pay Item #I-96-CA - 10" Water Main Lowering at 3-5' x 10' Box Culverts: This pay item shall consist of the lowering of the existing 10" water line in order to avoid a conflict with the proposed 3-5' x 10' box culverts. This work includes potholing the _ existing 10" line by the Contractor to confirm the exact location and extent of the conflict with the proposed improvements prior to lowering the water line. This work includes furnishing and installing the new water pipe, cutting, plugging, removing and/or _ abandoning the existing pipe, megalug fittings, concrete blocking, and connecting to the existing system with appropriate sleeves and /or fittings. Work shall be in compliance with NCTCOG Item 6.7.3 and City of Coppell Standard Construction Detail. 5-26 Description of Pay Items Measurement and Payment shall be made on the basis of the price bid per each (EA) and shall be the total compensation for furnishing all labor, materials and equipment necessary to complete the work, including excavation, embedment, blocking, polyethylene wrap, thrust restraints, backfill, testing and disinfection and any other incidentals necessary to complete the work. 2.77. Pay Item #97-CA - 8" Water Main Lowering at Drainage Laterals: This pay item shall consist of the lowering of existing 8" water lines in multiple locations along the project as shown in the plans. This work shall be performed as necessary to avoid a conflict with the proposed storm drain improvements and includes potholing the existing 8" lines in the various locations by the Contractor to confirm the exact location and extent of the conflict with the proposed improvements prior to lowering the water line. This work includes furnishing and installing the new water pipe, cutting, plugging, removing and/or abandoning the existing pipe, megalug fittings, concrete blocking, and connecting to the existing system with appropriate sleeves and /or fittings. Work shall be in compliance with NCTCOG Item 6.7.3 and City of Coppell Standard Construction Detail. Measurement and Payment shall be made on the basis of the price bid per each (EA) and shall be the total compensation for famishing all labor, materials and equipment necessary to complete the work, including excavation, embedment, blocking, polyethylene wrap, thrust restraints, backfill, testing and disinfection and any other incidentals necessary to complete the work. 2.78. Pay Item #I-98-CA - 6" Fire Hydrant Stub-out Lowering: This pay item shall consist of the lowering of existing 6" fire hydrant stub-out water lines in multiple locations along the project as shown in the plans. This work shall be performed as necessary to avoid a conflict with the proposed stone drain improvements and includes potholing the existing 6" lines in the various locations by the Contractor to confirm the --- exact location and extent of the conflict with the proposed improvements prior to lowering the water line. This work includes furnishing and installing the new water pipe, cutting, plugging, removing and/or abandoning the existing pipe, megalug fittings, concrete blocking, and connecting to the existing system with appropriate sleeves and /or fittings. Work shall be in compliance with NCTCOG Item 6.7.3 and City of Coppell Standard Construction Detail. Measurement and Payment shall be made on the basis of the price bid per each (EA) and shall be the total compensation for furnishing all labor, materials and equipment necessary to complete the work, including excavation, embedment, blocking, polyethylene wrap, thrust restraints, backfill, testing and disinfection and any other incidentals necessary to complete the work. 2.79. Pay Item #I-99-CA - Backflow Preventor Vault & Water Meter: The 8" water line that feeds the vault located at Bethel Road Sta. ± 58+60 is in conflict with the three proposed 5' x 10' box culverts. The vault is partially located on top of the existing 5' x 10' box culvert and has the potential to conflict with construction of the proposed box culverts. The vault contains a detector double check valve with a 5/8" low flow meter and a S-~~ Description oJPayltems 4" high flow meter and meters a domestic water line that must remain in service during the relocation of the 8" water line and construction of the multiple box culverts. The contractor has the option of leaving the existing vault in-place during the relocation of the 8" water line and construction of the multiple box culverts, or constructing a new 8" water line and vault in a location that does not conflict with the three proposed box culverts. See details on Sheet 44 of the Bethel Road plans. The pay item for leaving the vault in-place shall consist of the installation of a new 8" -- water line and protecting and bracing the vault as necessary during the construction of the three proposed 5' x 10' multiple box culverts. The new water line shall be lowered under the three proposed multiple box culverts and the existing box culvert and brought from behind the existing box culvert (and under the Minyard's parking lot) to reconnect to the vault. The work shall include: (1) potholing the existing vault and box culvert to determine if the vault can be left in-place, (2) potholing the existing 8" line to confirm the exact - location and extent of the conflict with the proposed improvements prior to installing the water line, (3) furnishing and installing the new water pipe, cutting, plugging, removing and/or abandoning the existing pipe, and connecting to the existing system with appropriate _ sleeves and /or fittings, (4) all fittings, megalugs, blocking, trenching, embedment, backfill and testing, (5) removal and replacement of concrete pavement in Minyard's parking lot _ crossing to an equal or better condition, (4) and the coordination with Minyard's personnel during the construction. The pay item to relocate the vault shall consist of the installation of a new 8" water line and detector check vault in accordance with the City of Coppell Standard Detail. The work shall include: (1) potholing the existing 8" line to confirm the exact location and extent of the - conflict with the proposed improvements prior to installing the water line, (2) furnishing and installing the new water pipe and connecting to the existing system with appropriate sleeves and /or fittings, (3) all fittings, megalugs, blocking, trenching, embedment, backfill - and testing, (4) installation of the detector double check vault, (5) removal and replacement of concrete pavement in Minyard's parking lot crossing to an equal or better condition, (6) and the coordination with Minyard's personnel during the construction. The City will provide the new meters. Measurement and Payment shall be made on the basis of the price bid per lump sum (LS) and - shall be the total compensation for furnishing all labor, materials and equipment necessary to complete the work, including excavation, embedment, blocking, polyethylene wrap, thrust restraints, backfill, testing and disinfection and any other incidentals necessary to complete the work. _ _ 2.80. Pay Items #I-100-CA & G -Erosion Control: This pay item shall consist of furnishing, installing, maintaining and removing erosion controls throughout the duration of the project in accordance with the Texas Commission _ on Environmental Quality permitting requirements for construction projects that disturb one (1) or more acres. Under the Texas Pollution Discharge Elimination System (TDPES) general construction permit TXR 150000, the operator with control of construction plans _ and specifications (Owner) and the operator with day-to-day operational control 5-28 Description of Pay Items _ (Contractor) are required to obtain a permit for the discharge of storm water runoff. The Contractor shall be required to prepare and implement a single comprehensive site specific _ Storm Water Pollution Prevention Plan (SWP3) for the entire construction site. The Owner and the Contractor shall independently: (1) sign the SWP3, (2) submit an NOI, and (3) post a site notice as part of the permit. The SWP3 must describe and insure the implementation -- of best management practices that will be used to reduce, to the maximum extent possible, the pollutants and storm water discharges associated with the construction activity and insure compliance with the terms and conditions of the permit. The SWP3 must clearly -- indicate which operator is responsible for satisfying each shared requirement of the SWP3. The SWP3 shall be subject to approval by the Owner and must be retained on-site during the term of the construction. The Contractor shall provide 2 copies of the SWP3 to the - Owner. Notice must be posted if the SWP3 is retained off-site. A Texas Registered Professional Engineer must sign and seal the Erosion Control Plan ~~ (ECP) submitted as part of the SWP3. An ECP has been provided and should not be considered as a final ECP. If used by the Contractor, then it also must be signed and sealed by a Texas Registered Profession Engineer representing the Contractor. The Owner and Contractor shall independently submit a Notice of Termination upon completion of the project. Measurement and Payment shall be made on the basis of the price bid per lump sum (LS) for preparation and implementation of the SWP3. This includes any necessary revisions to ___ the Erosion Control Plan throughout the term of construction and the installation, sequencing, and maintenance of structural control measures throughout the term of construction. Payment shall be total compensation for furnishing all labor, materials, tools, -- and equipment necessary to complete the work and payment shall be prorated throughout the term of construction based on the calendar days. This pay item shall be bid as 75% of the item in Coppell (I-100-CA) and 25% in Grapevine (I-100-G). 2.81. Pay Items #I-101-CA & G -Traffic Control: This pay item shall consist of furnishing, installing, and maintaining the required traffic control devices during each phase of construction in accordance with the approved traffic control plan and TMUTCD. The Contractor shall have the option of following the traffic control plan as shown on the plans or submitting an alternate traffic control plan, signed and sealed by a Texas Professional Engineer, for the project as a whole and for the various phases. The Contractor shall not proceed with the implementation of an alternate plan until notified by the Owner that the alternate plan has been approved. The contractor shall also be required to maintain a changeable message board at each end of the construction area, in working order, for the duration of the project. Inclusive with this pay item is the requirement for adequate notification and instruction to be given to adjacent businesses and property owners and to the traveling public regarding interruptions or changes to established traffic flow patterns to, from and along the work site. Drives into the individual businesses must be clearly marked during the various phases. Signs with the business name shall be provided at the individual business drives to direct traffic into the correct locations. 5-29 Description of Pay Items Two-way traffic shall be maintained on the roadway at all times. Additionally, the Contractor shall maintain the existing asphalt roadway and temporary riding surfaces in a safe driving condition at all times during construction. Measurement and Payment shall be made on the basis of price bid per lump sum (LS) and shall be total compensation for placing barricades and signs and for furnishing all other materials, tools, street markings, changeable message boards, flagmen, equipment, labor, and any other incidentals necessary to implement the traffic control plan and maintain two- way traffic during construction of the project. Payment for this item shall begin on the first payable monthly construction estimate after barricades, signs and traffic handling devices have been installed in accordance with the traffic control plan. Monthly payment based on the calendar days bid shall be made each succeeding month for this item provided the barricades, signs and traffic handling devices have been installed and maintained in _ accordance with the traffic control plan until the contract amount has been paid. Failure to complete the scheduled work in the bid time will not increase this pay item. This pay item shall be bid as 75% of the item in Coppell (I-101-CA) and 25% in Grapevine (I-101-G). 2.82. Pay Item #I-102-CA -City Entrance/Monument Sign: This pay item shall consist of the furnishing and installation of a City Entrance Sign on the west end of the Bethel Road project in the location as shown in the plans. The sign shall be constructed in accordance with the details found in Section 6 of the Specifications. All landscaping shown in the details shall be omitted from this project. The conduit for lighting and irrigation are subsidiary to this pay item. Because of changing soil conditions, the Contractor will be required to obtain a site specific geotechnical evaluation in order to verify that the pier sizing and locations shown on Sheet S-1 are adequate for the proposed entry sign. The geotechnical evaluation is subsidiary to this pay item. Measurement and Payment shall be made on the basis of price bid per lump sum (LS) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 2.83. Pay Item #I-103-CA & G -Restore Parkway and Disturbed Areas: This pay item shall consist of all work, materials and incidentals necessary to restore _ parkways, yards, or other improved areas to an equal or better condition that prior to construction in accordance with NCTCOG Items 3.8, 3.9, 3.10 and 3.11. Parkways and disturbed areas along the length of the project shall be fine graded and cut to receive sod or -- hydro-mulch seeding, as determined by the Owner. Topsoil shall be placed in low areas to bring them to grade and shall consist of a friable, dark clayey loam material free of lumps, stones, and other extraneous material. Unless otherwise directed by the Owner, block sod matching the species that existed prior to construction and/or the species adjacent to the disturbed areas shall be placed in all disturbed areas where improved lawn or established turf existed prior to construction. All 5-30 Description of Pay Items other disturbed areas not covered by pavement shall receive hydro-mulch seeding. If the hydro-mulch seeding is initially performed during the dates specified for Rye Grass, the - Contractor will be required to come back during the dates specified for Burmuda Grass and re-seed. Contractor shall be required to water, establish growth, and protect and repair any damaged areas until completion and final acceptance of the project by the Owner. No more - than 50% of this item shall be paid until 100% grass coverage has been established to the satisfaction of the Owner. The extent of restoration anticipated due to normal construction operations has been estimated at 27,400 square yards of hydro-mulch seeding. It is the intent of the Owner that all disturbed areas along the project be restored. If there are areas outside of the project limits that are disturbed by the Contractor during the performance of this work, those additional areas shall be restored in accordance with the requirements provided herein at the Contractor's sole expense. This is a "plans quantity" measurement Item and the quantity to be paid for will be that - quantity shown in the ProposaUBid Schedule. Payment shall be made on the basis of price bid per lump sum (LS) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. This pay item shall be bid as 75% of the item in Coppell (I-103-CA) and 25% in Grapevine (I-103-G}. 2.84. Pay Items #I-104-CA & G -Trench Safety System: This pay item shall consist of the trench safety system required for construction activities. The Contractor shall furnish asite-specific trench safety plan prior to construction. The system shall meet the requirements of the Occupational Safety and Health Administration (OSHA). The Contractor is directed to become knowledgeable with the standards as set forth by OSHA and to provide a viable trench safety system at all times during construction activities, and the Contractor is responsible for conforming to such regulations as prescribed by OSHA standards. This pay item includes all additional excavation, backfill, pavement reconstruction and repair made necessary by the protection system. No separate payment shall be made for excavation protection made necessary due to the selection of an optional design or sequence of work that creates the need for the protection system. The trench safety plan shall be signed and sealed by a Texas Registered Professional Engineer. Measurement and Payment shall be made on the basis of price bid per linear foot (LF) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any _ other incidentals necessary to complete the work. 2.85. Pay Items #I-105-CA & G -Project Signs: This pay item shall consist of the installation of a project sign on each end of the project. The sign shall be constructed in accordance with the details found in Section 6 of the Specifications. The City will furnish the City logo for the sign. 5-31 Description of Pay Items Measurement and Payment shall be made on the basis of price bid per each (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 2.86. Pay Items #I-106-CA & G -Field Office: - This pay item shall consist of the furnishing of a field office for the duration of the project. The office shall be located at a site convenient to the right-of--way. The contractor shall negotiate with the property owners for the site location. The contractor shall maintain at - the field office at all times a complete set of plans, specifications, approved shop drawings, SWP3, NOI, and all other details pertaining to the work. Office shall be large enough to accommodate both the Contractor and the Owner's representative. The office shall have -- two entrances and be divided into two sections, one for the City of Coppell (Bethel Rd) and one for the City of Grapevine (Bass Pro Drive} sections of the project. The office shall have telephone, electrical, water, sanitary facilities, heating, cooling and furnishings. Measurement and Payment shall be as follows: 50% of lump sum bid for field office shall be paid when office is set up and functioning according to the applicable specifications. On all subsequent pay estimates, payment of the remaining 50% shall be prorated on the basis of the value of the adjusted contract amount, less retainage. Payment shall be total compensation __ for furnishing a field office and property leasing. This pay item shall be bid as 75% of the item in Coppell (I-106-CA) and 25% in Grapevine (I-106-G). 2.87. Pay Items #I-107-CA -Landscaping and Irrigation: This pay item shall consist of furnishing and installation of landscaping and irrigation at locations shown on sheets 108 through 123 of the plans. Measurement and Payment shall be made on the basis of price bid per lump sum (LS) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other - incidentals necessary to complete the work. Service taps for imgation will be paid for separately. 2.88. Pay Item #I-108-CA - 2" Service Tap (Wet): This pay item shall consist of the installation of a 2" service tap to the existing 16" water main at station 48 + 00 in the location as shown in the plans. This work shall include, but is not limited to a tapping saddle, a corporation stop and valve, 2" Type K copper water line, ball valve, and meter can and water meter. Work shall be in compliance with the City of Coppell Standard Construction Details. - Measurement and Payment shall be made on the basis of price bid per each (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work 5-32 Description of Pay Items 2.89. Pay Item # I-109-CA - 2" Service Tap (Dry): This pay item shall consist of the installation of a 2" service tap to the proposed 16" diameter water main at station 13 + 50 in the location as shown in the plans. This work shall include, but is not limited to a tapping saddle, a corporation stop and valve, 2" Type K copper water line, ball valve, and meter can and water meter. Work shall be in compliance with the City of Coppell Standard Construction Details. -- Measurement and Payment shall be made on the basis of price bid per each (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work 2.90. Pay Items #I-110-CA & I-111-CA- Traffic Signal (Royal @ Bethel) and Traffic Signal (Freeport @ Bethel): These pay items shall consist of the furnishing and installation of traffic signals at the intersection of Bethel Road and Royal Lane and the intersection of Bethel Road and -- Freeport Parkway. Work shall be in accordance with all applicable details and specifications including City of Coppell Standard Construction Details, TxDOT details and specifications, and Section 6, Technical Specifications in the bid documents. Work shall include, but is not limited to, the furnishing and installation of the following: l . Traffic signal controllers and cabinets. These shall be in accordance with City of Coppell - "TS-2 Type 2 Cabinet Specification" and "Specification for Fully-Actuated Solid State Controller Unit (TS-2) with Time-Based Coordination, Preemption, and Closed Loop Operation" as well as TxDOT Specifications Item 680. 2. Traffic signal poles with mast arms. Said traffic signal poles shall be furnished and installed in accordance with City of Coppell "Specification for Mast Arm Pole Assembly" and Standard Plan Sheets SMA-80-99, MA-C(ISLN)-96, MA-D-03, and LMA-01. -- 3. Pedestal pole assemblies shall be furnished and installed in accordance with the appropriate details and specifications, including TxDOT Item 687. Pedestal poles and pole bases shall be finished as described in "Specification for Mast Arm Pole Assembly" 4. Signal heads with backplates. The signal heads shall be black, polycarbonate, and shall be _ furnished and installed in accordance with City of Coppell standards and specification "Polycarbonate Resin Traffic Signal Heads - 12 Inch, Expandable, Adjustable Type" and TxDOT Item 682. Traffic signal heads on mast arm poles shall be vertically oriented. 5. PVC conduit shall be furnished and installed in accordance with City of Coppell standards and specification "Underground Traffic Signal Requirements: Conduit, Ground 5-33 Description of Pay Items Boxes, Concrete Cabinet Foundations, and Installation Procedures", and TxDOT Item 618 and Standard Plan Sheet ED(1)-03. 6. Ground boxes shall be furnished and installed in accordance with City of Coppell standards and specification "Underground Traffic Signal Requirements: Conduit, Ground - Boxes, Concrete Cabinet Foundations, and Installation Procedures" and TxDOT Item 624 and Standard Plan Sheet ED(3)-03. - 7. Traffic signal controller foundations shall be furnished and installed in accordance with City of Coppell standards and specification "Underground Traffic Signal Requirements: Conduit, Ground Boxes, Concrete Cabinet Foundations, and Installation Procedures" and TxDOT Item 656 and Standard Plan Sheet TS-CF-04. 8. Electrical wire shall be furnished and installed in accordance with City of Coppell standards and specification "Multiple Conductor and Signal Conductor Traffic Signal Cable and Wire" and TxDOT Item 620. 9. Power service and pedestal equipment shall be furnished and installed in accordance with City of Coppell standards specification "Power Service and Service Equipment and General Systems Wiring Procedures," and TxDOT Item 628 and Standard Plan Sheets ED(4)-03, ED(5)-03, ED-(7)-03 and ED(8)-03. The Contractor shall be responsible for __ the power hook-up cost. 10. Pedestrian push button and sign assemblies shall be furnished and installed in accordance with City of Coppell standards and specification "Vehicle and Pedestrian Detectors; Detector Amplifiers; Lead in Cable; Pedestrian Push Buttons; Installation Procedures," and TxDOT Item 688. Pedestrian pushbuttons shall be installed with a R10-3b sign that shall be modified to include an arrow indicating the desired crossing direction and shall meet all requirements of the American with Disabilities Act. 11. The spread spectrum radio systems shall be furnished and installed in accordance with City of Coppell standards and "Spread Spectrum Radio" specification. 12. Yagi SSR antennas and mounting brackets shall be furnished and installed in accordance with City of Coppell standards and "Spread Spectrum Radio" specification. 13. SSR coaxial cable shall be furnished and installed in accordance with City of Coppell standards and "Spread Spectrum Radio" specification. 14. Traffic signal pole foundations shall be furnished and installed in accordance with the appropriate details and specifications, including TxDOT Item 656 and Standard Plan Sheets TS-FD-99 and LMA(2)-O1. 5-34 Description of Pay Items 15. Polycarbonate, symbolic pedestrian signal sections shall be furnished and installed in accordance with the appropriate details and specifications, including TxDOT Item 682. The pedestrian signals shall be a single section, LED, hand/man display. 16. Vehicle imaging vehicle detection systems furnished and installed in accordance with the -- appropriate details and specifications, including TxDOT's 2004 Special Specification 6266 Vehicle Imaging Vehicle Detection System (VNDS). The systems shall include the Processor System, Camera Assembly, Set Up System and Communications Cable. 17. Opticom detector phase selectors shall be furnished and installed in accordance with the appropriate details and specifications, including the "Emergency Management Response -- System" specification and shall include a card rack per the specification unless other provisions are made for installation of the phase selector in the controller cabinet. 18. Uni-directional Opticom detectors shall be furnished and installed in accordance with the appropriate details and specifications, including the "Emergency Management Response System" specification. This item shall also include the necessary mounting brackets for the detector (Pelco Mini Astro-Brac or equal). _ 19. Uninterrupted power supply system shall be a Clary Corporation, Model SP-1000, or equal with a six battery cabinet installed in accordance with the appropriate details and specifications, including TxDOT Specifications. 20. Traffic signal confirmation light assemblies with clear globe on the mast arms shall be furnished and installed in the locations as designated by the Owner. The confirmation lights __ shall be Pelco Part Number SM-0286, or equal. 21. Furnishing and installation of illuminated street name signs at the locations specified by - the Owner in accordance with the City of Coppell "Internally Illuminated Street Name Sign" specification. The contractor shall supply a scale layout of each sign face, including street name, block number, logo and sign dimensions for approval by the City - prior to fabrication. The estimated quantities for each intersection are as follows: Description Unit Est. Quantity Bethel/Royal Lane Est. Quantity Bethel/Freepor t Pkw . Installation of Hi wa Traffic Si als EA 1 1 Traffic Si al Pole w/36 foot Mast Arm EA 1 Traffic Si al Pole w/42 foot Mast Arm EA 1 Traffic Si al Pole w/44 foot Mast Arm EA 2 l Traffic Si al Pole w/48 foot Mast Arm EA 2 Traffic Si al Pole w/52 foot Mast Arm EA 1 5-35 Description of Pay Items Descri tion Unit Pedestal Pole Assemblies EA 2 3-Section Si al Head w/Bac late EA 9 10 5-Section Si al Head w/Back late EA 4 4 2" PVC Conduit LF 119 140 3" PVC Conduit LF 346 413 Ground Boxes EA 4 4 Traffic Si al Controller Foundation EA 1 1 1 Conductor #8 Bare Wire LF 346 437 3 Conductor #6 Gau e Wire LF 119 108 5 Conductor #12 Gau e Wire LF 484 476 7 Conductor # 12 Gau e Wire LF 260 391 16 Conductor #12 Gau e Wire LF 504 569 3 Conductor #18 Gau e Wire LF 736 798 Power Service and Pedestal E ui ment EA 1 1 Pedestrian Push Button and Si Assemblies EA 8 8 S read S ectrum Radio S stem EA 1 1 Yagi Spread Spectrum Radio Antenna and Mountin Brackets EA 1 1 SSR Coaxial Cable LF 35 43 Traffic Si al Foundations 36" LF 48 36 Traffic Si al Foundations 48" LF 0 15 Pedestrian Si al Sections EA 8 8 VNDS Processor S stem EA 1 1 VNDS Camera Assembl EA 4 4 VIVDS Set U S stem EA 1 1 VNDS Communications Cable (Coaxial) LF 699 750 O ticom Detector Phase Selector EA 1 1 Uni-Directional O ticom Detector EA 4 4 UPS S stem EA 1 1 Traffic Si al Confirmation Li hts EA 4 4 Furnishin Illuminated Street Si Names EA 4 4 lnstallation of Illuminated Street Si n Names EA 4 4 Measurement and Payment shall be made for "Traffic Signal" on the basis of the price per lump -- sum (LS) for each intersection and shall be total compensation for furnishing all labor, materials, and equipment necessary to complete the work. 2.91. Pay Item #I-112-G -Bridge at Cottonwood Creek: This pay item shall consist of furnishing and installation of a bridge at Cottonwood Creek located on Bass Pro Drive. ~-36 Description of Pay Items Measurement and Payment shall be made on the basis of price bid per lump sum (LS) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 2.92. Pay Item #I-113-CA -Nationwide Permit Mitigation Plan: This pay item shall consist of the installation various species of native trees, shrubs, and herbaceous vegetation as detailed in the planting plan shov~m on pages 21 to 23 of the "Mitigation Plan for the Proposed Modification of Tributary G-1 North of Bethel Road in Coppell, Dallas County, Texas by Alan Plummer Associates, Inc., dated February 14, 2005. The vegetation will be planted in accordance with the requirements of the Mitigation Plan and the USACE Project No. 200400181 Permit for the Bethel Road I. Pages 21 to 23 are located in Section 6 of the specifications and the entire Mitigation Plan and Permit are available for review in the City of Coppell Engineering Department. - Measurement and Payment shall be made on the basis of the price bid per lump sum (LS) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work 5-37 Description of Pay Items SECTION 6 TECHNICAL SPECIFICATIONS T H E C 1 T Y O F _ C4PPELL ~. T ~ .~ a E' ~+ 9 _ X A S l a SPECIFICATION FOR TS2-TYPE 2 CABINET 1.0 TS 2 CABINET ASSEMBLY 1.1 This specification describes the minimum acceptable requirements for a TS 2 cabinet assembly to house a NEMA TS 2 Type 2 solid state full-actuated controller unit. The assembly shall include the cabinet, flasher, card rack(s), an MMU, an external power supply, and six flash transfer relays. For cabinet assemblies of configuration 4 (16 position), the assembly shall include 16 load switches and for cabinet assemblies of configuration 3 (12 position), the assembly shall include 12 load switches. 1.2 Cabinet Design Requirements _ 1.2.1 The cabinet shall be constructed using unpainted sheet aluminum with a minimum thickness of 3.2 mm. No wood, wood fiber products, or other flammable material shall be used in the cabinet. All welds shall be neat and of uniform consistency. 1.2.2 The size of the cabinet shall be a size 6 base mount as defined by TS 2 Clause 7.3 of the NEMA Standard Publication TS 2 - 1992, as specified by the plans. The load bay shall - be configuration 4 (16 position), as specified by the plans. Cabinet Size of Cabinet Backpanel Config Size of Load Bay O tions Option 1 Pole Mount TS 2 Configuration 3 12 position load bay Size 5 Option 2 Base Mount TS 2 Configuration 3 12 position load bay Size 5 Option 3 Base Mount TS 2 Configuration 3 12 position load bay Size 6 Option 4 Base Mount TS 2 Configuration 4 16 position load bay Size 6 1.2.3 Two aluminum-lifting eyes or ears shall be attached to the cabinet with a single carriage bolt or dual carnage bolts each to permit lifting the cabinet with a sling. The corners of each eye or ear shall be rounded and in the down position when shipped. 1.2.4 Vertical shelf support channels shall be provided to permit adjustment of shelf location in the field. The channels shall have a single continuous slot to allow shelves to be placed at any height within the cabinet. Channels with fixed notches or holes are not acceptable. 6-2 1.2.5 Each cabinet shall be equipped with an extra set of unistrut channels or a keyhole panel on either side of the front section of the cabinet to permit the purchaser to mount additional equipment as necessary. ] .2.6 Shelves shall be at least 330 mm deep and be located in the cabinet to provide a 12.5 _ mm clearance between the back of the shelf and the back of the cabinet. A 38-mm drawer shall be provided in the cabinet, mounted directly beneath the controller support shelf. The drawer shall have a hinged top cover and shall be capable of storing - documents and miscellaneous equipment. This drawer shall support to 22.5 kg in weight when fully extended. The drawer shall open and close smoothly. Drawer dimensions shall make maximum use of available depth offered by the controller shelf and be a -- minimum of 600 mm. 1.2.7 Two shelves shall be provided in the cabinet and shall be at minimum 305 mm apart in height. There shall be sufficient shelf space to accommodate a controller unit 330-mm high, an MMU, one 8 position card rack and external power supply. An additional space at least 305-mm high, 325 mm wide, and 305 mm deep shall be provided. The controller unit, MMU, card racks, and power supply shall be placed on the shelves in such a manner that sufficient ventilation is provided to all components. Labels showing the proper placement of each component shall be provided along the shelves to ensure proper placement. 1.2.8 The cabinet shall be vented and cooled by 2 thermostatically controlled fans. The fans shall be a commercially available model with a capacity of at least 2.7 m3/min. The thermostats shall be adjustable range of 20°C to 43°C. A press-to-test switch shall be _ provided to test the operation of the fans. 1.2.9 The cabinet shall be provided with a unique five digit serial number which shall be - stamped directly on the cabinet or engraved on a metal or metalized mylar plate, epoxied or riveted with aluminum rivets to the cabinet. The digits shall be at least 5 mm in height and located on the upper right sidewall of the cabinet near the front. 1.3 Cabinet Door 1.3.1 The cabinet shall be provided with one door in front that will provide access to the cabinet. The door shall be provided with three hinges with non-removable stainless steel pins, or afull-length piano hinge with stainless steel pins spot welded at the top of the hinge. The hinges shall be mounted so that it is not possible to remove them from the door or cabinet without first opening the door. The bottom of the door opening shall extend at least to the bottom level of the back panel. The door and hinges shall be braced to withstand a 74-kg per vertical meter of door height load applied to the outer edge of the door standing open. There shall be no permanent deformation or impairment of any of the door or the cabinet body when the load is removed. 1.3.2 The cabinet door shall be fitted with a Number 2 Corbin lock and a stainless steel handle with a 16 mm (minimum) diameter shaft (or equivalent cross-sectional area for a square 6-3 shaft) and a three point latch. The lock and latch design shall be such that the handle cannot be released until the lock is released. One key shall be provided for each cabinet. A gasket shall be provided to act as a permanent dust and weather resistant seal at the controller cabinet door facing. The gasket material shall be of a nonabsorbent material and shall maintain its resiliency after long term exposure to the outdoor environment. The gasket shall have a minimum thickness of 6.25 mm. The gasket shall be located in a channel provided on the cabinet or on the door(s). An "L" bracket is acceptable in lieu of this channel if the gasket is fitted snugly against the bracket to insure a uniform dust and weather resistant seal around the entire door facing. Any other method is subject to purchaser approval during inspection of an order. -- 1.3.3 A locking auxiliary police door shall be provided in the door of the cabinet to provide access to a panel that shall contain a signal shutdown switch, a signal flash switch, a manual-automatic switch, and a manual advance push-button switch on a six foot retractable cord. Manual control of the controller unit from the police door shall override any external control (external logic, etc.) in effect when the Manual-Automatic switch is in the manual position. Each actuation of the manual advance push-button switch shall advance the controller to the next interval. Manual control shall not override any calls for preemption. The police door shall be gasketed to prevent entry of moisture or dust and the lock shall be provided with one brass key. 1.3.4 The intake for the vent system shall be filtered with a permanent air filter. The minimum filter dimensions shall be 406.4 mm wide by 304.8 mm high by 25 mm thick. The filter shall be securely mounted so that any air entering the cabinet must pass through the filter. The cabinet opening for intake of air shall be large enough to use the entire filter. The air intake and exhaust vent shall be screened to prevent entry of insects. The screen shall have opening no larger than 8.1 mm2. The total free air opening of the exhaust vent shall be large enough to prevent excessive back-pressure on the fan. 1.4 Wiring 1.4.1 All wiring within the cabinet shall be neat and routed such that opening and closing the door or raising or lowering the back panel will not twist or crimp the wiring. All wiring harnesses shall be either braided, sheathed in nylon mesh sleeving, or made of PVC or polyethylene insulated jacketed cable. Wiring leading to the cabinet door shall be sheathed in nylon mesh sleeving or be PVC jacketed cable only. 1.4.2 Size A. All conductors between the main power circuit breakers and the signal power bus shall be a minimum size 10 AWG stranded copper. All conductors carrying individual signal lamp current shall be a minimum size 14 AWG stranded copper. All AC service lines shall be of sufficient size to carry the maximum current of the circuit or circuits they are provided for. Minimum cabinet conductor wire size shall be 22 AWG stranded copper. All wiring and insulation shall be rated for 600 V or greater. 6-4 B. Conductors for AC common shall be white. Conductors for equipment grounding shall be green. All other conductors shall be a color different than the foregoing. C. No P.C. boards will be allowed on the back panel of the cabinet. All wiring must be done from the ABC Harnesses to the Back Panel using standard 19-gauge wiring. 1.4.3 A barrier terminal block with a minimum of three compression fitting terminals designed to accept up to a #4 AWG stranded wire shall be provided for connection of the AC __ power lines. The block shall be rated at 50 Amperes. 1.4.4 All tem~inals shall be permanently identified in accordance with the cabinet wiring -- diagram using an anodized silk screening process on the aluminum panel. Where through-panel solder lugs or other suitable connectors are used, both sides of the panel shall have the terminals properly identified. Identification shall be placed as close to the -- terminal strip as possible. A. Each controller input and output function shall be distinctly identified with no - obstructions, at each terminal point in the cabinet, with both a number and the function designation. The same identification must be used consistently on the cabinet wiring diagrams. The back panel shall be wired and labeled according to the TS2-1992 specification MODE 6 -User defined UO which converts existing unused TS 1 inputs to extra vehicle detectors and preempts. B. Each load switch socket shall be identified by phase number, overlap number, and pedestrian phase number as applicable. No cabinet equipment, including the load switches themselves, may obstruct these identifications. C. Each flash transfer base and power relay base shall be properly identified with no possible obstructions. D. Each harness within the cabinet shall be distinctly identified by function on the _._ connector end. E. The flasher socket shall be distinctly identified with no possible obstruction. F. All other sockets needed within the cabinet to fulfill the minimum requirements of - the Invitation to Bid, or attachments thereof, shall be distinctly identified. 1.4.5 The controller unit harnesses (ABC plugs) shall be long enough to reach any point 400 - mm above the timer shelf. The conflict monitor harness and any required auxiliary harness shall reach 600 mm from the conflict monitor shelf. - l .4.6 An unused, spare terminal block providing ten terminals shall be provided. This block shall be double 8-32 X 5/16" binder head screw design with shorting bars. These terminal strips shall be located on the lower third of either side of the cabinet. l .4.7 Copper ground buses shall be provided for both the power supply neutral (common) and chassis ground. Each bus bar must provide a minimum often unused terminals with 8-32 X 5/16" or larger screws. The AC neutral and chassis ground buses shall be jurnpered together with a minimum #10 AWG wire. 6-5 1.4.8 A 20 Ampere and a 50 Ampere thermal type circuit breaker shall be mounted and wired in the cabinet. The 20 ampere breaker shall protect the base light, trouble light, GFCI __ receptacle, modem duplex receptacle, and fans. The 50 ampere breaker shall protect the signal load circuits, controller circuits, conflict monitor, flasher, and card rack detector power supply. The breakers shall be Square "D" QUO 150 Series, no other brand will be allowed. 1.4.9 The circuit breakers shall be equipped with solderless connectors and installed on the - right side wall (facing the cabinet) or lower right hand side of the back panel inside the cabinet. The breakers shall be easily accessible. The breakers shall be positioned so that the rating markings are visible. 1.4.10 A Ground Fault Circuit Interruption (GFCI) type duplex receptacle shall be mounted and wired in the lower right side wall of the cabinet. An additional duplex receptacle (for use with communications modems) shall be mounted and wired in the upper left side of the cabinet behind the preempt/interconnect panel. These receptacles shall be wired on the load side of the 20 Amp circuit breaker. 1.4.11 The above breakers are in addition to any auxiliary fuses which may be furnished with the controller to protect component parts, such as transformers, etc. 1.4.12 The load side of the main circuit breaker shall be protected by a two stage lightning _ surge suppresser, equivalent to the EDCO ACP340 (with LED indication along with a set dry contacts for alarm capabilities to indicate proper operation). __ 1.4.13 The suppresser ground connection shall be connected to the cabinet by means of a short, heavy copper ground strap. The strap shall be bonded to the cabinet. -_ 1.4.14 The suppresser shall be connected to the line filter as recommended by the manufacturer. Number 10 AVVG or larger wire shall be used for connections to the suppresser, line filter and load switch bus. 1.4.15 A fluorescent light, with switch and a rapid start ballast, shall be installed in the cabinet. This light shall be turned on when the cabinet door is opened, and turn off when the cabinet door is closed. An MOV or other such transient suppression device shall be placed across the AC power input to the light. 1.4.16 A radio frequency interference (RFI) suppresser shall be provided and installed on the load side of the signal circuit breaker and shall be protected by the surge protector. This filter shall be rated at 50 amperes and shall provide a minimum attenuation of 50 decibels over the frequency range of 200 Kilohertz to 75 Megahertz. __ 1.4.17 Transient suppression devices shall be placed on the coil side of all relays in the cabinet. DC relay coils shall have, as a minimum, a reversed biased diode across the coil. AC relays shall have MOV's or equivalent suppression across their coils. RC networks are _ acceptable. One suppression device shall be supplied for each relay. 6-6 1.4.18 Except where soldered, all wires shall be provided with lugs or other approved terminal fittings for attachment to binding posts. Insulation parts and wire insulation shall be insulated for a minimum of 600 volts. 1.4.19 The outgoing traffic control signal circuits shall be of the same polarity as the line side __ of the power source. 1.4.20 A switch shall be provided on the inside face of the cabinet door that shall be labeled - Test-Normal. When the switch is in the Normal position, call for flashing operation shall remove the power from the controller unit. When the switch is in the Test position, the call for flashing operation shall permit the controller unit to continue to run so that its -- operation can be observed. 1.4.21 A switch shall be provided near the Test-Normal switch to cause the controller unit, and any auxiliary equipment, to stop timing. It shall be labeled "STOP TIMING". 1.4.22 The cabinet shall be wired so that activation of the MMU will cause the controller unit, -- and any auxiliary equipment, to stop timing. 1.4.23 Conflict and manual flash shall be wired for all red. 1.4.24 The cabinet shall be designed and equipped with enough transfer relays for the purchaser to change any main street indications (movements 2, 6, and/or 1, 5) to amber for the conflict and/or manual flash operation on the face of the back panel or a side panel, using only simple tools. 1.4.25 Transfer relays shall be the plug-in type manufactured by Magnecraft or equivalent. The relays shall have contacts a minimum of 3/8" diameter in size and shall be rated at a _ minimum of 30 Amps 102/240 VAC, 20 Amps 28 VDC. 1.4.26 The red enable and remote reset from the conflict monitor shall be terminated on the face of the back panel. 1.4.27 A 75 Amp, solid state relay shall be wired between the RFI filter output and the load switch power bus. The relay shall be controlled by the signal shutdown switch and the flash switch. The relay shall be mounted to a heat sink designed to allow maximum current flow at 74 C without damaging the relay. 1.4.28 All exposed AC wiring points, including the RFI filter, surge suppresser, and solid state relay shall be covered with a clear non-conductive plastic cover to prevent accidental contact. Unless otherwise noted in this specification, wiring at terminal strips is exempt from this requirement. 1.4.29 An input point shall be provided on the back panel to allow external reset of the Malfunction Monitoring Unit. 6-7 1.4.30 The load switch outputs shall be brought out through posted 10-32 X 5/16" binder head screw terminals. Field wiring for the signal heads shall be connected at this terminal __ strip. 1.4.31 The cabinet shall be equipped with an auxiliary power connector to plug in a generator _.. ~ for electrical service. The circuit shall be activated by the presence of 120 VAC generator line voltage that will supply a relay to transfer the supply source to generator power. The connector shall be located inside an accessible panel on the rear of the ---. cabinet and shall allow a plug to be present with the access door closed and locked. 1.4.32 The cabinet shall be equipped with a Clary SP Series continuous power system model - number SP1000 SN including PIM30 unit. The Clary continuous power system will also require an additional cabinet mounted to the side of the main cabinet for six (6) Clary extreme temperature UPS batteries (OUTPOST OPB-1251). All materials shall be furnished and installed by the contractor. 2.0 DETECTOR PANEL AND CARD RACK 2.1 The cabinet shall have a 20 loop detector panel mounted on the left side of the cabinet. This panel shall provide for all connections between loops at the street and the detector amplifiers as described in the following sections. 2.2 Detector Card Rack 2.2.1 The card rack shall have 12 positions (10 slots for vehicle, 2 slots for Opticom _ preemption). The detector card rack shall have a rigid frame and shall be fabricated from aluminum and shall have slots set in a modular fashion such that the PCB edge connectors shall plug into the rear while sliding between top and bottom card guides for __ each module. Mounting flanges shall be provided and be turned outward for ease of access. The detector card rack shall be bolted to a cabinet shelf. It shall be possible to unbolt the rack using simple tools. 2.2.3 All wiring to the rack shall be labeled and neatly run to other parts of the cabinet and detector termination panel. 2.2.4 The slots shall be numbered 1 to 10 for loop amplifiers and 1 to 2 for preemption left to right when viewed from the front of the rack. A flange shall be provided on the top and the bottom of the rack to label each individual channel. 2.2.5 The Detector DC Supply shall be bussed to a common point and wired to the Intersection Detector Panel. 2.2.6 The Chassis Ground shall be bussed to a common point and wired to the Detector Panel. 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 2.3.1 The Detector Panel shall provide all connections between the detector loops and the _ detector amplifiers as well as all necessary preemption inputs and hardwire communications terminals. 2.3.2 The panel shall be constructed of 3.2 mm aluminum. 2.3.3 The panel shall contain a 76 mm horizontal slot in each corner to accommodate 6.3 mm mounting bolts. 2.3.4 All inputs from the loops shall be brought through posted 10-32 X 5/16 inch binder -- screw terminals or 8-32 X 5/16 inch binder screw terminals. 2.3.5 Each loop pair shall be protected by lightning surge suppresser. The suppressers must be mounted behind the panel using feed through screw terminals to attach the suppressers. 2.3.6 Each detector will have a test switch such that when the switch is closed, a call is placed - upon that detector input. The test switch will have three positions; no effect, permanently on, and momentarily on. 2.3.8 A chassis ground bus bar shall be provided on the panel and connected to the cabinet by an insulated braided copper ground strap. The strap shall be bonded to the cabinet. 3.0 PREEMPT /COMMUNICATION PANEL 3.1 A preempt /communication panel shall be part of the detector panel and provide all interface circuits and wiring for preemption and communication functions. The panel shall be located on the left side of the cabinet interior. 3.2 Three input relay circuits, with 120 VAC coil and contacts rated for the application, shall be provided on the preempt panel. These circuits shall be used to isolate the incoming preempt commands from the controller unit logic circuitry. The circuits shall be programmable to operate with either a normally open or normally closed relay contact by jumpers on a terminal strip. A barrier strip protected from accidental contact by service personnel shall be supplied to connect the external input. It shall be possible to use either a neutral or hot 120 VAC input. Relays used shall be plug-in Potter Brumfield K10P series/Magnecraft W-78 series or interchangeable equivalent. The relays shall be mounted in relay sockets. 3.3 Adequate protection of the input relay circuits as well as the preemptor circuitry shall be provided to eliminate damage or false preemption commands caused by line transients or lightning surges. The devices shall have a minimum rating of 20 Joules. 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 during operation of the test switches. 6-9 - 3.5 All necessary interconnection cables and mounting hardware shall be provided. 3.6 There shall be a switch on the preempt/communication panel, which shall release the local controller to operate in an isolated, full-actuated manner, when necessary for maintenance purposes. The switch positions shall be labeled "SYSTEM" and "FREE". 3.7 Terminal connections for 3 twisted pair communication lines and one telephone line shall also be provided. The protection will consist of series 25 ohm resistors, 15 volt transorbs, and other devices, which allow protection including primary overvoltage protection, resettable overcurrent protection, secondary clamping voltage protection, and fast transient filtering. The secondary overvoltage stage shall allow peak voltages of no -- more than 250 volts. The fast transient filtering stage shall provide no less than 40 dB/decade of attenuation to transients above the required pass band. The protection shall be provided in an integrated closure with eight (8) input/output terminations and -- ground connection. 4.0 POWER SUPPLY -L 1 The power supply shall be a shelf mounted, enclosed, 24 VDC power supply in accordance to Clause 5.3.5 of the NEMA Standards Publication TS 2-1992. 4.2 One power supply cable per power supply shall be furnished and installed in each cabinet. The wires shall be terminated to bus bars, terminals on the front of the back panel, detector panels, or connector as appropriate. The connections shall be with forked spade lugs or otherwise as needed. Each individual wire shall be cut to the length __ required to reach the point at which it is to be connected. 5.0 TWO CIRCUIT SOLID STATE FLASHER 5.1 The solid state, two circuit flasher shall meet the electrical and physical characteristics described in Clause 6.3 of the NEMA Standards Publication TS 2-1992. The flasher _ shall be Type III (dual circuit rated at 15 Amps per circuit) unit and so constructed that each component maybe readily replaced if needed. 5.2 The two circuit flasher shall be of solid state design and contain no electro-mechanical devices. 6.0 LOAD SWITCH 6.1 The solid state load switches shall meet the requirements set forth in Clause 6.2 of the NEMA Standards Publication TS 2-1992, and shall be "Triple-Signal Load Switch" type. 6.2 An indicator light for each circuit shall be provided in each load switch. The indicator light shall be on when a "Low Voltage Active" input to the load switch is present. 7.0 CABINET CONFIGURATIONS 6-10 7.1 A cabinet that is ordered "WITH NO COMPONENTS" will be equipped with the cabinet assembly only. This will include all panels as specified, completely wired and ready to accept all necessary plug in components. This cabinet will not include controller, conflict monitor, detector cards, power supply, load switches, flasher, or flash transfer relays. -- 7.2 A cabinet that is ordered "COMPLETE" will be equipped with the cabinet assembly and all necessary plug in components including TS2 Type 2 Controller, with a full rack of components. 6-11 SPECIFICATION FOR FULLY-ACTUATED SOLID STATE CONTROLLER UNIT (TS-2) WITH _ TIME BASED COORDINATION, PREEMPTION, AND CLOSED LOOP OPERATION 1.0 SCOPE _ 1.1 This specification sets forth the minimum requirements for ashelf-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 2.1 The controller shall be a Naztec TS-2, Type 2 controller or equal. The controller shall be capable of operating within a closed loop system that is controlled by Naztec Streetwise ATMS software. 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 1 interface or TS 2 Type 2 interface, as defined in the bid documents. 2.3 Each controller unit shall bear the manufacturer's name or logo, model number, date of manufacture and unique serial number permanently and neatly displayed on the front of the controller. 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 §2.1.3. 2.4.2 The overall physical dimensions of the controller unit shall not exceed 305 mm H, 440 mm W, 305 mm D. 2.4.3 Both TS 2 Type 1 and TS 2 Type 2 controllers shall be supplied with Port 1 SDLC and Port 2 RS-232 connections, as defined by TS 2 X3.3.1.1 and §3.3.2. 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-11 standard data connectors shall be provided, as appropriate. 6-I2 2.4.4 The controller unit design shall utilize one or more printed circuit boards (PCB's). All PCB's shall be silk-screened with component locations, the 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 power supply shall be a linear style 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 operating. This may be accomplished by aid of extender boards or cables. This requirement applies to only one - circuit board at a time. 2.4.7 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. 2.4.8 No circuit cuts shall be allowed on PCB's in any of the equipment supplied. Any wire jumpers included on circuit boards shall be placed in plated feed through holes that are specifically designed to contain them. Jumpers that are tack soldered to circuit traces, or are added to correct board layout errors, are unacceptable. 2.4.9 All IC's with 14 or more pins shall be mounted in machine tooled sockets. All sockets shall have two-piece, machined contacts and closed end construction to eliminate solder _ wicking. The outer sleeve shall be brass with tin or gold plating and tapered to allow easy IC insertion. The inner contact shall be gold finished, beryllium copper sub-plated nickel. All sockets shall have thermoplastic bodies meeting UL Specification 94V-0. - Zero insertion force sockets will not be allowed. 2.4.10 Each of the following shall be simultaneously displayed during standard NEMA dual ring operation on the face of the unit: 1) Phase(s) in service (one per ring) 2) Phase(s) next to be serviced (one per ring) 3) Presence of vehicle call (one per phase) 4) Presence of pedestrian call {one per phase) 5) Recalls on vehicle phases (one per phase) 6) Reason for Green termination (one per ring) (1) Gap-out (2) Maximum time-out (3) Force-off 7) Pedestrian service (one per ring) 8) Max II in effect (one per ring) 6-13 2.4.11 User programmed entries shall be stored and maintained in 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 programming all user-entered timings and settings. -- 2.4.14 A direct reading alphanumeric liquid crystal display with back lighting, minimum size of 40 character by 4 lines, shall be provided on the front panel of the controller unit. The display shall be clearly readable in ambient light, internal cabinet light, full - sunlight, or in absence of light from a distance of 1.0 meters at a 45° angle. The display shall have an automatic, user adjustable, time-out feature. The display shall remain clearly visible through the full TS-2 §2.1.5.1 operating temperature range of -34° C, to _ +74° C. 2.4.15 All L C. chips shall be mounted in sockets. Dual-in-line (DIP) devices shall be mounted in military specification sockets, Augat part number 8xx-AGl 1D. All sockets shall have two-piece, machined contacts and closed end construction to eliminate solder wicking. The outer sleeve shall be brass with tin or gold plating and tapered to allow easy I.C. insertion. The inner contact shall be beryllium copper sub-plated with nickel and plated with gold. All sockets shall have thermoplastic bodies meeting UL Specification 94V-O. Each I.C. socket contact shall be plated with at least 50 microns of gold. 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. Ne~v program updates shall not require the physical removal or exchange of any hardware items such as memory modules or integrated circuit chips, within the controller. The firmware updates shall be accomplished by use of an IBM compatible PC. It shall not be necessary to physically replace hardware components to update the firmware. The update procedure shall be accomplished by connecting the upload/download unit to a communication port on the controller and transferring 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 following components shall be supplied to accomplish the firmware update: IBM PC compatible software program to accomplish the transfer with a verification routine. RS232 cable for interconnecting the upload/download unit to the controller/On-Street master. One (1) copy of the instruction manual for the entire process. h-14 2.5 Time Clock 2.5.1 The clock shall use the sixty (60) Hz power line frequency as time base when AC power is present over the 89-135 VAC range defined by TS-2 §2.1.2. A super capacitor shall maintain the time-of--day clock and digital data during a power outage lasting up to 2 consecutive days. The use of batteries is unacceptable as means of compliance with this section. 2.5.2 The Time Base clock shall be maintained to within ± 0.005 % at 20° C and to within a ± 0.02 % over the full specified operating temperature range, as compared to Coordinated Universal Time (WWV) standard for a period of thirty days, during periods when AC power is not applied. 2.6 Clock/Calendar Programming Requirements 2.6.1 The clock shall be easily set to the year, month, day of month, day of week, hour, minute, and second. 2.6.2 Automatic Daylight Savings 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 in the form of 255 entries and 15 day lp ans. Global Time Base Schedule Actuated Traffic Si nal Schedule Entry Months Dates of month Days of week Day lan Time Base Actions 1 1-12 1-31 1-7 1-15 Entry 1 actions 255 Entry 255 actions 2.6.6 The structure and interrelationships of each type of program shall be in accordance with this section: 6-] 5 2.6.6.1 A ~ plan shall consist of the following: Hour :Minute Action 1 (time to implement: action to implement) Hour :Minute Action 10 (time to implement:~action to implement) Where each action is unique. There shall be a minimum often actions per ~ plan. - There shall be a minimum of 15 ~ lans. 2.6.6.2 Each action in a day lan shall consist of a group of the following ob'ects: • pattern (consisting of): cycle length - offset split MUTCD flash (on/off) free operation • sequence • special functions 1-8 (on/off) • auxiliary functions 1-3 (on/off) • mode of operation (a means of changing operating modes by T.O.D.) _ max II • gap/ext II • phase omits Any or all of these may be selected within a single action. - Transfer into and out of FLASH shall be in accordance with the USDOT MUTCD. It shall be possible to program each phase and overlap to flash either yellow or red via keyboard entry. This shall be accomplished by flashing the loadswitch driver outputs - simultaneously. 2.6.6.3 An Entry shall consist of time period implemented: ~ plan, month(s), date(s) of - month, and day(s) of week. 2.6.6.4 A minimum of 100 Entries shall be keyboard programmable. 2.6.6.5 A copy feature shall allow the transfer of entries between day plans. 6-16 2.7.0 Program Requirements 2.7.1 Programming 2.7.1.1 Programming of the controller unit shall be by the use of the keyboard and display on __ the front of the controller unit. Navigating various features shall require only simple keystrokes, aided by full menu displays. - 2.7.1.2 The menu structure shall be well organized for ease of programming. It shall contain a main menu, which contains keyboard options for all sections of the controller on one screen. Each option shall be selectable by either a numeric entry or combination cursor - positioning and ENTER key entry. Each subsequent menu shall be a detailed breakdown of one of the previous menu options. Each menu option shall be a descriptive name to prompt the user to the desired section for programming. All entries shall be displayed and entered in plain English. Toggle type entries shall be set by entering YES/NO or ON/OFF responses. Non-alphanumeric symbols and abbreviations will not be used to display information. For example, phase start up interval cannot be - represented by a 0 =green, 1 =yellow, etc. All entries must state Red, Yellow, etc. in plain alpha symbols. Numeric entries shall be in the Base 10 (decimal) number system. Entries in other number bases, such as hexadecimal or binary, 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 timings and entries to a - default or inactive value. This coded command shall allow new values to be entered without first deleting prior entries. - 2.7.1.6 With the intersection display active, a keyboard command shall enable the user to place a call to each phase individually. 2.7.2 Phase Operation 2.7.2.1 In NEMA or STD8 operating mode, the controller unit shall accommodate a minimum sixteen (16) phases and sixteen (16) overlaps. The overlaps shall be designated as A, B, C, D, E, F, G, H, I, J, K, M, N, O, P, and K. All overlaps shall be programmable through the keyboard and shall function as described by TS 2 §3.5.8. 2.7.2.2 Each of the TS-2 timing intervals shall be programmable for a minimum of eight phases at a time from the same display screen, in a spreadsheet format. The display may be scrolled or paged down to display the next eight phase bank, additional intervals, or related information. 6-1 ? 2.7.2.3 The controller unit shall have a copy mode, allowing the user to easily copy programmed interval information into remaining 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) 3) 4) 5) 6) 7) Walk Clearance through Yellow Skip Red Interval if no call in Yellow Red Rest Max II Allow conflicting phases, 2 entries per phase Next Phase if power up in the Yellow Interval 2.7.2.5 The following configurations, as a minimum, shall be programmed within the controller unit and be user selectable: 1) User Mode defined by the operator 2) 8 Phase NEMA 3) 8 Phase Sequential 4) NEMA phasing to the left of barrier, sequential phasing to the right of barrier (Quad Sequential). 5) 4 Phase Diamond Interchange 6) 3 Phase Diamond Interchange __ 7) Separate Intersection - (2) four-phase intersections 2.7.2.6 The controller shall have a configuration which allows a minimum of 4 user _ programmable rings (compatibility lines, reference points to assure there shall be no concurrent selection and timing of conflicting phases). 2.7.2.7 The controller shall have programmable conflicting phase settings where simultaneous operation of compatible phases is not allowed. - 2.7.2.8 A Phase Dynamic Maximum operation which increments the current maximum in programmable steps (Dynamic Max Step) in seconds to a maximum limit (Dynamic Max Limit) in seconds shall be provided. The operation shall function as defined by TS 3.5 §2.2.2.18. 2.7.2.9 The TBC shall select and coordinate reversible left turn sequence operations (dual leading, leading and lagging, or lagging and leading left turns). It shall be possible to transfer operation from one sequence to another at a preprogrammed time. Transfer shall take place at To during coordination (see paragraph 2.7.4.2). 2.7.3 Coordination 6-18 2.7.3.1 A minimum of 64 timing patterns, each with a unique cycle length and offset combination, shall be available. Each of the 64 timing patterns will select one of the 16 possible split plans. Cycle length selections are to be each changeable from 30 to 255 seconds, in one-second increments. Phase split times and offset selections are to be adjustable from 0 to 254, in 1-second increments. 2.7.3.2 The coordinator shall reference asystem-wide reference cycle timer (system cycle timer). The term To shall refer to the point in the local cycle timer when the first coordinated phase (or leading coordinated phase if a pair of coordinated phases was selected by the user) is scheduled on for the first time. Note, this may not be the beginning of Green in the case of early return. The offset shall be the time in seconds that the local cycle timer lags the system cycle timer. For example, if the offset is +10 seconds, To (the point at which the local cycle timer is at 0) will occur 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 beginning of the coordinated phase to local cycle zero or reference the end of the coordinated phase to local cycle zero. 2.7.3.4 The controller shall contain the two modes of automatic coordination programming, fixed and floating force off modes, as required by TS-3.5 §2.5 / NTCIP entries. The following information shall be all that is required from the user to establish a pattern: 1) Basic NEMA controller timing 2) Cycle length in seconds 3) Desired phase sequence for the particular pattern 4) Total seconds of the cycle that a phase is to be active, including green, amber and red clearance times when there is constant demand on all input detectors 5) The coordinated phase or phases (from section 2.7.4.9 below). 6) The offset of the first coordinated phase serviced in the sequence from the reference clock's To in seconds. 2.7.3.5 Using 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 coordination between intersections (when not correcting). The programmed time of the first coordinated phase in the phase sequence shall start at To. 2) Calculate each phase's force off point (the point at which a phase's Green must terminate, in order to not violate the following phases' programmed times). 3) Calculate the beginning of each phase's permissive window (the point in the cycle when the coordinated phase is allowed to yield to each corresponding phase). 4) Calculate the end of each phase's vehicle permissive window (the point proceeding a phase's force off point by its minimum time and the prior phase's clearance time). 6-19 Any phase receiving a vehicle call before the end of vehicle permissive window will be serviced during the current cycle. 5) Calculate the end of each phase's pedestrian permissive window (the point preceding a phase's force off point by pedestrian Walk and pedestrian clearance times and the prior phase's clearance time). Any pedestrian call received by a phase before the end of pedestrian permissive window will be serviced during the current cycle up to the beginning of the phase vehicle green. 6) Guarantee that each phase's programmed time is serviced in full if a call was received before the beginning of permissive window, and the phase does not terminate due to Gap out. - 2.7.3.6 Using the same information in floating force-off mode, the coordinator must operate in the same manner as fixed force-off mode, except that if anon-coordinated phase is entered early, it will remain active only for the time programmed in the split time. Automatically setting the max timer in each split to accomplish this function is acceptable. 2.7.3.7 Once the user-selectable data for phase service is entered, the controller unit shall test the plan to insure that the plan does not violate any minimum times based on the specified numbers and cycle length. If a faulty plan is detected, the controller unit shall show an error code indicating the problem. If the error is not corrected, the controller unit shall run in free operation mode whenever the erroneous plan is selected. If actuated pedestrian movements are programmed, the coordinator shall ignore errors detected due to the pedestrian Walk and clearance times violating the phase split time for any actuated pedestrian. The controller must have a diagnostic screen that lists any of the TS 3.5, §2.5.11 status reasons for free mode operation and must also have a diagnostic status screen. The diagnostic screen shall include all relevant information about the failure that resulted in free mode operation. As an example, if the cycle length does not equal to the sum of the splits, then the indication would be cycle failure and the sum of the splits would be displayed. 2.7.3.8 The coordinator shall be programmable to seek offsets by short-way (lengthening or shortening the cycle lengths). Shorting will have a 0 to 25% entry and lengthening will allow fora 0 to 50% entry. The controller will also contain a dwell method of coordination which will allow the controller to stop at local cycle zero until the offset entry is satisfied. A dwell time entry will also be available which will limit the amount of time the controller stops at local zero. 2.7.3.9 The controller unit coordination program shall be designed to be programmed from the front panel to emulate the operation of a pre-timed controller by recall for applications where no vehicle detection is provided. 2.7.3.10 In additional to the two NTCIP modes of coordination defined in TS-3.5 §2.5, these seven (7) additional modes of coordination are required to be present in the controller: 6-20 1) Yield and force-off operation, in which each phase is provided a vehicle and pedestrian yield point and each phase is provided two force-off points. 2) "Easy Coordination" mode, which allows standard NTCIP auto modes, but the Yield points are calculated at a 6% increment for each phase following the coordinated phase. 3) "N.J." mode, which allows a single permissive interval to yield to all phases from the coordinated phase. 4) "Permissive fixed", which allows three (3) permissive periods to be defined, as well as a force-off for each phase. 5) "Permissive floating", in which three (3) permissive periods can be defined and a split time is defined for each phase. The split time defines the maximum time a phase can have during that cycle. 6) "Permissive fixed percent", where the force-offs are defined as a percent of the cycle. 7) "Permissive floating percent", where the split times are defined as a percent of the cycle. 2.7.3.11 For each configuration, a coordinated phase must be selected from Ring 1. A coordinated phase must also be selected from other rings if a compatible phase with the Ring 1 coordinated phase exists. The coordinated phase, or phase pair, shall be selectable from one of the individual phases or phase pairs shown in this table: CONFIGURATION Coordinated 8 Phase Quad 8 Phase 4~ Diamond Phase(s) NEMA dual Sequential Sequential ring and 3 Diamond Individual -- 4 or 8 2, 4, 6, or 8 Pairs 2& 6 or 4 2& 6 -- 2& 5, 4 &5, `~8 1 & 6, or I & 8 If lead lag operation is selected, then during normal (8) phase operation only one phase needs to be selected as the coordinated phase. Compatible phase pairs shall not be - forced to begin simultaneously. 2.7.3.1? When establishing its offset from the reference point for external coordination, the coordinator shall reference only the leading edge of the sync pulse, regardless of its width. 2.7.3.13 The internal coordination and upload/download programs shall not interfere with normal intersection operation except when changing ring structure in the controller or active phases. These operations (changing ring structure and active phases) shall require a confirmation and put the controller in a flash condition and a restart sequence. The implementation of revised timing parameters loaded into the timer shall be programmed to occur only at points in the controller coordination cycles which do not 6-21 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) 2.7.4.1 The TBC shall allow the features and operations specified in 2.6.7.2 under time of day (T.O.D.) control. 2.7.4.2 The internal reference sync pulse, from which the local offset is calculated, shall resync at midnight, or the resync shall be user programmable with a default to midnight. A pulse shall be generated whenever the Time-of--Day Clock shows a time, which is an exact multiple of the current cycle length after this resynchronization. h1 case of a power failure, resync shall be calculated from the programmed resync time. The power _ failure recovery routine shall accommodate the case of a power failure at midnight. 2.7.4.3 An entry shall exist to change the reference by minutes 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 position, 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 any on-line Closed Loop System control by a central computer, or on- street master controller, the internal TBC shall control the coordinated, free, and flash operation of the intersection. 2.9.3 When a master controller or central computer brings the intersection on-line, its control shall supersede that of the internal time base coordination. 2.9.4 When the system switch is in the FREE position, the controller unit shall operate in a non-coordinated (free) mode. 2.10 Preemption (PE) 2.10.1 The internal preemptor supplied shall be user programmable for priority preemption in the minimum sequences outlined in the following order: railroad (1 train sequence), emergency vehicle (4 high priority sequences), and bus/transit (4 low priority sequences). Each preemption sequence shall have separate timing intervals. A decoded input to the controller shall be provided to discriminate the priority level. A steady state low level input is defined as a high priority signal, and a pulsing low level input is defined as a low priority signal. 6-22 2.10.2 Phases shall. be selectable such that a limited signal sequence may be operational during preempt (PE). It shall be possible to add phases to this special limited sequence, which - are not in the intersection sequence, without needing to add external logic. 2.10.3 The following intervals 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 timings may be utilized in place of the clearance intervals shown. 2.10.3.1 Preemption Timing Interval Definition - All intervals are sequential. 0. PE Delay -This time shall start immediately when the preempt command is received. It shall not affect the normal operation of the controller unit until the delay time out occurs. This interval may be used for emergency vehicle (fire lane) __ preemption delay. If 0 (zero) time is set, the interval shall be omitted. 1. PE Minimum Duration -The preempt sequence shall not terminate until the preempt input signal is removed and the Minimum Duration time has expired. _ 2. PE Minimum Green -Any vehicle signal that is Green at the time this interval becomes active shall not terminate unless it has been displayed for at least the time programmed in this interval. If 0 (zero} time is set, the interval shall be omitted. -- 3. PE Minimum Walk -Preempt Minimum Walk Time in seconds. A preempt initiated transition shall not cause the termination of a Walk prior to its display for this period. - 4. PE Ped Clearance - At the time of preempt call, WALK indications shall immediately change to Pedestrian Clearance interval. The Pedestrian Clearance interval shall not terminate unless it has been displayed for at least the time programmed in this interval If 0 (zero) time is set, the interval shall be omitted. 5. PE Track Green -Signals programmed as track (or fire lane) signals shall remain Green or be changed to Green. All other signals shall be red. This interval shall be optionally programmable to zero during emergency vehicle PE. 6. PE Dwell Green -Minimum Dwell Time in seconds. This parameter controls the minimum timing for the dwell movement. The phase(s) allowed during the Dwell interval shall be selectable to include all phases that do not cross the track. The Dwell interval shall not terminate prior to the completion of Preempt Duration Time, Preempt Dwell Time, & the call is no longer present. Each signal shall be keyboard programmable for red, red flash, yellow flash or Green. As an alternative, a limited cycle shall be programmable for use with railroad preempts. 7. PE Exit Ped Clear -Preemption Exit Pedestrian Clear Time in seconds. This parameter controls the pedestrian clear timing for a Walk signal transition to the Exit Phase(s). &. PE Exit Yellow -This interval shall provide a solid yellow clearance for indications that were green or flashing yellow. Red and flashing red displays shall display solid red. 6-23 9. PE Exit Red Clearance -This interval shall be an all red clearance in preparation for return to the normal cycle. Return phases shall be programmable from the keyboard. 10. PE Max Call -This interval is the amount of time that a preempt call may remain active and be considered valid. When the preempt call has been active for this amount of time, the controller shall return to normal operation. The preempt call shall be considered invalid until the call is no longer active. 2.10.3.2 Preempt Timing Interval Ranges TIMING INTERVAL TIME (Seconds) INCREMENTS (Seconds) 0. PE Delay 0-999 1 (Emergency vehicle preempt) 0-999 1 1. PE Minimum Duration 0-255 1 2. PE Minimum Green 0-255 1 3. PE Minimum Walk 0-255 1 4. PE Ped Clearance 0-255 1 5. PE Track Green 1-255 1 6. PE Dwell Green 0-255 1 7. PE Exit Ped Clear 3.0-25.5 0.1 8. PE Exit Yellow 0-25.5 0.1 9. PE Exit Red Clearance 0-999 1 10. PE Max Call 2.10.4 The phases to be serviced following the preempt sequence shall be front panel keyboard programmable. 2.10.5 Preempt sequences shall be selectable using external inputs. Preempt priority shall be assigned with #1 being the highest. If a higher priority preempt input is received during a preempt sequence, the controller unit shall immediately transition to the new sequence, subject to the constraints of PE Minimum Green and PE Minimum Walk. Provisions shall be made to clear two conflicting track phases from a single preempt input. This may be provided by two track clearance phases for a single preempt, or by combining two preempts. 2.10.6 Preempt 1 shall be reserved for a priority railroad preempt. If more than two preempts are provided, it shall be possible to delete the priority override for all but the railroad preempt. If a lower priority preempt is activated during another preempt cycle, the one in progress shall continue through its entire cycle. If the second preempt input is still active when the first one is completed, the controller unit shall then initiate the low priority preempt. When all preempt inputs are removed, the controller unit shall proceed through the normal sequence to Return Red Clearance (Interval 9). 2.10.7 Once the controller unit has entered the first timed interval following Preempt Delay (Interval 1), the sequence shall continue to the end even if the preempt call is dropped. 6-24 If the call returns and extends beyond the Minimum Preempt Duration (Interval 1), the controller should reinitiate track green and complete the preempt sequence. 2.10.8 The controller unit shall be programmable to be in flash, or in limited sequence, during interval 6. If flash is specified, the phases shall flash yellow or red, as user -- programmed. Flash shall be implemented by simultaneously flashing the appropriate loadswitch driver outputs. If limited sequence is selected, all phases shall be programmable, even if not normally used in the intersection sequence. 2.10.9 Should a preempt command be present, after power restoration following an electrical outage, the controller shall power up in cabinet flash operation and remain in such state - until the PE command is removed. 2.10.10 Overlap phases shall begin and terminate with the parent phases, as described in TS 2. If the PE call occurs during yellow or red displays between parent phases, the overlap phase shall display a minimum of 3 seconds of yellow and a minimum of 1 second of red clearance. 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 pedestrian heads may be programmed to be dark. 2.10.12 Preempt routines shall have priority over all controller functions. 2.10.13 The controller shall be programmable to allow multiple track clearance phases either within a single preemption sequence, or by mapping multiple preempts together in all modes of operation. 2.10.14 The controller will have an entry that allows it to coordinate during limited sequence operation. When operating in this mode, the controller will perform a soft transition to the preemption return phases. 2.11 Detection Control 2.11.1 The controller shall have provisions for up to 64 combination vehicle or bicycle actuated input channels, when utilizing data Bus Interface Units (BTUs) within a TS-2 Type I standard cabinet, or up to 32 actuated input channels, without utilizing BTU's, within a TS-1 standard cabinet. The controller shall allow user defined programmable mapping of the detector channels to reduce or eliminate the need to rewire a TS-1 standard cabinet in order to utilize all 32 detector channels. 2.11.2 All detection channels shall be capable of reporting volume and occupancy, at an interval of up to 99 minutes in one-second increments. 6-25 2.11.3 All detection channels shall be capable of reporting alarms based upon the following incidents, as prescribed by TS 3.5, chapter 2.3. 1) Maximum Presence, No Activity, Erratic Counts 2) When operating with BIUs: Open Loop, Shorted Loop, 25% Inductance Change, Watchdog Fault 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 following features, as defined by TS-3.5, chapter 2.3: 1) Call Phase Assignment 2) Switch Phase Assignment 3) Passage Detector Assignment 4) Queue Detector Operation 5) Delayed Detector Operation 6) Extended Detector Operation 7) Yellow Locking 8) Red Locking 2.11.6 All detection channels shall have the following enhanced features to govern both operation 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 operation 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 timer when specified on the requisition. All necessary cables and communication ports needed for operation in a Closed Loop System cabinet shall be provided. The modem equipment shall meet the same TS 2 environmental requirements as the controller. 2.12.2 The controller shall have internal software that allows the following functions and features. 1) Monitoring of signal indications, detectors, alarms, and time base functions 6-26 2) Controller database error checking 3) Coordination parameters - 4) Remote resetting of coordination errors 5) Toggling special function outputs from the controller 6) Allow the central system. to receive reports and alarms generated from the controller. - 7) Accommodate connection of a dial-up modem to the controller to accomplish remote operation through the controller or the PC based software. All capabilities from the controller keyboard shall be capable remotely through a computer interface through a communications modem connection. 2.12.3 The controller shall allow any of its detector inputs to be used with the system operation. The system shall report volume and occupancy counts based on a user- selectable time period for each detector. Storage of this data may take place at either the local or master controller, as specified within TS-3.4. 6-2 7 SPECIFICATION FOR MAST ARM POLE ASSEMBLY l.0 GENERAL 1.1 This specification covers steel (as specified in Plans) mast arm and pole assemblies, __ which, shall include transformer base. All mast arm pole assemblies, as supplied and installed, must conform to the detailed drawings and/or to the requirements in the Plans as to height, general design and finish. 1.2 Drilled shaft foundations for each mast arm pole installation shall be considered an integral part of the respective mast arm pole assembly, when loading and wind - design factors are applied. 1.3 Each assembly shall be designed to withstand wind and ice loads per respective signal head(s), sign(s) and on all surfaces of the support assembly, in accordance with the American Association of State Highway and Transportation Officials "Specifications for Structural Supports for Highway Signs, Luminaries and Traffic Signals" and other pertinent specifications of this body. Unless otherwise shown in the Plans, wind speeds used for design shall be based on a 50-year mean recurrence interval. Wind drag coefficient shall be 1.2. Allowable unit stresses in each component of each assembly shall be as provided in the AASHTO Specifications above mentioned. 1.4 All castings shall be true to pattern in form and dimensions, free from pouring faults, sponginess, cracks, blowholes and other defects in any position affecting their strength and value to service intended. Surfaces shall have a workmanlike finish, and no sharp unfilleted angles or corners will be allowed. 1.5 All parts of assemblies of the same manufacturer shall be interchangeable. 1.6 Each pole assembly shall be designed to support respective required dead loads of -- signal heads, signs and the stresses applied to the exposed areas of all appurtenances based on wind and ice loads per Section 1.3 above. 2.0 POLE SHAFT 2.1 Pole shafts shall be fabricated to satisfy strength requirements of Section 1.0. _- Welded joints in shafts or arms shall develop the full required strength of the welded member. 2.2 Fabrication. Round continuously tapered shafts shall be formed and welded, and shall have no more than one (1) longitudinal welded joint and no horizontal welded 6-28 (transverse) joints. After forming and welding, the tapered shaft may be longitudinally rolled under sufficient pressure to flatten welds and to assure - continuous uniform taper (on .10-in/ft. or .14-in/ft.). All welds shall be smooth so as to attain the external appearance characteristics of the pole itself. 2.3 All shafts shall meet strength requirements of Section 1.0, and shall be provided with reinforced handholes if shown on the Plans. 3.0 SHAFT BASE 3.1 Steel shaft bases shall be fabricated and constructed with an opening of a size and shape to receive the shaft and shall be welded to the shaft by continuous welds which develop strength of the base and of the adjacent shaft section. Four mounting holes shall be provided in the shaft base with a bolt circle pattern compatible with transformer base. Transformer base mounting bolts and four nuts shall be provided for securing shaft base to transformer base. Ornamental casting covers are required to cover exposed base mounting bolts. 5.0 ANCHOR BOLTS A1vD SHIMS Four steel anchor bolts, and template for proper alignment of bolts in foundation, shall be furnished for each pole assembly. Allowable unit stress for each anchor __ bolt shall be as provided in AASHTO Specifications mentioned in Section 1.4. Transformer base installations require each anchor bolt to be top threaded and fitted with one nut and one flat washer. A set of six (6) "U" shaped galvanized steel shims -- (3 each, 1/8 inch thick and 3 each, 1/16 inch thick) shall also be furnished 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 l 6 percent, or in 8 inches of 14 percent. 6.0 SIGNAL HEAD AND LUMINAIRE MAST ARMS Mast arms shall be of the design shown in the Plans and arm and attaching hardware shall meet strength requirements of Section 1.0. Fastening the mast arm assernblings to the shaft by use of set screws (which would cut into or groove the shaft) guys, rods or sway braces will not be acceptable. 7.0 FINISH Painted Finish -All surfaces at the time of paint application shall be in accordance with the requirements of Brush-Off-Blast-Cleaning as specified in Steel Structures _ Painting Council Specification SSPC-SP7. When shipped, the outside of each assembly shall be coated in a manner that will assure all surfaces, at the time of erection, will be coated with a dry, smooth, continuous, uniform, tightly adhering, __ 6-29 nonchalking film that is a minimum of two (2) mils thick measured over the peaks of the anchor pattern. The dried film shall contain, on a weight basis, a minimum of - 20% binder solids and a minimum of 25% pigment capable of chemically inhibiting corrosion. A minimum of 12% of the film shall be a chromate type corrosion inhibiting pigment. The inside of each assembly may either be coated in the same -- manner as the outside or may coated by an acceptable red lead primer. After erection of the assembly, the shop coat shall be touched up with shop primer. After the touch up coat is thoroughly dry, each pole assembly shall be provided with a one - (1) mil (dry) thick film of paint specified and approved by the Engineer: Color Product #: Beige Brown Cure: PRPL97006 Control #: 340F-10 MIN PMT Resin Type: T711049 __ Gloss Level: Polyester Full "or equivalent". 8.0 CERTIFICATION REQUIREMENTS The Contractor shall submit for approval by the Engineer, five (5) prints of drawings __ which show all pertinent information and data required for verifying structural adequacy, and all fabrication and erection details. a. The drawings shall be prepared on sheets 24 x 36 inches in size, with 1 1/2 inch left margin and other margins of 1/2 inch. b. Each sheet shall have a title in the lower right hand corner which includes the names of the Contractor, Fabricator and sheet numbering. c. All material of each component shall be referenced to ASTM Specifications, or to other specifications provided minimum yield points or yield strength and elongations are shown. d. Drawings for only one assembly need be submitted for two or more which are of identical design and dimensions. e. Approval of the drawings shall not relieve the Contractor of the _ responsibility for correctness and completeness of the drawings, shop fit field connections and proper galvanizing designs when galvanizing is required. f. The drawings shall bear a fully descriptive, detailed certification thereon that the assemblies were structurally designed in accordance with criteria specified in Section 1.0 and specified in the Plans. 6-30 g. The drawings shall be submitted to and approved by, the Engineer prior to fabrication. 6-31 SPECIFICATION FOR POLYCARBONATE RESIN TRAFFIC SIGNAL HEADS - 12 INCH, EXPANDABLE, ADJUSTABLE TYPE 1.0 GENERAL 1.1 The Traffic control signal heads shall be in accordance with the latest revision of ITE Technical Report No. 1, except as noted below. __ 1.2 Each traffic signal face shall consist of a number of identical signal sections rigidly fastened together in such a manner as to present a continuous pleasing appearance. - 1.3 The electrical and optical system of the signal head shall, unless otherwise specified, be designed for operation from a power supply of 115 volt, single phase, 50 Hz alternating current and 60-150 watt lamps conforming to the latest ITE Standard for -- Traffic Signal Lamps. Unless otherwise called for in the Plans, the Contractor shall furnish and install traffic signal lamps. 2.0 SIGNAL FACES AND SIGNAL HEADS 2.1 Signal faces and signal heads shall be as shown in the Plans, and installed per requirements in these specifications. 2.2 All housing cases of signal heads shall be rigidly attached, at top and bottom to 1 1/2" (inside diameter) standard pipe supporting arms or similar hardware, radiating from hubs at the vertical central axis of the head and rigidly attached there to in a _ _ manner that ~~ill assure permanent alignment of the separate housings. The hub shall be designed to conform to the type of mounting attachment specified and provision shall be made for carrying the leads from each housing enclosed in the supporting arms to a single outlet in the mounting attachments. All units of the assembled head shall be of adequate strength for the purpose intended and shall be constructed of materials not affected by continuous exposure to sunlight or corrosive - atmospheres. 2.3 All traffic signal heads are to be equipped with rigidly-mounted, standard 5-inch backplates, of sectioned aluminum or of polycarbonate. Backplates are to be mounted so that signal section door hinging movement is not inhibited, and are to be black in color. Polycarbonate backplates are to have the black color impregnated during the manufacturing process, and painting will not be acceptable. 6-32 3.0 HOUSINGS, DOORS, VISORS AND LENSES 3.1 The housing of each section shall be a one piece polycarbonate resin material with sides, top and bottom integrally molded. The housing shall be at least .090" (2.3 mm) thick and shall be ribbed so as to produce the strongest possible assembly consistent with light weight. Two or more sets of internal bosses shall be provided in each section for mounting of a terminal block. Terminal blocks shall be securely mounted (see Section 10). 3.2 The top and bottom exterior of the housing shall be of such shape to assure perfect alignment of assembled sections. The top and bottom of the housing shall have an -- opening two inches (50.8 mm) in diameter to permit entrance of 1 1/2" (38.1 mm) pipe brackets. 3.3 Individual signal sections shall be fastened together either with at least 4 machine screws between each section or by the bolt and washer method. Complete signal faces shall provide positive locked positioning when used with serrated brackets, mast-arm or span-wire fittings. _ 3.4 Provision shall be made for accommodation of the particular type of mounting specified and attachment of doors, optical units and such other accessories as may be specified for the particular installation. Cases shall be designed for adequate _ strength. Fittings and accessories shall be of rust resistant materials capable of withstanding constant exposure to sunlight and corrosive atmospheres, including salt air. All traffic signal housing cases when assembled, together with doors, lenses - and mounting attachments, shall comprise adult-and-moistureproof housing for the optical units, and shall be of such construction as to assure permanent alignment of all lenses in the signal faces. Portions of cases providing for attachment to supporting arms shall be molded with large bosses for the supporting arms. Each housing case shall be so attached to its supporting hardware that it will be adjustable by rotation about its horizontal axis, and may be rigidly clamped in position required. Provision shall be made for carrying the signal leads enclosed in the mounting attachment. 3.5 Traffic control signal housing cases shall be of the sectional adjustable expandable type. The assembled housings for each signal face shall consist of three or more individual sections each designed for housing a single complete optical unit, rigidly connected by means of bolts extending through each section or by individual connectors between sections and forming a single "Signal Face". Both the top and bottom of each section shall be provided with an opening to accommodate 1 1/2" pipe brackets. A locking ring shall be integrally molded around the bottom opening - Around the top opening shall be either an integrally molded locking ring or a separate splined locking ring designed to fit into notches. The locking rings shall have a minimum of 46 evenly spaced teeth and shall be so designed that top and 6-33 bottom rings will mate to provide a perfectly aligned signal head with flush connection between the outer circumference of the sections. Individual units shall -- be so manufactured that all units are interchangeable. 3.6 "Top" and "Bottom" as used in this section refer to the head assembly in vertical orientation. All heads are to be mounted horizontally. 4.0 HOUSING DOOR 4.1 The housing door of each signal section shall be a one piece polycarbonate resin material. The door shall be attached to the housing by means of two stainless steel -~ hinge pins, or by polycarbonate hinge pins which are an integrally molded part of the housing door. 4.2 Two stainless steel wing screws are to be installed on the side of the door to provide for opening and closing the door without the use of any special tools. Wingscrews shall have aflat-bearing surface or stainless steel flat washer to prevent gouging of the housing door by the wngscrews. Wingscrews shall remain captive in the housing door when the door is open. 4.3 As an alternate to 4.2, a positive latching mechanism, integrally molded into the housing and housing door, is acceptable. 4.4 Design of door, housing, and visor shall be such that no light is visible in the profile view of the signal face. 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 terminal block (which is to be furnished in each complete housing) together with all bolts, nuts, screws, clips, hinges, lugs and incidentals - necessary for mounting the various parts of the optical assembly. 5.2 Optical system shall consist of a yellow or yellow arrow, green or green arrow lens with a nominal size of 8 3/8 " (200 mm) or 12" (300 nun) as specified. All indicators (red, yellow & green, including PED) shall be LED assemblies. Lenses shall be glass and shall be permanently marked, in an inconspicuous manner, indicating the top of the lens and the name or trademark of the manufacturer. When installed, each lens shall be properly "top" oriented in the horizontally mounted head. h-34 6.0 REFLECTORS (Not applicable) 6.1 The reflector shall be approximately parabolic in sections made of high quality clear glass, reasonably free from chips, bubbles, streaks, and wrinkles. The outer surface shall be silvered by a chemical or electrical deposition to such thickness that the lighted filament of a 200 watt incandescent lamp will be invisible through the silvered coating and shall then be protected by an electrically deposited copper coating. The silver coating shall be so applied that no foreign substance (solid, liquid or gas) can penetrate between the two materials and so it will be impossible for the silver to be peeled off from the glass. Over the copper coating there shall be placed a heat resisting backing of high grade enamel. 6.2 Alzak reflectors will be accepted as altemates. These reflectors shall be made of specular Alzak aluminum the thickness of the anodid coating to be a minimum of 0.0001 inches, or its equivalent, spun or drawn from metal not less than 0.025 inches thick equipped with a bead or flange on the outer edge to stiffen the reflector and insure its being held true to shape. 6.3 Polycarbonate reflectors will be accepted as alternates, provided the light color and distribution of the unit meets the ITE standard cited above. 6.4 The reflecting surface shall be totally free of flaws, scratches, defacements or mechanical distortion. 7.0 LAMP RECEPTACLE (Not applicable) 7.1 The lamp receptacle shall be of weatherproof molded construction capable of withstanding without deterioration the high temperatures within the optical unit during operation and shall be equipped with a lamp grip to render it impossible for the lamps to be loosened by vibration. The receptacle in the 8" signals furnished shall be set so as to place the filament of a standard 60 or 67 watt lamp in the proper focal position with respect to the reflector. The receptacle in the 12" signals shall be set so as to place the filament of a standard 150 watt lamp in the proper focal position with respect to the reflector. Lamp receptacles shall be rotatable to place the opening between the filament leads up, and shall be properly oriented when installed in horizontally mounted head. 7.2 The reflector holder and lamp receptacle holder shall consist of a structure of such design as to securely hold the reflector and lamp receptacle. It shall be provided with hinges and/or lugs so spaced as to give clearance to the hinges or lugs for the door and rigidly hold the reflector in place. Materials used in the construction of the above parts shall be of rust resisting material and not subject to corrosion when subjected to continued exposure in corrosive atmospheres, particularly salt air. 6-35 8.0 WIRING - 8.1 Each LED assembly shall be provided with two flexible insulated color coded leads not smaller than No. 18 American Wire Gauge. These leads are to be securely fastened to the lamp socket and connected to a terminal block in the same -- section by means of solderless wire connectors or binding screws and spade lugs. Color coding for the identification of the different leads shall be individual so that each lead can be identified separately by coding alone. In general, the coding for - the identification of the leads shall be as follows: Lens Hot Wire Neutral Wire Red Red White w/R Tracer Yellow Arrow Red w/Y Tracer White w/R & Y Tracer _ Yellow Yellow White w/Y Tracer Green Green White w/G Tracer St. Arrow Blue White w/B Tracer -- Lt. Arrow Blue w/R Tracer White w/B & R Tracer Rt. Arrow Blue w/Y Tracer White w/R Rr V Tra~ar 9.0 VISORS -- 9.1 Each signal door shall be equipped with a detachable standard tunnel (unless otherwise shown in the Plans), polycarbonate resin visor fastened at four or more points to the door. 9.2 The visor shall have a downward tilt of 3 1/2 to 5 degrees and shall encompass approximately 300 degrees of the lens. Heads may be shipped with visors detached. If heads are shipped with visors attached, visors shall be easily removed and replaced without damage to visor or signal head. 10.0 TERMINAL BLOCKS __ 10.1 Each optical unit (or section) of each signal head shall be wired to a terminal block mounted near the bottom inside of the unit. The terminal block shall be securely mounted in an accessible position, be of molded weatherproof construction, and be -- equipped with identified terminals for signal (interior) and field wires. Binding screws shall be provided for field wires. solderless connectors or binding screws shall be provided for interior wiring to the optical unit. 6-36 10.2 In addition to individual terminal blocks described above, each multiple section _ signal (head) will be provided with a common terminal block mount in the top section of each signal head. Each assembled signal head shall be wired by the supplier to the common terminal block. 10.3 If specified, an additional terminal block located within a compartment shall be provided for common wiring of multiple signal heads located on a single pole or -- pedestal. The terminal compartment shall be weatherproof with cover and molded- construction terminal block with separate, identified terminals for signal and field wires. A sufficient number of terminals shall be provided to handle all optical unit - wires. A minimum of twelve connector sets shall be provided. Color coding of leads shall be maintained, individually, from each optical unit lampholder to respective terminal in the compartment. Commons from each housing shall be grouped and carved to one terminal in the compartment. 10.4 Use of terminal compartment described in 10.3 does not eliminate 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 materials not affected by continued exposure to sunlight or corrosive atmospheres, particularly salt air. Provisions shall be made for carrying the signal leads enclosed in the mounting attachment. The mounting attachment, -- together with supporting arms and assembled housings, shall comprise adust-and- moisture-proof enclosure for optical units and lead wiring. Mounting attachments shall be as specified for the particular head on the Plans. 11.2 The signal heads, vertically mounted on the signal mast arms shall be installed so that door hinges are on the bottom edge, and all doors open downward. 12.0 MATERIAL - All material used in construction of major signal components shall be of polycarbonate resin. This material shall be such that it will withstand 70 foot-pounds of impact without fracture or permanent deformation. 13.0 COLORS The color of signal heads and hardware shall be black. The underside of visors shall be painted a flat black. Color as specified shall be integrally impregnated in the polycarbonates resin in the molding process. 6-37 14.0 MEASUREMENT AND PAYMENT 14.1 Measurement: Traffic signal heads and backplates of the types specified on the Plans will be measured per each unit. Materials required and used in installation, such as LED's, attachment pipe and brackets, hardware, internal head wiring, paint, etc., will not be measured directly, but will be considered subsidiary to the Item "Traffic Signal Sections". -- 14.2 Payment: Traffic signal head and backplate units, provided, installed and in place, will be paid for at the unit price bid for respective types specified in the bid item list. Said prices shall be full compensation for providing and installing heads and backplates, and for furnishing and installing all described attachment hardware, signal lamps, internal wiring, and paint and for all labor, tools, materials, equipment and incidentals necessary to complete the work. 6-38 SPECIFICATION FOR UNDERGROUND TRAFFIC SIGNAL REQUIREMENTS: CONDUIT, GROUND BOXES, CONCRETE CABINET FOUNDATIONS AND INSTALLATION PROCEDURES 1.0 CONDUIT 1.1 Description 1.1.1 This item shall govern for the furnishing and placing of conduit of the types and sizes indicated on the plans, including ground boxes, fittings, expansion joints, attachments and incidentals. __ 1.1.2 Unless otherwise shown on the Plans, all conductors shall be in conduit except when in metal poles. All conduit and fittings shall be of the sizes and types shown on the plans. 1.1.3 The Contractor may, at his own expense, use conduit of larger size than specified on the Plans providing that the larger size is used for the entire length of conduit run. 1.2 Materials -- 1.2.1 All conduit and fittings shall meet the requirements of the National Electrical Code and shall be listed by Underwriters Laboratories, and shall be marked in accordance with the applicable requirements of the NEC. 1.2.2 Ground boxes, expansion joints and conduit fittings shall be fabricated from a material similar to the connecting conduit unless indicated otherwise on the plans and shall be listed by Underwriters Laboratories. 1.2.3 Rigid metal conduit shall be steel, hot-dipped galvanized inside and outside. When tested in accordance with ASTM designation: A 90 zinc coating shall be a minimum of 1.5 ounces per square foot. Electrical metallic tubing and intermediate metal conduit shall be steel, hot-dipped galvanized on the outside and protected on the inside with a suitable corrosion resistant material. Fittings shall be rain-tight. Set screw and pressure cast fittings will not be permitted. 1.2.4 Polyvinylchloride and high-density polyethylene conduit shall meet the requirements of NEMA Standard TC-2 and UL 651, and the requirements of NEC for Rigid Nonmetallic Conduit. Unless otherwise noted on the plans, PVC conduit shall be heavy-wall (Schedule 40). 6-39 1.2.5 Flexible conduit shall be liquid-tight metal meeting requirements of NEC and shall be UL-listed. Where conduit system is metallic, all lengths of flexible metal conduit -- shall be fitted with bonding jumpers. 1.3 Construction Methods 1.3.1 The conduit, ground boxes, fittings and incidentals shall be placed in accordance with the lines, grades, details and dimensions shown on the plans, or as directed by the Engineer. Installation of conduit shall be in accordance with the requirements of NEC. Conduit placed for concrete encasement shall be secured and supported in such a manner that the alignment will not be disturbed during the placement of the concrete. No concrete shall be placed until all of the conduit ends have been capped and all box openings closed. 1.3.2 Where conduit is threaded in the field, a standard conduit cutting die with a 3/4 inch tape per foot shall be used. Conduit placed on structures shall be firmly fastened within 3 feet of each outlet box, ground box or fitting and at other locations as required by the NEC. __ 1.3.3 When required by the Engineer, immediately prior to installation of conductors or final acceptance, a spherical template having a diameter of not less than 75 percent of the inside diameter of the conduit shall be drawn through the conduit to insure that the __ conduit is free from obstruction; then all conduit ends shall be closed using permanent type caps. - 1.3.4 Conduit terminating in controller cabinet shall extend vertically, approximately two inches above the concrete foundation. Field bends in rigid metal conduit shall have a minimum radius of 12 diameters of the nominal size of the conduit. 1.3.5 Each length of galvanized rigid metal conduit where used, shall be reamed and threaded on each end and couplings shall be made up tight. White-lead paint or equal - shall be used on threads of all joints. PVC conduit shall be joined by solvent-weld method in accordance with the conduit manufacturer's recommendations. No reducer couplings shall be used unless specifically indicated on the Plans. 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 installed. Ends of conduits shall be capped or plugged until starting of wiring. A nylon or non-metal pull tape shall be used in pulling cables and conductors through PVC conduit. Metal tapes will not be permitted in PVC conduit. The conduits shall be placed as shown on the Plans or as directed by the Engineer. _ 1.3.7 PVC conduit which is to be placed under existing pavement, sidewalks, and driveways shall be placed by first providing a void through which the PVC conduit shall be inserted. The void may be accomplished by either boring or jacking a -~ 6-40 mandrel. If it is determined by the Engineer that it is impractical to place the conduit as outlined above due to unforeseen obstructions, written permission may be granted by the Engineer for the Contractor to cut the existing pavement. Pits for jacking or boring shall not be closer than two feet to the back of the curb or outside edge of the shoulder unless otherwise directed by the Engineer. The jacking or boring method - used shall not interfere with the operation of street, highway, or other facility, and shall not weaken or damage any embankment, structure, or pavement. Heavy jacks are to be used for jacking. Boring is to be done by mechanical means providing a maximum one-inch cover cut for the conduit to be placed, and use of water or other fluids in connection with the boring operation will be permitted only to the extent to lubricate cuttings. Water jetting will not be permitted. Where conduit is to be placed under existing asphaltic pavement, the jacking method is to be used unless written approval is given by the Engineer for placement of conduit by boring. 2.0 GROUND PULL BOX 2.1 General 2.1.1 The purpose of this specification is to describe a precast concrete, ground (pull) box _ with cover and extension (if required) for use in underground traffic signal systems. The box shall be used for terminating and beginning conduit runs of various sizes and also for accessibility when pulling signal or interconnect cable. 2.2 Description 2.2.1 This item shall govern the construction, furnishing and installation of precast ground boxes in accordance with locations and details shown on the plans. Unless otherwise noted on plans, ground boxes shall be precast concrete. 2.2.2 The assembly shall consist of box, cover, and extension (if required). The box and extension shall be precast concrete. The cover shall be galvanized steel. The cover shall be fabricated so as to fit properly in a recessed lip for full and stable contact on the box and be secured thereon with at least two stainless steel bolts. The legend "Traffic Signals" shall be integrally cast into the top surface of the cover, and the cover shall be provided with a sturdy, stainless steel drop handle to facilitate removal. 2.2.3 The ground boxes shall have the minimum outside dimensions (LWH) of 19" x 13" x 12". The bottom portion of each will be open, with sturdy flange around the perimeter so that the box seats firmly on the top of extension. A minimum of four knockouts, to accept three inch duct, one on each end and side, shall be provided in each box and extension section. 2.3 Materials 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 6-41 Construction North Central Texas, "Concrete For Structures". Reinforcing steel used in the construction of the ground boxes shall conform to the requirements of the -- "Steel Reinforcement". 2.4 Construction Methods 2.4.1 The construction and installation of the ground boxes shall be carved out in compliance with the requirements herein stated and in conformity with the details -~ shown on the plans. Upon completion of the work, each installation shall present a neat and workmanlike finished appearance. 3.0 CABINET FOUNDATIONS __ 3.1.1 All concrete materials and their preparations shall be in accordance with the requirements contained in Standard Specifications for Public Works Construction North Central Texas, "Drilled Shaft Foundation," and the additional requirements herein. 3.1.2 All concrete used in the project shall have the following mix proportions and characteristics: a. Minimum Sacks of Cement (Type 11 Portland) per cubic yard - 5.0 - b. Maximum Water -Cement Ratio - 6.5 c. Maximum Size of Aggregate - 1 inch d. Minimum Compressive Strength (28 day cure at 70 F.) 3000 psi e. Slump Range in inches - 3 to 5 Use of a cement dispersing agent is permissible, but not required when the temperature of ambient air or of the concrete mix is above 85 F. 3.2 Excavation for all required foundations shall be done in accordance with lines and depth indicated on the Plans. All loose material shall be removed from the excavation before the concrete is placed. Any water shall be removed by pumping or bailing. The use of explosives will not be permitted. 3.2.1 Foundations shall be constructed to the dimensions shown on the Plans or directed by the Engineer. Care shall be used to insure that the top of the finished foundation is exactly level. Anchor bolts and conduits shall be held rigidly in place by a template until the concrete is set. A mechanical vibrator shall be used for compacting and working the concrete. After the concrete has been placed and the top struck off, it shall be covered with wet cotton or burlap mats, for not less than ninety-six (96) hours. 6-42 3.2.2 Backfill shall be tamped with mechanical tamps in 6-inch layers to the density of the surrounding ground. Where excavation is made in the surfaced shoulder, the shoulder - shall be replaced with material equal to the original construction. 3.2.3 All excavated material 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 Engineer. 4.0 MEASUREMENT AND PAYMENT 4.1 Cabinet Foundation a. Measurement. Foundations will be measured per each unit. Materials required and used in installation, such as reinforcing steel, ground rods and forms will not be measured directly but will be considered subsidiary to the Items "Drilled Shaft Foundation" and "Cabinet Foundation". b. Payment. Foundations installed in place, will be paid for at the unit price bid for respective types specified in the bid item list. Said prices shall be full compensation for furnishing and installing all required materials, such as reinforcing steel, concrete, ground rods, anchor bolts, and for all labor, materials, tools, equipment, all backfilling, and incidentals necessary to complete the work. 4.2 Ground Boxes a. Measurement. Ground boxes will be measured per each unit. Materials required and used in installation, such as bedding gravel, will not be measured directly, but will be considered subsidiary to the Item "Ground Boxes". b. Payment. Ground boxes, provided and installed in place as shown on the Plans will be paid for at the unit price bid specified in the bid item list. Said prices shall be full compensation for furnishing and installing and for al] labor, tools, materials, equipment and incidentals necessary to complete the work. 4.3 Conduit a. Measurement. Conduit of the respective sizes and material type specified on the Plans, will be measured per lineal foot. Materials required and used in installation, such as couplings and connecting hardware, will not be measured directly, but will be considered subsidiary to the Item "Conduit". 6-43 b. Payment. Conduit, provided and installed in place will be paid for at the unit price bid for respective size and type specified in the bid item list. Said prices shall be full compensation for furnishing and installing all described connecting hardware, for cleaning existing conduit sections (those to be reused) and for all labor, tools, materials, equipment and incidentals necessary to complete the work. 6-44 SPECIFICATION FOR MULTIPLE CONDUCTOR AND SINGLE - CONDUCTOR TRAFFIC SIGNAL CABLE AND WIRE 1.0 GENERAL __ This specification covers polyvinylchloride compound jacketed polyethylene- insulated multi-conductor cable, and polyvinylchloride compound-insulated single conductor wire, rated 600 volts, for use in signal systems in underground conduit, as _ aerial cable supported by a messenger or for induction loop detector wire. 2.0 GENERAL CONSTRUCTION Cable under this specification shall be composed of uncoated copper conductors individually insulated with heat stabilized polyethylene (multi-conductor) or with - polyvinylchloride compound (single conductor) as specified herein. Multiple insulated conductors shall be laid up in a compact form, bound with suitable tape, and jacketed with polyvinylchloride compound. 3.0 CONDUCTORS - 3.1 The copper conductors shall, before insulating, conform to the requirements of ASTM Designation B-3, latest revision for soft annealed copper wire, and ASTM B-8 for concentric lay, stranded copper wire. 3.2 The conductors shall be stranded unless otherwise specified in the plans and _ specifications. 3.3 The number and size of the conductors shall be as specified in the plans and specifications. 4.0 INSULATION 4.1 Multi-Conductor Cable - The insulating compound before application to the conductors shall be heat-stabilized polyethylene conforming to the requirements of ASTM Designation Dl 248, 63T, Type 1, Class B, Grade 4. The insulation shall be applied concentrically about the - conductor. Insulation after the application to the conductors shall meet the following requirements when tested in accordance with the procedures given in ASTM Designation D1 351, latest revision, and ASTM Designation D470, latest revision. Physical Properties of Polyethylene Insulation 6-45 a. Initial Properties: Tensile strength, lbs. per sq. in., minimum 1400 Elongation at rupture, percent, minimum 350 b. After 48 hours in air oven at 100°C: Tensile strength, percent of original, minimum 75 Elongation at rupture, percent of original, minimum 75 c. Cold Bend Test, 1 hour at -55°C; plus or minus 1 degree no cracks (Mandrel diameter 2.5 times insulation diameter). 4.2 The nominal thickness of the insulation shall be not less than that specified in Table __ 1. The minimum thickness of the insulation shall be not less than 90 percent of the nominal value. 4.3 Moisture Absorption a. After atwenty-four hour immersion in tap water at 50°C plus or minus 1 °C, the specific indicative capacity of the insulation shall be not more than 2.5. After a continued fourteen day immersion, the specific inductive capacity shall be not more than 1.5 percent higher than the value determined at the end of the first day, nor more than 1.0 percent higher than at the end of the seventh day. b. The moisture absorption tests shall be conducted in accordance with methods specified in IPCEA S-61-402, NEMA WCS, latest revision. 4.4 Electrical Properties a. Dielectric Strength Each processed length of insulated conductor before cabling shall withstand the test voltage specified in Table 1 for a period of 5 minutes after immersion in water for not less than 6 hours and while still immersed. b. Insulation Resistance Each processed length of insulated conductor, after withstanding the Dielectric Strength Test, and while still immersed, shall comply with the - insulation resistance requirements of Table I. c. The Dielectric Strength and Insulation resistance Tests shall be conducted in accordance with the requirements of ASTM Designation D47O, latest revision. 6-46 TABLE I INSULATION THICKNESS, TEST VOLTAGE AND INSULATION RESISTANCE Conductor Size Insulation Test Voltage Insulation Resistance AWG Thickness at 60°F. Megohms - Inches 1000 Feet 20 .025 2500 15,400 19 .025 2500 15,000 18 .025 2500 15,000 17 .025 2500 15,000 16 .025 2500 14,800 15 .025 2500 13,700 14 .025 2500 12,600 13 .030 3000 13,200 12 .030 3000 12,100 11 .030 3000 11,000 10 .030 3000 10,100 9 .030 3000 9,200 8 .030 3000 8,300 4.5 Single Conductor Cable The insulation shall be tough, durable, stabilized polyvinylchloride compound meeting the requirements of Underwriter's Laboratories Type THW. 4.6 The physical characteristics of the insulation shall be as given in Table II. Tests of these characteristics shall be made in accordance with ASTM designation D- 470, latest revision. 6-4 7 TABLE II a. Initial Properties: ~- Tensile strength, lbs. per sq. inch, min. 2300 Elongation, percent, min. 250 -- b. After 120 hours in Air Oven at 100°C: Tensile strength, percent of original, min. gs Elongation at rupture, percent of original, min. 60 c. Cold Bend Test. 1 Hour at -55°C, no cracks (Mandrel Diameter 2.5 times covering diameter) d. Flame Test, self-extinguishing in minutes, max. 1 __ 4.7 Thickness, Diameters and Weights a. The completed conductor shall conform to the requirements of Table III - b. . The thickness of the insulation shall be not less than 90% of the nominal value in Table III. c. The minimum spot thickness shall be not less than 70% of the nominal -- thickness. TABLE III _ Conductor Nominal Approx. Approx. Size Thickness O.D. Weight AWG of Covering Inches Lbs/M Ft. 4 .045" .300 131 6 .045" .260 85 8 .045" .220 56 10 .030" .174 34 12 .030" .140 23 - 5.0 CONDUCTOR COLOR CODING 5.1 Multi-Conductor Cable Standard color coding for cables shall be in accordance with Table N. When permitted by the purchaser, the conductor coding may be numerals and words printed on the conductor insulation. Base colors shall be obtained by the use of colored insulation. Tracers shall be colored stripes or bands which are part of, or firmly adhered to, the surface of the insulation in such a manner as to afford distinctive circuit coding throughout the length of each wire. Tracers may be in continuous or broken lines, such as a series of dots or dashes, and shall be applied longitudinally, angularly, spirally or in other distinctive patterns. 6-48 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 White 14 Green White 15 Blue White 16 Black Red 1 ~ White Red 18 Orange Red 19 blue Red 20 red Green 21 orange Green 6-49 5.2 The color sequence maybe repeated as necessary. Color code sequence applies when cable is composed of mixed sizes. 5.3 Special color coding, when specified in unpaired conductor cables, shall consist of black for all conductors except that one conductor shall be identifiable conductor in - each layer. 5.4 For combination cables consisting of pairs with single conductors, color code sequence given in Table IV, shall be used for pairs, repeated as necessary. 5.5 Single Conductor Cable Black covering shall be used for signal and power circuit positive. White covering shall be used for signal and power circuit common. Red covering shall be used for detector positive. Blue covering shall be used for detector circuit common. Covering colors shall be obtained by use of colored polyvinylchloride. 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 installed conductor diameters. b. Two-conductor cables shall be of the round, twisted type. c. Fillers shall be used where necessary to form atwo-conductor round twisted cable. 6.2 Multi-Conductor Cables Having More Than Two Conductors a. In multi-conductor cables having more than two conductors, the single conductors shall be laid up symmetrically in layers with lay not exceeding the following: Number of Maximum Conductors Length of Lay 3 35 times insulated conductor diameter 4 40 times insulated conductor diameter 5 or more 15 times assembled core diameter _ b. Each layer of conductors in the cable shall be laid in a direction opposite to that of adjacent layers. When permitted by the purchaser, unidirectional lay maybe used. The outer layer shall be left-hand lay. - ~-so 6.3 Fillers shall be used, where necessary, to secure a uniform assembly of conductors of __ a firm, compact cylindrical core. Fillers shall be of a nonmetallic moisture-resistant material which has no injurious effect on adjacent components. 6.4 The conductor assembly shall be covered with a spiral wrapping of a moisture- resistant tape applied so as to lap at least 10 percent of its width. 7.0 JACKET (MULTI-CONDUCTOR CABLE) 7.1 Over the taped conductor assembly there shall be applied a tightly fitting polyvinylchloride compound jacket which shall meet the following requirements when tested in accordance with ASTM Designation D1047, latest revision. PHYSICAL PROPERTIES OF POLYVINYL CHLORIDE JACKET a. Initial Properties: 1800 Tensile Strength, lbs., per sq. in., min. Elongation at rupture percent, min. 250 b. After 5 days in air oven at 100°C: Tensile Strength percent of original, min. gs Elongation at rupture percent of original, min. 60 c. Head Shock Test, Air Oven, 1 hour at 121 °C: no cracks d. Heat Distortion Test, Air Oven, 1 hour at 121 °C: Decrease in thickness, percent, max. 50 e• Cold Bend Test, 1 hour at -40°C: no cracks f. Flame Test, minutes burning, max. 1 g. After 4 hours in ASTM No. 2 oil at 70°C: Tensile Strength, percent of original, min. gp Elongation at rupture, percent of original, min. 60 7.2 The nominal thickness of the jacket shall be as specified in Table V. The average thickness shall be not less than 90% of the specified thickness. The minimum thickness shall be not less than 70% of the nominal thickness. 6-SI TABLE V Calculated Diameter of Cable Jacket Thickness Under Jacket, Inches 0.425 and less 45 0.426 - 0.700 60 0.701 - 1.500 80 1.501 - 2.500 110 __ 2.501 and larger 140 8.0 IDENTIFICATION 8.1 Each shipping length of multi-conductor cable shall have a tape showing the name of the manufacturer and the year in which the cable is manufactured, placed over or - under the tape covering the conductor assembly before the application of outer coverings. As an alternate method of identification, the above information may be applied to the outer surface of the jacket. 8.2 Each shipping length of single conductor shall have indented printing on a tape or other permanent identification showing the name of the manufacturer and the year in which the conductor is manufactured. 9.0 SAMPLING, INSPECTING AND ACCEPTANCE 9.1 Inspection and tests shall be made prior to shipment and at the place of manufacture. 9.2 The Contractor shall furnish the Engineer in suitable form, a certified report of the tests made on the cable to show compliance with this specification. 9.3 Tests on Entire Cable -The individual conductors of each length of completed cable shall meet the voltage and insulation resistance requirements of Section 4, except that - the final electrical test on multiple conductor cables maybe made without immersion in water. Each conductor of a multiple conductor cable shall be tested against all other conductors and shield if present. 9.4 Sample Tests -One sample for establishing conformity to this specification shall be taken from each 10,000 feet or fraction thereof, of each type and size of cable except that for the physical dimensions and the visual inspection a sample shall be taken from each reel. In case that these samples fail to meet the requirements of this specification, two additional samples shall be selected from new cable lengths and the lot shall be accepted if retests are both satisfactory. However, in case of any failure on the retest, the lot shall be rejected. 6-51 10.0 PACKING AND MARKING FOR SHIPMENT Reels for multi-conductor cable shall be substantially constructed and in good condition. The cables shall be suitably protected. Each end of the cable shall - be available for testing, properly sealed, and protected against injury. Each reel shall be plainly and permanently marked with manufacturer's full description of the cable, giving the length of the cable on the reel, the number - of conductors in the cable and the date of shipment from the factory. 11.0 INSTALLATION OF CABLE 11.1 General 11.1.1 The cables shall be installed in the conduit. The conduit must be continuous, reasonably dry, completely free of debris, and without any sharp projections, edges, or short bends. The conductors shall be installed in such manner and by such methods as to insure against harmful stretching of the conductor or damage to the insulation and shall conform to the recommendations of the cable manufacturer. The Contractor shall furnish, at the request of the Engineer, at least two copies of the manufacturer's recommendations, including methods of attaching pulling tension per conductor size and per radius of conduit bend, and the type of lubricant to be used. 11.1.2 All cables in a given conduit run shall be pulled at the same time and the conductors shall be assembled to form one loop in such a manner that the pulling tension is distributed to all the cables. Long, hard pulls will necessitate the use of pulling eyes. For short runs, the cables may be gripped directly by the conductors by forming them into a loop to which the pull wire or rope can be attached. The insulation on each conductor shall be removed before the loop is formed. The method used will depend on the anticipated maximum pulling tension in each case. 11.1.3 In many instances, existing conduits which contain signal cable are to be used for the installation of new cables. In such locations, the existing cable(s) may be used to pull in the new cables. Should the Contractor desire to install new cables without removing the existing cables, the new installation shall be done in such a way as to prevent damage to the existing and/or new cables. In the event of damage, the Contractor shall bear the responsibility of replacement of defective cables. 11.1.4 The manufacturer's recommended maximum pulling tensions shall not be exceeded under any circumstances. If so required by the Engineer, the Contractor shall insert a dynamometer in the pull wire as the cables are being pulled into the conduit to demonstrate that the maximum tensions are not being exceeded. The cable shall be fed freely off the reel into the conduit without making a reverse curve. At the pulling end, the pull wire and or other suitable devices shall be used as required to reduce any hazards to the cable during installation. The cables shall be adequately lubricated to 6-53 reduce friction and further minimize possible damage. Such lubricants shall not be the grease or oil type used on lead sheathed cables but shall be one of several commercially - available wire pulling compounds that are suitable for these kinds of cables. They shall consist of soap, talc, mica, or similar materials and shall be designed to have no deleterious effect on the cables being used. 11.1.5 The cables shall be neatly trained to their destinations in manholes, cabinets, pole bases, pullboxes, and all other terminations. The cable manufacturer's recommended values for the minimum bending radii to which cables may be bent for permanent training during installation shall be adhered to. These limits do not apply to conduit bends, sheaves or other curved surfaces around which these cables maybe pulled under tension while being installed. Larger radius bends are required for such conditions. 11.2 Wire and Cable 11.2.1 All wire and cable shall conform to the requirements shown on the plans, except wire _ and cable specifically covered by other items of this contract. The minimum size of conductors shall be as indicated on the plans. 11.3 Controller Cabinet Wiring 11.3.1 Wiring for the controller shall consist of connecting to its terminals (1) wires to signals (2) wires to detectors (3) wires to pedestrian push buttons (4) the power wires, (5) the ground wires, and (6) the interconnect wires. At the controller all conductors from the field shall be stripped back and an eye hook formed in the wire. These "hooks" shall be inserted under the binder head screw and tightened securely. Other wiring for the controller shall be as required by the wiring diagrams and instructions furnished with the controller by the manufacturer. 11.3.2 All field wiring in cabinets shall be neatly done. Incoming cables shall be trained to their destination and neatly laced together. Communication and detector lead-in cables shall be clearly identified by use of metal or plastic tags. For example: Eastbound Right Lane. 11.4 Signal Head Wiring 11.4.1 Wiring for the signal head shall consist of connecting the terminal block in each signal section to the common terminal block in each signal face and where applicable, connecting the common terminal block in each signal face to the terminal block in the signal-head terminal compartment. All such connecting wires shall be number twelve (12) American Wire Gauge. All conductors running from any terminal points located in the pole or transformer base to the signal head terminals shall likewise be number twelve (12) A.W.G. The Contractor shall furnish the NO. 12 A.W.G. for this work. 11.5 Terminals and Splices 6-54 11.5.1 Except for controllers, the ends of all wires which are to be attached to terminal posts shall be provided with soldered terminals that meet the requirements of the National - Electrical Code. 11.5.2 Unless otherwise called for in the plans, splices will be permitted in the wires of signal - conductors only in the base of each signal pole at terminal points called for in the plans. If lead-in conductors from detectors to controller are of different type than the detector leads, awater-tight splice, acceptable to the Engineer, may be made in ground box adjacent to the detector location. Splices at points other than as stated above may be made only with the written permission of the Engineer. All splices shall be water tight. Splicing methods shall be in accordance with good electrical practice and the cable manufacturer's recommendations. All materials used shall be high quality and specifically intended for these purposes. The cables shall be trained to their final position and cut to proper lengths. The jacket and insulation shall be removed as required. In doing this, use proper care to insure against nicking the conductors. The connector shall be soldered. Heat shall be applied by the use of hot solder. Heating the _ connection with a direct flame will not be permitted. Care shall be used to protect the insulation when soldering. The entire surface shall be cleaned taking special care in cleaning outside jacket in order to remove the wax finish. Before the first layer of tape _ is wrapped, the entire area shall be coated with an electric grade rubber cement. After this solvent has dried, the connection shall be insulated with electrical grade rubber splicing compound tape to proper thickness. This tape requires a pressure and thus - must be stretched to 2/3 width when applied. The completed splice shall be covered with ahalf--lap layer of vinyl plastic electrical tape. This wrapping 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 pairs shall be made with Scotchlock solderless connectors designed for this specific - application. The completed splice shall be insulated with a re-enterable plastic splice case. Splices at points other than those shown on the plans may be made only with the written permission of the Engineer. 11.5.4 The Engineer shall select at random at least 5 splices to be thoroughly inspected. The Contractor shall, in the presence of the Engineer, sectionalize the splice to expose the various layers of materials and the connector. The splice shall be thoroughly checked for compliance to these special provisions. The splice shall then be remade by the Contractor. This work shall not require extra payment, but is considered subsidiary to other items in the contract. All of the splices selected for this inspection shall conform to the requirement of these special provisions. If any splices fail to meet these requirements, ten (10) more splices shall be selected to random by the Engineer for inspection. 6-55 11.6 Enclosed Wiring - 11.6.1 Except for span wire suspended cables and electrical wiring within steel signal poles, all cables and single conductor wire above the ground surface shall be enclosed in approved metal conduit up to but no closer than one foot of the lowest power conductor. The power entrance to the controller may be made through underground polyvinyl-chloride 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 continuous from the point of origin to the point of termination. Splices will be permitted if same colors are spliced. 12.0 GROUNDING AND BONDING 12.1 There shall be a properly installed and connected ground rod for each controller cabinet and power drop to reduce any extraneous voltage to a safe level. The location of the ground rod shall be such as to minimize the length of the grounding-conductor run. All grounding circuits shall be substantial and permanent and shall be electrically continuous with anohms-to-ground resistance not to exceed 10 ohms when tested by a volt-ohm-meter. 1 2.2 Signal and Controller -- 1 2.2.1 The signal pole housing, controller housing, signal common and service cornmon shall be grounded. All groundings shall be as shown on the plans and/or may be indicated in the manufacturer's specifications and wiring diagrams. All grounding devices used shall conform to the requirements of the National Electrical Code. The service common at the pole from which the power is taken shall be grounded. 1 2.3 Conduit and Signal Posts _ 1 2.3.1 Metal conduit and metal signal posts or pedestals shall be bonded to form a continuous system and shall be effectively grounded. Bonding jumpers shall be No. 8 copper- wire or equal. 12.4 Grounding Connectors and Electrodes -- 1 2.4.1 The grounding conductor shall be a No. 8 A.W.G. stranded copper wire. The conductor shall be bonded to ground rods. Ground rod electrodes shall be copper- bonded steel being at least 5/8 inch in diameter and shall be driven into the ground to a -- depth sufficient to provide the required resistance between electrodes and ground (10 ohms). All ground rods shall be a minimum of six feet long. When the location _ precludes driving a single ground rod to a depth of six feet or when a multiple ground 6-56 rod matrix is used to obtain the required resistance to ground, ground rods shall be spaced at least six feet apart and bonded by a minimum No. 8 A.W.G. copper wire. -- Connections to underground metallic conduit shall not be considered sufficient for grounding requirements. Connection of grounding circuits to grounding electrodes shall be by devices which will ensure a positive, fail-safe grip between the conductor and the electrode (such as lugs or pressure connectors). No splice joint will be permitted in the grounding conductor. 13.0 MEASUREMENT AND PAYMENT Single and multi-conductor cable, installed and in place, and of the size and number of conductors specified on the Plans, will be paid for at the unit prices bid as specified in the bid item list. Said payment shall be full compensation for furnishing and installing cable with proper grounding, and for all labor, tools, materials, equipment and incidentals necessary to complete the work. 14.0 GUARANTY If it is the normal trade practice for the manufacturer to furnish a guaranty for the work provided herein, the Contractor shall turn this guaranty over to the Engineer for potential dealing with the guarantor. The extent of such guaranty will not be a factor in selecting the successful bidder. 6-5 7 SPECIFICATION FOR POWER SERVICE AND SERVICE EQUIPMENT AND - GENERAL SYSTEM WIRING PROCEDURES 1.0 POWER SERVICE AND SERVICE EQUIPMENT 1.1 Power Service Connection 1.1.1 The Contractor shall make all arrangements for connection to the power service, shall - obtain meter and meter socket from the Power Company when they are required and install them in accordance with the Plans, and shall furnish and install all other materials necessary to make the power connection which are not furnished by the - Power Company. 1.1.2 Unless otherwise called for in the Plans, the power connection shall be made to a 115- -- 125 volt, single-phase, 60 cycle A.C. supply. The wire used for the power connection shall be a minimum size as indicated on the Plans and shall be insulated for six hundred (600) volts. The common wire shall be white-coded and the power positive -- shall beblack-coded. 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 cabinet mounting and shall be connected between hot leg and ground, per drawing in Plans. (b) Circuit breakers will be required. They shall be 125 Ampere Frame, single pole, 120 ___ volt, 5000 IAS meeting Federal Specification W-C-375A, installed as shown on the Plans. (c) All miscellaneous hardware, i.e., conduit, conductors, pedestal cabinet and weatherhead, shall be installed as shown in the Plan details. Conductors shall be of the __ size indicated and be type THW meeting applicable ASTM specifications. 2.0 SYSTEM WIRING METHODS 2.1 Controller Wiring for the controller shall consist of connecting to its terminals (1) wires to signals, (2) wires to detectors, (3) the power wires and (4) the ground wires. Other wiring for the controller shall be as required by the wiring diagrams and instructions furnished with the controller by the manufacturer. 2.2 Signal Heads 6-58 Wiring for the signal head shall consist of connecting the terminal block in each signal section to the common terminal block in each signal face to the terminal block in the - signal head terminal compartment. All such connecting wires shall be number twelve (12) American Wire Gauge. All conductors running from any terminal points located in the pole or transformer base, to the signal head terminals shall likewise be twelve (12) AWG. 2.3 Splices Unless otherwise called for in the Plans, splices will be permitted in the wires of signal - conductors only in the transformer base or handhold of each signal pole at terminal points called for on the Plans. Splices at points other than as stated above maybe made only with the written permission of the Engineer. All splices shall be watertight. 2.4 Terminals _ Except for controllers, the ends of all wires which are to be attached to terminal posts shall be provided with solderless terminals that meet the requirements of the National Electrical Code. 2.5 Wire and Cable - All wire and cable shall conform to the requirements shown on the Plans, except wire and cable specifically covered by other items of this contract. The minimum size of conductors shall be as indicated on the Plans. 2.6 Enclosed Wiring - Except for span wire suspended cables and electrical wiring within steel signal poles, all cables and single conductor wire within twenty-one (21) feet above the ground surface shall be enclosed in approved metal conduit. Power-tap lines carried down - poles shall be placed in metal conduit. The power entrance to the controller shall be made through underground polyvinylchloride conduit only. 2.7 Identification of Signal Wires _ Numbered identification tags of metal, plastic or tape shall be placed around each wire adjacent to wire ends in the controller cabinet, signal head and signal-pole-base terminal boxes. 2.8 Signal and Controller - The signal poles, controller housing, signal common and service common shall be grounded. All grounding shall be as shown on the Plans and/or as may be indicated in the manufacturer's specifications and wiring diagrams. All grounding devices used h-59 shall conform to the requirements of the National Electric Code. The service common at the pole or service pedestal from which the power is taken shall be grounded. 2.9 Conduit and Signal Poles - Metal conduit and metal signal poles or pedestals shall be bonded to form a continuous system and shall be effectively grounded. Bonding jumpers shall be No. 8 copper wire or equal. 2.10 After the signal cable connecting the signal and the controller is in place, the unfilled portion of the conduit openings shall be sealed with a sealing compound in accordance with the National Electrical Code. 2.11 The sealing compound used shall have a melting point of not less than two hundred (200) degrees Fahrenheit, and shall not be adversely affected by the surrounding atmosphere or moisture. 3.0 MEASUREMENT AND PAYMENT 3.1 Wire and cable referred to in Section 1.0 is covered by other parts of this specification. Payment for wire and cable is per respective items in the bid item list. 3.2 Power Service a. Measurement. The power service will be measured per each unit. Materials - required in installation, such as lightning arrestor, circuit breaker, enclosure, foundation, and incidentals will not be paid for directly, but will be considered subsidiary to the Item "Power Service Pedestal and Equipment". b. Payment. Power service, installed in place, will be paid for at the unit price bid as specified in the bid item list. Said payment shall be full compensation for _ furnishing and installing, circuit breakers, weatherheads, lightning arrestor and required incidentals and for all labor, tools, equipment, materials and incidentals necessary to complete the work. 6-60 SPECIFICATION FOR VEHICLE AND PEDESTRIAN DETECTORS; _ DETECTOR AMPLIFIERS; LEAD IN CABLE; PEDESTRIAN PUSH BUTTONS; INSTALLATION PROCEDURES 1.0 GENERAL This specification covers minimum pedestrian detector push buttons, and components within a traffic signal system. design and functional requirements of the installation requirement for detector 2.0 LOOP DETECTOR AMPLIFIER (Not Applicable) 2.0.1 All loop detector units supplied for this project shall meet the latest NEMA requirements. 2.0.2 The loop detector units provided shall be digital. solid state devices designed for 120 VAC operation and stand alone shelf mounting. _ 2.0.3 The loop detector units shall be dual channel units and operate in three modes-delay, extension, and normal. __ 2.0.4 The loop detector unit shall also provide the following features: "Failsafe" open loop recognition responds to broken loop/lead-in connections with a continuous call and indication. "Remote Reset" is a ground level signal which resets presence indications of suspicious calls. Open loop memory shall not be lost, and an open loop indication cannot be reset. "Open Loop Test" feature allows the detector to continue to operate on intermittently - open loop systems. A momentary open (broken wire, poor splice, loose coruiections) will be stored in memory. 2.1 Functional Requirements 2.1.1 The unit shall be capable of detecting presence of any vehicle with a metal mass, stopped or moving at speeds up to 80 MPH within the detection zone of an induction loop. 2.1.2 Detection shall be purely electronic and shall respond to a change of inductance of the loop caused by the presence of a vehicle in the field of influence of the loop. 6-6/ 2.1.3 Inductive tuning to loops of various configurations shall be automatic, the unit -- accommodating loop circuits in the range of 0 to 2000 microhenries. Tuning controls of any kind of this function will not be acceptable. Each unit or detection channel shall be self tuning on initial turn-on and self returning within 10 seconds of reactivation or restoration of electrical power. 2.1.4 In each unit or detection channel the method of measurement shall be crystal referenced digital period counting. Multiple channels within the same unit shall operate on a sequential scanning basis, that is, only one channel per unit shall be active at any point in time. 2.1.5 Each unit or detection channel shall be capable of operation in one of two front panel switch selectable modes: a. Pulse Mode - A vehicle passing over the loop shall cause a programmable output pulse of from 15 to 236 millisecond duration. In this mode the detector shall rephase 2 seconds after initiation of the above described output pulse. The - rephase sequence shall allow detection of the smallest detectable vehicle, three seconds subsequent to detection of a stopped automobile in the loop field. b. Presence Mode -Continuous output based on continuous occupancy of the loop field. Minimum hold time for smallest detectable vehicle shall be four minutes. Hold time for automobiles shall be no more than 120 minutes and no less than -- 60 minutes with a 3 turn compact loop and minimum cable lead-in. 2.1.6 At least three (3) front panel switch selectable levels of sensitivity shall be provided in each unit or detection channel, for each mode described in paragraph 2.1.5. Sensitivity range shall be adequate to detect both the smallest and the largest detectable vehicles stopped or passing over various loop configurations, with lead-in cable length up to 1000 feet. 2.1.7 "Channel active" indicator lamps, front panel-mounted shall be provided for each detection channel, and shall be visible in bright sunlight. Each detection channel shall be provided with a front panel-mounted "off' switch for deactivation, and a "write-on" __ pad for traffic movement association identification. 2.2 Electrical Requirements 2.2.1 Detector amplifier units shall be either of the two types described below. Type determination shall be based on practical application and space utilization within the controller cabinet. 6-62 a. Shelf-mounted, self-powered units shall include two detection channels and operate on input voltage from 95 VAC to 135 VAC, (Power supply contained in unit). Single channel units shall interface with a 10-pin (MS-3106A18-1S) mating connector. Dual channel units shall interface with one 19-pin (MS- 3106A2214S) or two 10-pin (MS-3106A18-1S) connectors. Varistors between power line leads shall be provided to limit peak transient voltage to 270 VDC. 2.2.2 Each detection channel shall be provided with an isolated output circuit such that detection is indicated in a conductive state by either: (a) An output relay (250 V @ lA or 28 V @ 2A resistive load), (b) An optically isolated Darlington transistor (30 VDC @ 50 MA). Selection of one of the above output options shall be based on practical application to the type of signal controller used. 2.2.3 Operation of detection channel shall not terminate if loops are defective through either single point leakage to ground, or short to ground. 2.2.4 Circuitry in the detection channel shall be such that output response to an open loop is selectable as either a detection or "no detection". 2.2.5 Each detection channel shall have circuit board programming capability to modify performance for particular applications as follows: -- a. Pulse Mode: Output duration of pulse shall have for programmable nominal values of 15, 19, 118 and 236 milliseconds. b. Presence Mode: Gradual adapt hold time shall be programmable such that an automobile on a 3-turn 6' x 6' loop will be held in one of three ranges; 1/2 to 1 hour, 1 to 2 hours or 2 to 4 hours. 2.2.6 Each detection channel shall be protected against lightning strikes. It shall be capable of withstanding the discharge of a two (2) microfarad capacitor charged to 1000 volts across the loop terminals and from each loop terminal to earth ground. 2.2.7 The detection system(s) shall operate properly at temperatures from -350 F to + 165 F. and at relative humidity to 100%. 2.3 Documentation Each detector unit shall be provided with the following: a. Complete and accurate schematic diagram(s). b. Complete installation procedures. c. Complete performance specifications, electrical and mechanical. 6-63 d. Complete parts list including names of vendors for parts not identified by universal part numbers (JEDEC, RETMA or EIA). e. Pictorial of component layouts or circuit board(s). f. Maintenance and trouble shooting procedures. g. Stage by stage theory of circuits and their operation. 2.4 Guaranty If it is normal trade practice for the manufacturer to furnish a guarantee for the work provided herein, the Contractor shall turn this guarantee over to the Engineer for potential dealing with the guarantor. The extent of such guarantee will not be a factor in selecting the successful bidder. 3.0 LOOP DETECTOR INSTALLATION (Not Applicable) 3.1 Description 3.1.1 This section specifies the Contractor's responsibility for loop vehicle detector installation. This item shall govern for furnishing and placing of detector loops of all configurations and dimensions shown on the plans, loop wire, attachments, loop testing, and incidentals necessary to properly install detector loops. 3.2 Materials 3.2.1 Loop wire conductors shall be #12 AWG, soft drawn, stranded wire, Type THHW or Type XHHW, rated for 600V. 3.2.2 Detector lead-in cable shall be a twisted 100% shielded pair of No. 14 AWG stranded wire and a No. 16 AWG stranded drain wire in a chrome vinyl jacket. (Beldon 8720 or an approved equivalent shall be used). 3.3 Detector Loop Installation 3.3.1 The installation of loop detectors shall occur as indicated on the plans "Detector Details." 3.3.2 The layout of the loop detector shall be performed by the Contractor in the presence of the Engineer. The Engineer shall be notified in advance of installation at a particular site location and will verify the spotting by the installation crew. In the event that it is not possible for the Engineer to be available as specified above, the Contractor shall proceed with the layout task. Detector loop locations relative to the back of curb as 6-64 shown on "Layout Plans" shall be maintained, unless written permission is received from the Engineer. 3.3.3 Slots shall be cut in the roadway, as shown in the plans, into which the loop wire shall be installed. The saw slots shall be cleaned thoroughly with clean dry air from an air compressor. The saw slots shall be checked and cleared of any debris and jagged edges before the loop wires are placed. The loop wires shall be placed in the saw cut with a non-blunt object. -- 3.3.4 Slot sealant shall be a one-part formula, requiring no mixing, as Type 3M detector loop sealant, or approved equal. All saw cuts must be of sufficient width and depth, that all loop wire contained in the cut is completely encapsulated when the epoxy sealant is poured. 3.3.5 Loop wire cable shall run continuously, without splicing from the ground box, through the 1 "connecting conduit to the loop configuration in the pavement and returned through the conduit to the ground box, for connection to lead-in cable. 3.3.6 The successive turns of loop wire for each different loop configuration is shown on the "Detector Details." The two lead-in wires shall be twisted together to form a _ symmetrically twisted pair. The loop lead-in shall be twisted a minimum of five (5) turns per foot. 3.3.7 Where two or more loop lead-ins enter a ground box, a minimum separation of one (1) foot shall be maintained between loop leads underneath the pavement surface. 3.3.8 A minimum of 2" loop wire slack shall be provided at each expansion joint in the concrete pavement. 3.3.9 The loop wires shall be connected to the detector lead-in cable in the pullbox adjacent to the loop location. Each individual connection shall be a waterproof splice in which the conductors are soldered and wire nutted. The drain wire in the lead-in cable shall be left open a he splice and grounded at the cabinet terminals only, unless other is re c recommended y the detector manufacturer. The methods of reinsulating shall have a dielectric strength at least equal to the original insulation. The specific method of splicing shall be demonstrated to the Engineer for approval. 3.4 Detector Loop Testing 3.4.1 Prior to pouring the slot sealant, the loop shall be checked in the pullbox for continuity and resistance. Series resistance shall not be more than 10 ohms. In addition, the integrity of the insulation shall be checked by applying a megger between each end of the loop lead-in and the nearest reliable electrical ground (e.g., street light, fire hydrant, etc.). In the event that no available ground exists, a suitable ground shall be established for the measurement (e.g., driven metal spike). The megger reading shall not be less than 10 megohms under any condition. The Contractor shall document the results of 6-65 the megger test and submit documentation to the Engineer for approval. Tests shall not be performed without prior notification of the Engineer. 3.4.2 After the slot sealant has been placed and the detector lead-in cable has been spliced to the loop wire and the spliced sealed, the Contractor shall repeat the tests as described in -- Section 3.4.1 except that the tests shall be performed in the controller cabinet. The Contractor shall document the results of this "after" test and submit documentation to the Engineer for approval. If the loops do not meet the test requirements, the Contractor shall find the cause for the test failing and correct the fault to the satisfaction of the Engineer and retest the loop and lead-in all at the expense of the Contractor. 4.0 PEDESTRIAN PUSH BUTTONS __ Pedestrian push buttons, when required, shall be mounted 3' 6" above the ground or sidewalk and shall be of the type that have permanent type signs within the detector unit or signs permanently attached to the unit which explain the purpose of __ the push buttons and indicates which crosswalk signal is actuated. Push buttons shall be of the direct push contact type, entirely insulated from the case and be of brass or other corrosion resistant material. The assembly shall be sturdy, - weatherproof and secure against electrical shock to the user. The case of the unit shall be tapped for 1 /2 inch pipe, for appropriate conduit connection. --- 4.1 The push button shall be activated by a minimum 1 1/4" convex plunger. A protective shroud shall encircle the plunger to deter vandalism. The shroud shall be east as part of the housing cover. The plunger shall protrude beyond the protective shroud a distance -- adequate to accommodate the switch travel. 4.2 While staking the pole locations, the contractor along with the engineer shall verify the location of the push buttons and the direction of the arrows on the signs prior to installation. 5.0 MEASUREMENT AND PAYMENT 5.4 Pedestrian Push Buttons Pedestrian push buttons will be measured per each. Materials required and used in __ installation, such as supplemental signs and mounting hardware shall not be paid for directly, but shall be considered subsidiary to the Item "Pedestrian Push Buttons". Pedestrian push buttons, installed in place, will be paid for at the unit prices bid as specified in the bid item list. Said payment shall be full compensation for furnishing and installing push buttons, supplemental use signs, and for all labor, tools, equipment, materials and incidentals necessary to complete the work. 6-66 SPECIFICATION FOR SPREAD SPECTRUM RADIO The intent of this specification is to establish wireless communications between the new signalized intersections at Bethel Road at Royal Lane and at Freeport Parkway with the rest of the coordinated corridor. The quote shall include all components necessary to establish communications from the local intersections to the master intersection. ___ The quote shall include on site technical assistance for the installation, on site technical assistance for any necessary programming, and telephone support for a period of at least 90 days after successful communications have been established. The following is a minimum list of hardware items to be provided to accomplish the above. -- - MDS 9810 Spread Spectrum Radios -Radio Power Supplies - Yagi antenna with mounting hardware -Cable to connect Radio to Naztec NT980 Local Traffic Controller System Up Port - Cable to connect Radio to Naztec NT980 Local Traffic Controller System Down _ Port - Logic Ground Isolator Boxes _ -Coax Cable -Coax Cable Connectors If you have any questions concerning this specification, please contact Per Birdsall, Traffic Control/Streets Operations Manager at 972-304-3546 or by a-mail at pbirdsall(ci.ci.coppelLtx.us 6-67 SPECIFICATION FOR INTERNALLY ILLUMINATED STREET SIGNS 1.0 GENERAL _ • Illuminated street name sign shall be internally illuminated by means of an LED light generator system. • The sign assembly height shall be a minimum of 22" and maximum of 24", with _ standard widths of 48", 72" and 96". 2.0 FIXTURE • Exterior is extruded aluminum alloy, .078" thick, with aluminum cast end caps that are continuously welded with provisions for continuous seal between the housing -- and sign frame to resist the entrance of moisture, dirt and insects. Standard finish is shall be apowder-coated black finish, meeting the requirements of ASTMD 3359, ASTMD 3363 and ASTMD 552. • Top of fixture incorporates drip guards overhanging the panel face to offer protection from precipitation. Screened weep holes shall be located at strategic points in the bottom of the housing assembly to allow drainage of condensation. 3.0 LAMP GENERATOR SYSTEM • The LED light generator system shall provide lumen output to evenly illuminate the sign panel, which shall present a clearly visible message on the sign panel. The system shall include (integral or separate) a power supply /driver and LED's mechanically mounted to a substrate to provide means of removal or replacement. • The lumen output of the LED system shall provide a brightness of 220 cd/mZ minimum on the letter of the sign panel. The LED system shall maintain 220 cd/mz - for a minimum of 5 years. • The system shall draw no more than 120 watts of power. 4.0 SIGN PANEL • Sign panel to be high impact resistant shatterproof glass and fiber reinforced acrylated resin. • Sign color background, silk-screened, interstate green. 6-68 • Panel to be laminated with a clear tedlar film to protect the legend from scratches and filter out ultraviolet radiation on weather exposed surface. • Afull-length extruded aluminum hinge, integral with the sign housing and top panel framing member of the sign panel shall afford the means of attachment or removal of the panel without the use of tools. • The light transmission factor of the sign panel will provide a letter to background brightness ratio of 10:1 to 20:1. The luminance of the background shall not vary by more than 40% of the average background brightness reading. The luminance of the letters, arrows or symbols shall not vary by more than 20% from the average brightness reading. • White lettering, 12" upper case, 6" lower case Helvetica lettering, with 3" series __ "C" block numbers and arrows, to include a 3 color City Logo Legend in accordance with the Project Sign Logo. All legends will be silk-screened. No vinyl cut outs allowed. • Entire lens is framed and sealed including afull-length extruded aluminum hinge for straight-line travel and positive positioning to provide exceptional sealing. • A catch bar with two (2) solid brass knurled knobs and two (2) '/4-20 captive nuts shall be provided at the bottom of the sign to secure the panel in a closed position. 5.0 REFLECTORS • The reflectors shall be formed from specular mirror finish aluminum material. The reflector(s) design shall evenly illuminate the entire surface of the sign panel. 6.0 TERMINAL BLOCKS /FUSES /CONDUCTORS • All wiring connections within the sign fixture shall terminate on a pnenolic barrier type, two-pole terminal block, rated at 15 amperes - 1000 volts. All current Carrying parts of the terminal block shall be insulated from the fixture with the integral strips to provide insulation. • The unit shall be equipped with an internal fuse with appropriate rating to match power supply and shall be provided in the primary circuit compartment. 7.0 MOUNTING ASSEMBLY • The top shell of the housing shall provide for afull-length interlocking slide track, which permits the cast aluminum sign mounting blocks to be positioned with infinite lateral adjustment on top of sign assembly. The mounting block clevis pin shall be stainless steel bar through bronze sleeve bearings to allow fixture to swing 6-69 freely to reduce wind load factors on mast arm. All mounting hardware (bolts, nuts, washers) shall be stainless steel. • Mast arm clamps brackets and hanger bars shall be formed of heat treated aluminum bar stock or galvanized steel and shall be of adequate design and - strength. Fasteners are stainless steel and enable leveling to horizontal mast arms. 8.0 WARRANTY • A 2-year product warranty should be provided on the illuminated street name signs. 10.0 ALTERNATE PRODUCTS • The models and brand name are descriptive and not restrictive, and are used to indicate type and quality level desired for comparison purposes. Bids on brands of like nature and quality may be considered for the items listed on the Bid Form. Manufacturer name and model number of alternative products should be provided on the Mfg. Name and Model Form. In the event that a bid is being submitted for an alternate product, a sample is required to be provided to Keith Marvin at the address shown below no later than 10 calendar days prior to the bid closing. 255 Parkway Boulevard Coppell, Texas 75019 11.0 ALTERNATE PRODUCTS • Any models and brand names shown on the plans are descriptive and not restrictive, and are used to indicate type and quality level desired for comparison purposes. Bids on brands of like nature and quality may be considered for the items listed on the Bid Form. Manufacturer name and model number of alternative products should be provided. In the event that a bid is being submitted for an alternate product, a sample is required to be provided to Keith Marvin at the address shown below no later than 10 calendar days prior to the bid closing. 255 Parkway Boulevard Coppell, Texas 75019 11.0 SHOP DRAWINGS • The signs should be in accordance with this specification, the descriptions on the Bid Form and the information in the plans. Bidder should submit a set of plans including drawings showing scaled layout of legends as attachments to the Shop Drawings Form. 6-i0 SPECIFICATION FOR EMERGENCY REPONSE MANAGEMENT SYSTEM I. SYSTEM DESCRIPTION: _ The system required will employ optical communication to identify the presence of designated emergency vehicles and will cause the traffic signal controller to advance to and/or hold a desired traffic signal display selected from phases normally available. The system will have a _ matched set of components which will cause the existing traffic controller to be manipulated upon recognition of the signal from the vehicle. This communication will be effective to the optical detectors at or near the intersection over aline-of--sight path of up to 2,500 feet. The __ system will not require any attention of the vehicle operator other than a simple emitter "ON" until the end of the emergency run. The system will operate on a first come, first served basis. The system will be capable of overriding lower priority systems of similar nature while - yielding priority to activity such as railroad, drawbridge, etc. The system shall interface with existing traffic signal controllers without compromising normal operation or existing safety provisions. The Emergency Response Management System shall consist of optical emitter assemblies, optical detectors, optical detector cable, phase selectors, and other ancillary equipment to facilitate installation and operation of the system. II. MATCHED SYSTEM COMPONENTS __ The system shall be comprised of four basic matched components plus ancillary equipment. To insure system integrity, operation and compatibility, the four basic components (optical emitter, optical detector, detector cable, phase selector) shall be from the same manufacturer. The bidder shall list on the bid document the name of the manufacturer and model number for each component bid. The bidder shall attach to the bid a list of ten (10) government agencies who have operated a minimum of twenty (20) intersections with the four basic components for __ a minimum of two (2) years. The manufacturer of the Emergency Response Management System shall provide with the bid ___ written certification that the four basic components are designed, manufactured and tested as a system of matched components and will meet or exceed the requirements of these specifications. A. ENCODED OPTICAL EMITTER ASSEMBLY: A lightweight, weather resistant, light- emitting device with a power supply designed to produce precisely timed, pulsed, high - intensity coded optical energy from a single source. B. OPTICAL DETECTOR: A lightweight, weatherproof, adjustable optical detector assembly. Internal circuitry transforms optical energy from the optical emitter assembly 6-71 into electrical signals for delivery (up to 1,000 feet) via optical detector cable to the phase selection equipment. The optical detector shall be Bi-directional with two outputs. Each optical detector shall be supplied complete with mounting hardware to accommodate installations on span wire mast arms. C. OPTICAL DETECTOR CABLE: A durable, shielded, 3-conductor cable with necessary electrical characteristics to carry power to the optical detector from the phase selector and - deliver the necessary high quality signal to the phase selector. D. PHASE SELECTOR: This equipment shall interface between the optical detector and the _ controller unit and provide the following functions while not compromising the existing fail safe provisions: 1. Deliver sufficient power to all optical detectors required for the intersection. 2. Control sensitivity to the optical detector signal via adjustable range settings. 3. Distinguish the flash rate of the electrical signals from the optical detector caused by the optical emitter. 4. Assign control on a first-come, first-served basis. 5. Deliver signals to the controller to cause selection of the desired green display for the approaching vehicle through an emergency vehicle preempt module, or the traffic -- controllers internal preempt software. 6. The installation of the emergency vehicle preempt module and/or the phase selector ~- modules shall be accomplished with a card rack specifically designed for this application. III. SYSTEM OPERATION: A. Priority control phase selection shall be activated by an optically transmitted signal of 14.035HZ or 9.639HZ or upon the actuation of a test switch. __ B. The traffic controller shall respond to inputs from an emergency vehicle preempt module or from the phase selector module/s to display the desired traffic signal indications for the emergency vehicle. C. The system shall provide power for up to 3 optical detectors for each priority channel. The system shall maintain continuous communication between the optical emitter equipped - vehicle and the traffic controller. 6-?2 D. The system shall cause the controller to deliver the desired traffic signal display even if the optical energy signals are interrupted before the desired display is obtained. This may be - provided by software in the traffic controller. E. The system shall allow the traffic signal controller to resume normal timing operations after the optical signals cease for an appropriate period. F. The system shall not attempt controller manipulation nor retain priority vehicle calls during periods of "intersection flash" or "railroad preempt" operations. N. SYSTEM COMPONENT SPECIFICATION: A. Encoded Optical Emitter Assembly: 1. The emitter generates the optical signal which serves as the trigger to the rest of the priority control system. The optical signal generated by the encoded emitter is a series of intense flashes from a single light source. The flash signal consists of a fixed frequency base signal and a coded overlay signal that allows for transmittal of information. 2. The encoded emitter shall consist of a power supply and a flash head. The power supply shall contain all the electronics necessary to generate high voltage pulses for - flashing the Xenon flash tube along with control circuitry to produce flashes in the proper sequence. The flash head shall contain a single reflector, a trigger transformer, and a single Xenon flash tube. The power supply and the flash head shall be resistant -- to water entry, but only the flash head is intended to be installed outside the vehicle. 3. It shall be possible to mount the encoded emitter flash head either horizontally on the -- top of a vehicle or vertically to a bulkhead. The encoded emitter flash head shall be small enough to fit into most lightbars. _- 4. The encoded emitter shall be powered by the DC voltage supplied from the vehicle's battery and shall operate from 10 to 16 volts DC. The unit shall be equipped with a weatherproof, in-line fuse holder. 5. The flash sequence generated by the encoded emitter shall carry three types of information: The first information is the base frequency of either 9.63855HZ, +/- 0.00093HZ for low _ priority, or 14.03509HZ, +/- 0.00197HZ for high priority. Activation of high or low priority operation shall be selectable by an input wire. - The second information type generated by the encoded emitter shall be a vehicle classification and identification code which is interleaved into the base frequency flashes. Setting the vehicle classification and identification code shall be accomplished 6-73 through four, 10-position rotary switches provided in the power supply of the encoded emitter. Each encoded emitter shall be capable of setting a minimum of 10 different _ classifications with 1,000 different identification numbers per class for high priority and an equal number for low priority. - The third type of information generated by the encoded emitter shall be reserved for setting the intersection detection range. This range code shall be manually activated by the Traffic Engineer from his vehicle with the use of an emitter on/off switch equipped with a special "set range" push button. It shall be possible to set a separate range from 200' to 2,500' for both high and low priority signals. - 6. During the operation of the encoded emitter, the unit shall conduct self diagnostics designed to check for missing pulses. Should a missing pulse be detected, the unit shall cause the indicator light located on the on/off switch to flash at a rate of 4HZ. 7. The encoded emitter shall be supplied complete with all cables necessary for installation. The cable that connects the flash head to the power supply shall be pre- assembled with connectors on both ends and shall be fifteen feet long. The cable that connects the power supply to the vehicle battery shall have a connector on the power supply end and no connector on the battery end and shall be a minimum of twenty-five feet long. 8. Each encoded emitter shall be supplied with an on/off switch. The switch shall be equipped with an indicator light that will operate as follows: - Steady on when the encoded emitter is operating. Flash at a O.SHZ rate when the encoded emitter is disabled. Flash at a 4HZ rate when the emitter is missing pulses. 9. The maximum dimensions for the encoded emitter shall be: Power Supply Flash Head On/Off Switch Length: 9.75 inches 3.75 inches Height: 2.80 inches 4.00 inches Width: 3.50 inches 5.00 inches 4.00 inches 1.10 inches 4.45 inches 10. The encoded emitter shall be equipped with a disable input that when activated will cause the unit to cease operation. This input will be used to eliminate the emitter inadvertently being left on when the emergency vehicle arrives at the scene. 6- 74 B. Optical Detector - 1. The optical detector shall be a lightweight, weatherproof device capable of sensing and transforming pulsed optical energy into electrical signals for use by the encoded phase selection equipment. 2. The unit shall be high impact polycarbonate construction with stainless steel and/or brass hardware. 3. The unit shall be designed for mounting at or near an intersection on a mast arm, pedestal, pipe or span wire. 4. The unit shall accept optical signals from one or two directions and provide single or _ dual electrical output signal/s. 5. The unit shall include a design feature to allow aiming of the two optical sensing inputs for skewed approaches or slight curves. 6. The unit shall have abuilt-in terminal strip to simplify wiring connections. Each terminal shall be clearly marked. 7. The unit shall receive power from the encoded phase selector and have internal voltage regulation to be operational from 16 to 40 volts. 8. The unit must respond to the encoded optical emitter at a distance of 2,500 feet under clear atmospheric conditions. 9. The unit must deliver the necessary electrical signal to the encoded phase selector via the optical detector cable up to 1000 feet in length. 10. The unit shall employ replaceable circuit board assembly and photocells to facilitate repair. 11. The optical detector shall be Bi-directional with two separate outputs. 12. Each optical detector shall be supplied with mounting hardware to accommodate installation on span wire and mast arms. C. Optical Detector Cable 1. The cable must guarantee delivery of the necessary quality signal from the optical detector to the phase selector over anon-spliced distance of 1,000 feet. 2. The cable must guarantee sufficient power to the optical detector over anon-spliced distance of 1000 feet. 6-?5 3. The cable must be of durable construction to satisfy the following installation methods: - Direct burial. Conduit and mast arm pull. Exposed overhead (supported by messenger wire). 4. The weight shall not exceed .04 lbs/ft. 5. The outside diameter shall not exceed .03 inches. 6. The insulation rating shall be 600 volts minimum. 7. The temperature rating shall be 80 degrees C minimum. 8. The cable shall have 3 conductors of AWG #20 (7x28) stranded, individually tinned copper, color coded insulation as follows: Orange for delivery of optical detector power (+) Blue for optical detector power return (-). ._ Yellow for optical detector signal. 9. The conductors shall be shielded with aluminized polyester and have an AWG #20 (7x28) stranded and individually tinned drain wire to provide signal integrity and transient protection. 10. The shield wrapping shall have a 20% overlap to ensure integrity following conduit and mast arm pulls. D. Phase Selection Equipment The phase selector/s shall operate with NEMA type traffic controllers with the use of an emergency vehicle preempt module or with controllers capable of internal preemption. The phase selector shall be digitally controlled and be capable of providing two channels of high and low priority outputs to traffic controllers operating up to eight phases. _ The system shall be easily expanded to four channel operation by inserting an additional phase selector. Each phase selector shall contain a power supply to support optical detectors and circuit to recognize electrical signals from the optical detectors caused by __ emitter equipped vehicles. 1. Shall be plug-in, two channel, dual priority device intended to be installed directly into card rack. 6-76 2. Shall be powered from 115 volt, 60 HZ mains and contain an internal, regulated power supply to support optical detectors. 3. Shall be capable of recognizing the following pulse rates as delivered by the optical detectors: 9.639HZ +/- .119HZ as low priority (Class I). 14.035HZ +/- .255 HZ as high priority (Class II). 4. Primary optical detector inputs and power outputs shall be on the card edge. Two additional detector inputs, per channel, shall be provided via a front panel connector. 5. One opto-isolated NPN output per channel shall provide the following electrical signal to the appropriate pin on the card edge connector: 6.25HZ +/- .02 HZ 50% on/duty square wave in response to a Class I call. A "steady ON" in response to a Class II call. 6. Shall utilize crystal control timing and optical pulse rate recognition circuitry to assure: Accurate optical signal recognition for dual priority. - Synchronous logic. Precise output pulse. Accurate call dropout time. 7. Shall have six recessed range controls per channel, three for low priority and three for high priority to adjust optical sensitivity (emitter range). 8. Shall have a solid state "Power On" indicator. -- 9. Shall have a "Class I" and "Class II" solid state indicator for each channel which performs as follows: Flash during call validation. Be steady-on during valid call and test switch operations. 10. Shall have a test switch for each channel to deliver Class I or Class II signal pule rates to verify proper function at both optical emitter flash rates, first-come, first served operation and Class II override capability. 11. Shall have a selectable call dropout time of 5 or 10 seconds. 6-77 12. Shall properly identify a high priority (Class II) demand with any combination of up to 10 high and low priority emitter signals being received simultaneously and __ asynchronously on either channel. 13. Shall not exceed the following physical dimensions: Length: (including handle) 7.91 inches. Width: 1.11 inches. - Height: 4.50 inches. V. CARD RACK A. The card rack shall be constructed of 5032 aluminum of .062" thickness and shall not exceed 7 ''/2"w x 4 7/g"h x 7 ''/2"d. All of the aluminum components consisting of the sides, top, bottom, and front panel shall be clear anodized. __ B. The optical detector field wires shall terminate on two terminal strips, 4 position feed through solder type. The color code and function of each wire shall be clearly silk- screened on the front panel adjacent to each terminal. C. The front panel shall be hinged to provide access to the inside of the card rack. Thumb screws shall be used to secure the front panel when in the closed position. D. The front panel shall be equipped with an Amp #206036-1 (or equal) quick disconnect type connector wired to accommodate installation into a traffic signal cabinet. E. An on/off switch shall be mounted to the front panel. This switch will control the 115 VAC power to the emergency vehicle preempt module and/or the phase selector module/s. F. The card rack shall be supplied with three (3) slots. Two of the slots shall be located next to the hinged front panel, and shall be dedicated for the phase selector modules. The third slot shall be located behind the hinged front panel and shall be dedicated for the emergency vehicle preempt module. Each slot shall use nylon card guides, Vector #BR20-175 or equal. Each card guide shall extend from the front edge of the card rack to a 22 pin, printed circuit edge connector that __ is securely mounted to the back of the card rack. G. Each card rack shall be supplied with a wiring diagram showing the pin number, function, and color code of each wire in the cable harness. 6- 78 VI. RELIABILITY _ A. All equipment supplied as part of the Emergency Response Management System intended for use in the controller cabinet shall meet the electrical environmental specifications outlined in the NEMA standards publication TS1-1983 Part 2: 1. Line voltage variations per NEMA TS 1-2.1.2. 2. Power source frequency per NEMA TSl-2.1.3. 3. Primary power interruptions per NEMA TS 1-2.1.04.A.1. 4. Power source noise transient per NEMA TS 1-2.16.1. 5. Power source high energy transients per NEMA TS1-2.1.6.2. 6. Non-destruct transient immunity per NEMA TS 1-2.1.7. 7. Input-Output noise immunity per NEMA TS 1-2.1.7 8. Temperature range per NEMA TS 1-2.1.7. 9. Humidity per NEMA TS 1-2.1.5.2. 10. Shock test per NEMA TS 1-2.1.13. 11. Vibration per NEMA TS 1-2.1.12. B. All equipment supplied as part of the Emergency Response Management System _ intended for use or on emergency vehicles shall operate properly under any combination of the following environmental conditions: _ 1. Temperature range: -30 degrees F (-34 degrees C) to 140 degrees F (+60 degrees C). 2. Relative humidity: 0 to 95% 3. Vehicle battery voltage: 10 to 18 volts. VII. WARRANTY - A. Manufacturer shall warrant that, provided the Emergency Response Management System has been properly installed, operated and maintained, components parts of a matched component system (see Section II) that prove to be defective in workmanship and/or material during the first ten (10) years from date of shipment from manufacturer shall be covered in a documented system protection plan. B. The warranty coverage must assure ten year operational reliability and interface compatibility with future components designed for the system. C. A copy of the manufacturer's warranty outlining the conditions stated above shall be supplied with bid. VIII. TEST AND ACCEPTANCE __ A. The apparent low bidder shall be required to supply a working sample of all components specified in this specification within fourteen (14) calendar days form the bid opening date. Failure to do so will render the bid non-responsive. 6- 79 B. Paragraph A will not be required if, prior to the bid opening, the bidder has demonstrated _ to the city that the equipment bid meets these specifications. IX. CERTIFICATE OF INSURANCE A. The manufacturer shall provide a certificate of insurance protection for $5,000,000. This certificate assures the Emergency Response Management System user that the - manufacturer is insured against civil damages if proven to be at fault for an accident due to equipment failure within the matched component set. 6-80 2004 Specifications SPECIAL SPECIFICATION -- 6266 Video Imaging Vehicle Detection System 1. Description. Install a Video Imaging Vehicle Detection System (VIVDS) that monitors vehicles on a roadway via processing of video images and provides detector outputs to a traffic controller or similar device. A VIVDS configuration for a single intersection will consist of 4 variable focal length cameras, VIVDS card rack processor system, and all associated equipment _- required to setup and operate in a field environment including a video monitor and/or laptop (if required), connectors and camera mounting hardware. - The system is composed of these principal items: the camera(s), the field communications link between the camera and the VIVDS processor unit, and the VIVDS processor unit along with a PC, video monitor or associated equipment - required to setup the VIVDS and central control software to communicate to the VIVDS processor. The VIVDS Card Rack Processor must be either NEMA TS 2 TYPE I or TYPE 2. TYPE 2 must have RS 485 SDLC. 2. Definitions. A. VIVDS Processor Unit. The electronic unit that converts the video image provided by the cameras, generates vehicle detections for defined zones and collects vehicular data as specified. B. VIVDS Processor System. One or more VIVDS processor modular units -- required to handle the number of camera inputs. C. Central Control. A remotely located control center, which communicates with the VIVDS. The VIVDS operator at the central control has the ability to monitor the operation and modify detector placement and configuration parameters. The equipment that constitutes central control is comprised of a workstation microcomputer along with the associated peripherals as described in this special specification. D. Field Setup Computer. A portable microcomputer used to set up and monitor the operation of the VIVDS processor unit. If required to interface with the VIVDS processor unit, the field setup computer with the associated - peripherals described in this special specification and a video monitor, also described in this special specification, must be supplied as part of the VIVDS. 6-8] X266 09-OS E. Field Communications Link. The communications connection between the camera and the VIVDS processor unit. The primary communications link media maybe coaxial cable or fiber optic cable. F. Remote Communications Link. The communications connection between the VIVDS processor unit and the central control. G. Camera Assembly. The complete camera or optical device assembly used to collect the visual image. The camera assembly consists of a charged coupled device (CCD) camera, environmental enclosure, sun shield, temperature control mechanism, and all necessary mounting hardware. H. Occlusion. The phenomenon when a vehicle passes through the detection zone but the view from the sensor is obstructed by another vehicle. This type of - occlusion results in the vehicle not being detected by the sensor. Or _ When a vehicle in one lane passes through the detection zone of an adjacent lane. This type of occlusion can result in the same vehicle being counted in more than one lane. I. Detection Zone. The detection zone is a line or area selected through the VIVDS processor unit that when occupied by a vehicle, sends a vehicle - detection to the traffic controller or freeway management system. J. Detection Accuracy. The measure of the basic operation of a detection system _ (shows detection when. a vehicle is in the detection zone and shows no detection when there is not a vehicle in the detection zone). K. Live Video. Video being viewed or processed at 30 frames per second. L. Lux. The measure of light intensity at which a camera may operate. A unit of illumination equal to one lumen per square meter or to the illumination of a surface uniformly one meter distant from a point source of one candle. M. Video Monitor. As a minimum must be a 9-in. black and white monitor with BNC connectors for video in and out. 3. Functional Capabilities. The system software must be able to detect either approaching or departing vehicles in multiple traffic lanes. A minimum of 4 detector outputs per video processor module card and each card must have a minimum of 24 detection zones. Each zone and output must be user definable through interactive graphics by placing lines and/or boxes in an image on a video or VGA monitor. The user must be able to redefine previously defined detection zones. ~-s? 6266 09-OS The VIVDS must provide real time vehicle detection (within 112 milliseconds (ms) of vehicle arrival). The VIVDS processor unit must be capable of simultaneously processing information from various video sources, including CCTV video image sensors and video tape players. The video sources may be, but are not required to be, synchronized or line-locked. The video must be processed at a rate of 30 times per second by the VIVDS processor unit. The system must be able to detect the presence of vehicles in a minimum of 12 detection zones within the combined field of view of all cameras (a minimum of 12 detection zones per camera input to the VIVDS processor unit). Detection zones must be provided that are sensitive to the direction of vehicle travel. The direction to be detected by each detection zone must be user programmable. The VIVDS processor unit must compensate for minor camera movement (up to __ 2% of the field of view at 400 ft.) without falsely detecting vehicles. The camera movement must be measured on the unprocessed video input to the VIVDS processor unit. The camera must operate while directly connected to VIVDS Processor Unit. _ Once the detector configuration has been downloaded or saved into the VIVDS processor unit, the video detection system must operate with the monitoring equipment (monitor and/or laptop) disconnected or on-line. When the monitoring equipment is directly connected to the VIVDS processor unit, it must be possible to view vehicle detections in real time as they occur on the field setup computer's color VGA display or the video monitor. 4. Vehicle Detection. A. Detection Zone Placement. The video detection system must provide flexible detection zone placement anywhere within the combined field of view of the image sensors. Preferred presence detector configurations must be lines or boxes placed across lanes of traffic or lines placed in line with lanes of traffic. A single detector must be able to replace one or more conventional detector loops. Detection zones must be able to be fully overlapped. In addition, detection zones must have the capability of implementing "AND" and "OR" logical functions including presence, extension and delay timing. These logical functions may be excluded if provisions are made to bring each detector separately into the controller and the controller can provide these functions. B. Detection Zone Programming. Placement of detection zones must be by means of a graphical interface using the video image of the roadway. The 6-83 6266 09-OS monitor must show images of the detection zones superimposed on the video image of traffic while the VIVDS processor is running. The detection zones must be created by using the mouse or keypad to draw detection zones on the monitor. The detection zones must be capable of being sized, shaped and overlapped to provide optimal road coverage and detection. It must be possible to upload detector configurations to the VIVDS processor unit and to retrieve the detector configuration that is currently running in the - VIVDS processor unit. The mouse or keypad must be used to edit previously defined detector _ configurations so as to fine tune the detection zone placement size and shape. Once a detection configuration has been created, the system must provide a graphic display of the new configuration on its monitor. While this fine-tuning - is being done, the detection must continue to operate from the detector configuration that is currently called. When a vehicle occupies a detection zone, the detection zone on the live video must indicate the presence of a vehicle, thereby verifying proper operation of the detection system. With the absence of video, the card must have an LED that will indicate proper operation of the detection zones. Detection zones must be provided that is sensitive to the direction of vehicle travel. The direction to be detected by each detection zone must be user - programmable. The vehicle detection zone should not activate if a vehicle traveling any direction other than the one specified for detection occupies the detection zone. Cross-street and wrong way traffic should not cause a - detection. C. Design Field of View. The video detection system must reliably detect vehicle presence in the design field of view. The design field of view must be defined as the sensor view when the image sensor is mounted 24 ft. or higher above the roadway, when the camera is adjacent (within 15 ft.) to the edge of the nearest vehicle travel lane, and when the length of the detection area is not greater than 10 times the mounting height of the image sensor. Within this design field of view, the VIVDS processor unit must be capable of setting up a single detection zone for point detection (equivalent to the operation of a 6 ft. by 6 ft. inductive loop). A single camera, placed at the proper mounting height with the proper lens, must be able to monitor up to and including 5 traffic lanes simultaneously. D. Detection Performance. Detection accuracy of the video detection system - must be comparable to properly operating inductive loops. Detection accuracy must include the presence of any vehicle in the defined detection zone regardless of the lane, which the vehicle is occupying. Occlusion produced by vehicles in the same or adjacent lanes must not be considered a failure of the VIVDS processor unit, but a limitation of the camera placement. Detection - <-84 6266 09-OS accuracy (a minimum of 95%) must be enforced for the entire design field of view on a lane by lane and on a time period basis. When specified in the __ plans, furnish up to 24 continuous hours of recorded video of all installed intersection cameras within the 30 day test period for verification of proper camera placement, field of view, focus, detection zone placement, processor -- setup and operation. The video from each camera must show vehicle detections for all zones. E. Equipment failure, either camera or VIVDS processor unit, must result in constant vehicle detection on affected detection zones. 5. VIVDS Processor Unit. A. Cabinet Mounting- The VIVDS processor unit must be rack mountable. B. Environmental Requirements -The VIVDS processor unit must be designed to operate reliably in the adverse environment found in the typical roadside traffic cabinet. It must meet the environmental requirements set forth by the latest NEMA (National Electrical Manufacturers Association) TS 1 and TS2 standards as well as the environmental requirements for Type 170, Type 179 and 2070 controllers. Operating temperature must be from -30°F to +165°F at 0% to 95% relative humidity, non condensing. C. Electrical -The VIVDS must have a modular electrical design. The VIVDS must operate within a range of 89 to 135 VAC, 60 Hz single phase. Power to the VIVDS must be from the transient protected side of the -- AC power distribution system in the traffic control cabinet in which the VIVDS is installed. Serial communications to the field setup computer must be through an RS 232, USB or Ethernet port. This port must be able to download the real time detection information needed to show detector actuations. A connector on the front of the VIVDS processor unit must be used for serial communications. The unit must be equipped with RS 170 (monochrome) or RS 170A (color) composite video inputs video inputs, so that signals from image sensors or - other synchronous or asynchronous video sources can be processed in real time. BNC connectors on the front of the VIVDS processor unit or video patch panel must be used for all video inputs. The unit must be equipped with a single RS 170 composite video output. This output must be capable of corresponding to any one of the video inputs, as selected remotely via the field setup computer or front panel switch. Multiple video outputs requiring external cable connections to create a combined single video output must not be acceptable. A BNC or RCA connector must be used for video output on the front of the processor unit. Any other video formats used must prior approval by TxDOT TRF Signal Operation Engineer. 6-85 6266 09-OS Software upgrades and/or changes MUST be presented to and approved by TXDOT TRF-TM division, before being used. Failure to do so will be grounds for termination of contract and probation for responsible party(s). The unit software and the supervisor software must include diagnostic software to allow testing the VIVDS functions. This must include the capability to set and clear individual detector outputs and display the status of inputs to enable setup and troubleshooting in the field. 6. Camera Assembly. A. Camera. The video detection system must use medium resolution, - monochrome image sensors as the video source for real time vehicle detection. The cameras must be approved for use with the VIVDS processor unit by the supplier of the VIVDS. As a minimum, each camera must provide the following capabilities: 1. Images must be produced with a Charge Coupled Device (CCD) sensing - element with horizontal resolution of at least 480 lines for black and white or 470 lines for color and vertical resolution of at least 350 lines for black and white or color. Images must be output as a video signal conforming to - RS 170. 2. Useable video and resolvable features in the video image must be produced when those features have luminance levels as low as 0.1 lux for black and white, and as low as 1.0 lux for color, for night use. __ 3. Useable video and resolvable features in the video image must be produced when those features have luminance levels as high as 10,000 lux during the day. 4. The camera must include an electronic shutter or auto-iris control based upon average scene luminance and must be equipped with an electronic shutter or auto-iris lens with variable focal length and variable focus that can be adjusted without opening up the camera housing to suit the site geometry. The variable focal length must be adjustable from 6 mm to 34 mm. B. Camera and Lens Assembly. The camera and lens assembly must be housed in an environmental enclosure that provides the following capabilities: 1. The enclosure must be waterproof and dust tight to the latest NEMA 4 specifications. 2. The enclosure must allow the camera to operate satisfactorily over an ambient temperature range from -30°F to +165°F while exposed to - precipitation as well as direct sunlight. 6-86 6266 09-OS 3. The enclosure must allow the camera horizon to be rotated in the field during installation. 4. The enclosure must include a provision at the rear of the enclosure for connection of power and video signal cables fabricated at the factory. Input power to the environmental enclosure must be nominally 115 VAC 60 Hz. 5. A thermostatically controlled heater must be at the front of the enclosure _ to prevent the formation of ice and condensation, as well as to assure proper operation of the lens's iris mechanism. The heater must not __ interfere with the operation of the camera electronics, and it must not cause interference with the video signal. 6. The enclosure must be light colored or unfinished and must include a sun shield to minimize solar heating. The front edge of the sunshield must protrude beyond the front edge of the environmental enclosure and must include provision to divert water flow to the sides of the sunshield. The amount of overhang of the sun shield must be adjustable to block the view of the horizon to prevent direct sunlight from entering the lens. Any plastics used in the enclosure must include ultra violet inhibitors. 7. The total weight of the image sensor in the environmental enclosure with sunshield must be less than 10 lb. 8. When operating in the environmental enclosure with power and video signal cables connected, the image sensor must meet FCC class B requirements for electromagnetic interference emissions. The video output of the cameras must be isolated from earth ground. All video _ connections for the cameras to the video interface panel must also be isolated from earth ground. Use waterproof, quick disconnect connectors to the image sensor for both video and power. A camera interface panel capable of being mounted to sidewalk of a controller cabinet must be provided for protection of the VIVDS processor unit, camera video and power inputs/outputs. The panel must consist of, as a minimum, 4 Edco CX06 coax protectors, a Edco ACP-340 for the cameras and VIVDS processor unit power, a 10 amp breaker, a convenience outlet protected the ACP-340 and a terminal strip with a minimum of sixteen 8-32 binder head screws. The terminal strip must be protected by a piece of 1/8 in. Plexiglas. When the connection between the image sensor and the VIVDS processor unit is coaxial cable, the coaxial cable used must be a low loss, 75 ohm, precision video cable suited for outdoor installation, such as Belden 8281 or TxDOT approved equal. 6-8' 6266 09-OS Camera mounting hardware must allow for vertical or horizontal mounting to the camera enclosure. Pelco AS-0166-4-62 or equivalent is acceptable. 7. Field Communication Link. The field communications link must be a one way communications connection from the camera to the equipment cabinet. The primary communications link media maybe coaxial cable or fiber optic cable accompanied by a 3 conductor minimum 18 AWG, 24 VDC or 115 VAC camera power cable, or appropriate cable as approved. The following requirements must govern for the various types of field communications link media described on the plans: A. Coaxial Cable. Iri locations where the plans indicate coaxial cable is required as the primary communications link, this cable must be of the RG 59 type with a nominal impedance of 75 ohms. All cable must have a polyethylene dielectric with copper braid shield having a minimum of 98 percent shield coverage and not greater than 0.78 dB attenuation per 100 ft. at 10 MHz with a minimum 18 AWG external 3 conductor power cable or approved equivalent as directed by the Engineer. B. Fiber Optic Cable. If specified by the plans, furnish fiber optic cable in - accordance with the special specification for fiber optic cable. C. Twisted Wire Pairs. Must be Belden 9556 or equivalent 18 AWG TWP control - cable. All connection cables must be continuous from the equipment cabinet to the camera. _ No splices of any type will be permitted. Install lightning and transient surge suppression devices on the processor side of the field communications link to protect the peripheral devices. The suppression devices must be all solid state. Lightning protection is not required for fiber optic communication lines. The devices must present high impedance to, and must not _ interfere with, the communications lines during normal operation. The suppression devices must not allow the peak voltage on any line to exceed 300% of the normal operating peak voltage at any time. The response time of the devices must not exceed _ 5 nanoseconds. 8. VIVDS Set-Up System. The minimum VIVDS set-up system, as needed for detector setup and viewing of vehicle detections, must consist of a field setup computer and Windows based interface software (if required) or a video monitor with interface software built-in to the VIVDS processor unit. Live video (30 frames per second) must be available on the field setup computer to determine proper operation of detectors. The field set-up computer as a minimum, must have an NTSC video input port or equivalent. If a field setup computer is required for system set-up, it must be supplied by the supplier of the VIVDS. -88 6266 09-OS The field setup computer must include all necessary cabling and a Windows based program to interface with the VIVDS processor unit. This software must provide an - easy to use graphical user interface and support all models/versions of the supplied VIVDS. Live video with the detection overlaid is required for field verification of the system. 9. Temporary Use and Retesting. A. Temporary Use. When shown on the plans, the VIVDS equipment must be used to provide vehicle detection on a temporary basis. When the permanent vehicle detection system and related equipment are installed and made operational, the VIVDS equipment must be carefully removed and delivered to the location shown on the plans. B. State Retesting and Acceptance. Prior to acceptance, all VIVDS equipment may be retested by the State, even if the system was operating properly before removal. Repair or replace any equipment damaged during removal or transport and any equipment that does not meet the various test requirements. 10. Operation from Central Control. The central control must transmit and receive all information needed for detector setup, monitor the vehicle detection, view the -- vehicle traffic flow at a rate of 2 frames per second or greater for telephone, or 5 frames a second or greater for ISDN lines (as specified by the plans), and interrogate all required stored data. The remote communications link between the - VIVDS processor unit and central control may be dial-up (telephone or ISDN lines) or dedicated twisted wire pair communications cable which maybe accompanied with coaxial cable or fiber-optic cable, as shown on the plans. Communications - with the central control must not interfere with the on-street detection of the VIVDS processor. Quality of the video at 2 frames per second rate must be such that the view with the traffic flow is clear and in focus. 11. Installation and Training. The supplier of the video detection system must supervise the installation and testing of the video and computer equipment. A factory certified representative from the supplier must be on site during installation. In the event that the field setup computer is furnished by TxDOT, such installation and testing must be done at the time that training is conducted. Provide up to 2 days of training to personnel of TxDOT in the operation, setup and maintenance of the video detection system. Provide instruction and materials for a maximum of 20 persons and conduct at a location selected by TxDOT. TxDOT will be responsible for any travel and room and board expenses for its own personnel. 6-89 6266 09-OS Instruction personnel are required to be certified by the equipment manufacturer. The User's Guide is not an adequate substitute for practical, classroom training and formal certification by an approved agency. Formal levels of factory authorized training are required for installers, contractors and system operators. All training must be certified by the manufacturer. 12. Warranty, Maintenance and Support. The video detection system must be warranted to be free of defects in material and workmanship for a period of 5 years from date of shipment from the supplier's facility. During the warranty period, the supplier must repair with new or refurbished materials, or replace at no charge, any product containing a warranty defect provided the product is returned FOB to the supplier's factory or authorized repair site. Return product repair or replaced under warranty by the supplier with transportation prepaid. This warranty does not apply to products damaged by accident, improperly operated, abused, serviced by unauthorized personnel or unauthorized modification. --- During the warranty period, technical support must be available from the supplier via telephone within 4 hours of the time a call is made by a user, and this support must be available from factory certified personnel or factory certified installers. Ongoing software support by the supplier must include updates of the VIVDS processor unit and supervisor software (if a field setup computer is required for set - up). Provide these updates free of charge during the warranty period. The update of the VIVDS software to be NTCIl' compliant must be included. The supplier must maintain a program for technical support and software updates following expiration of the warranty period. Make this program available to TxDOT in the form of a separate agreement for continuing support. The supplier must maintain an ongoing program of technical support for the wireless camera system. This technical support must be available via telephone or personnel sent to the installation site. The supplier must maintain an adequate inventory of parts to support maintenance and repair of the camera system. 13. Measurement. The VIVDS will be measured as each major system component furnished, installed, made fully operational, and tested in accordance with this - special specification or as directed by the Engineer. The VIVDS communication cable will be measured by the linear foot of the - appropriate media type furnished, installed, made fully operational, and tested in accordance with this specification, other referenced Special Specifications or as directed by the Engineer. 6-90 6266 09-OS When the VIVDS is used on a temporary basis, the VIVDS must be measured as each system furnished, installed, made fully operational, including reconfiguration --. and removal if required by the plans, and tested in accordance with this special specification or as directed by the Engineer. This is a plans quantity measurement Item. The quantity to be paid is the quantity shown in the proposal unless modified by Article 9.2, "Plans Quantity Measurement." Additional measurements or calculations will be made if adjustments of quantities are required. When recorded video is required by the plans it will be paid for by each camera recorded. 14. Payment. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit "- price bid for "VIVDS Processor System", "VIVDS Camera Assembly", "VIVDS Central Control", - "VIVDS Set-up System", "VIVDS Temporary", "VIVDS Communication Cable (Coaxial)," "VIVDS Communication Cable (Fiber Optic)", "VIVDS Video Recording", and all accompanying software. These prices are full compensation for - furnishing, placing, and testing all materials and equipment, and for all tools, labor, equipment, hardware, operational software package(s), supplies, support, personnel training, shop drawings, documentation, and incidentals. A 3-conductor power -- cable must be included with the communication cable. These prices also include any and all interfaces required for the field and remote - communications links along with any associated peripheral equipment, including cables; all associated mounting hardware and associated field equipment; required for a complete and fully functional visual image vehicle detection system --- component. 6-91 6266 09-OS CITY OF COPPELL PROJECT SIGN 3' ~o~ ° _~I ~ 1 t/2" r ii -~ 1'-6' 3' ewe e~acatouHO pie ~ernAs COPPELL ~®G~ Ob((~~©G{~~~1G"~M70f0M~1 ~OM~(I~~~QI~C~(~~o ONTRACTOR'S ~,~'~~~:`,~~` ~':.f~1~~J' ~UV~U ~lvJ~®II III UVWI11TIi~p ~UV NJU ~L~J~O~ p~~~l~ ~~(~~[~~o ~~~ ~~Q~ ew~~~~~~~ ~1~~~ ~~VV~~~ ~~UUU ~ ~~ c~o~~~a~~®~o ~o~~~a~~©~~~ ~a~~ c~o~~~a~~o~~~ p~®a~ ~~~ o ~a ~~~~ e~~~~~~ ~©~p~C~~~Oa ®~11~C~o NJ L6WNJ000~LSWI(U C~~ "°osnNOOna ~~ ~ ewe e~ ~~ ~ ~ o ~~ w ~ ~~ _~~ NOTES: 1) LETTERING SHOULD BE 80LD TYPE 2) SIGN PANEL WILL BE 3/4" EXTERIOR PLYWOOD PAINTED AS SHOWN ON DETAIL 3) FRAME WILL BE 2"X4" STOCK- REINFORCED BEHIND SIGN PANEL AT APPROX. 2' CENTERS 4) ALL PAINT TO BE "OUTDOOR TYPE" 5) COPPELL LOGO TO BE PROVIDED BY THE CITY 6) MOUNTING POSTS TO BE 4"x4" STOCK SECURELY MOUNTED EXAMPLE: C~O~l Oo ~ ~OppC~~L~ :4PPELL ~©r~ ~af~Of~~1Q~0®~ CG®~l~G"p~~o LCONTRACTOR'S ~~-~~~.~ x .s ~~-. ~3~3 ~o Qa~PC~C~~O~ roc ~II II®~~ UV~V4il~~~o ~U~°~~°~~WV BETHEL ROAD I SST 99-0~~ CONTRACTOR: ~UOOOU( I~OD(fa 10;X1(XXl( (000 000-0000 crteseAVeo -~ ~~ ~n~ COMPLETION DATE: X;KXXXX 2007 °" "a `°~"` ~ _ _ .._. _ _: _ ._ ._ 1 ~„ J Z ~ W W Z LL O 0 } UZ w O U< O ~7 ~, ~: Z' 0 a w J J W a a 1,~ ~ °~° in i '"Y_3 PXi ' ~ v ~ W W O v v~v~ N W O SI C~~Ij i YI R<v~ ~ :~9 ~~ c. ~zz ~ (/~] 4 I' zry7 ~ ~ ~~ _ ~ y :o . ~~ ~~~Q~ J ~ ~ ~ ~ ~ a uI =A . 1 Z w V ~ O cd 5} 1 ~y~J ~ V < Z oc N ~ Sa IJ } F U~.,~~ ~~ wZ` ~i- f- ~2 ~s ~QO W u ~ g ~~ p C/1 ~ :. ~~ ~~ J - ~~.~, 1 t ~..G C .. Bali cx.r t\ ~ I ,~, $C~r~r~~ Sul sa~cwostiy pur> swll°N 1»I~i.ulaS '~ ;,.~ -.. ._...... .__.__....:exal lloddo~la, A1.J _. _. ..... ._.." - .~~..._. Sb~(31113dd0~ `~, ~1 a ~~~ i~ ~„^: NJIS A2ilN3 "113dd0~ ply Q " -- --- i ~ Q f-' U} o ~ ~ +~ ...~.. , ff G~ S a ~- I t g~~ F C7 Z ! ~ h 4. 4 ,r ~ ~~ '~~ ~ e t ~ ~ g v S ~ Q R ! , € a `I .c. 4 9 9 ~ ~ O ~ . ~ ~ j h~ = ~~ v~ 2 r € U W ~~ 1 a _ Q .4a6 ~ a ~ ~ a O N N Q ~ ~ ~ $4 S ao Lo g9 f 1 i ~ a ~ 9~~-'~-~S I t ® ~ ~ ~'~ Y ~~ r in Z V b ~ S E ~ W Z ~ 0 ~ cn b . - ~ .Q - ~- i , ~ QQ J a 1'~ ~+ V ^ ~ o i Q „ U ; x p .o-.x F i G ~ ~ Q J )r ~ 1 l I ~E Y l r~ r t I 7 ul e ~ ~ ~ o I ~ ~ ~ v~ 6 ' ~ V a ' ' i i P Q h a y ~ ? ~ ~ ~ r d ~ 3 n~. t1 z 0 ~ 7 z 0 ~ W ~ ..ti,._... ~ xD~ ~ ~ ~ I , J W F- ~ D ~ p f- ~ p ~ y ~ R~ ~ ~ b dD ~s ~ ~ O ~ : LL N y Ef ~ I s e 1 a '" _ a Co -~ 94 _._... _ ,.. .. _ _ ~_ ~.~N,,.__ _._ ._,...._...._.._...__,....._.._.~.:.__ _.~. _- ar ~ i ~ Y~ [u ~, • a ~ .e..] i. i + u. r': .al'po 4tr~ 1~ hID e w~ 9~,..~ ~i .n Y.d~; a.Nxt as ,~ i ~~~r, ~ ~ .id rrl,c" ~. SdX31 -'117dd0~ a Q a _ •,xt~ `sa;ei~ossy pua suy~oN'~~~{~~,,q~s` ' ;...;;;.- _^~ ,••• y~• NJIS A21J.N3 ll3dd0~ , . ...~............ .x.oeo n __-.~_.._~_..__.__ ~ 5 Z O H- U u U W 4 Y ~ j1 j j 1 S ~t ~ S r~ 2r ~f j ~ ~ ~ ~ t f ~ a, ~. ' i ~ ; i ~ $ - ~ ~ 1 tt i~ ~ !~ ~~~ ~tF~'` F It ~ ilttt ill ~+ ~ I t f ~t;i ' ; }i ss t`` ~ t f ~ s i ~ ~ ~ S ~F j ; ~~. !~~ t ~ ~i 1~ s9#i i~ j~ 1 t } (' { ~~ I S ~ i ~ ! ~ ~ ~ 1 8 tt ea aai aa; ~ ~s s! ~~ 1~~1 ; Ij !~ ~ ~ j ~~a x # {!~f j' s F 3) ; i j f ~ 3tt ~j~ rB9 jia."I!k3}}4 ~ ~ 3 tre'4R `~ S t ' 3 i t{jtt j ` ~ f ~ '~ I I ~ f 33 ~il5~€ll§IJiiid§ ~2 ~' 1 dS }~ ! { 1~1 ~ ~ s Ilal '~ ~ fjij ~; ~ i I; 3~. ~. ....~_~~~~i6~~~1~~~~~3.t'331i~~~ ~3_ ~~~S~~~il~ ~,i~~.a~tflal~p~,f~ ~~ '~< . ... ~. fie. . ~ 5 ~ " ,. I ~ ~ ~ f 1 , ~ ~ ~~ i ~}.. r ~ is I ~~ i ~ ~ 6 i ~~ C ~ t 7 i } ~ ~ t~ ~ a E~ ~ f (~ `` ~~ ~ ij ; t ~~ ~~ } ii ~ E t F 1 ~i~ d ~ ~ ~. i~ ' }~ ~ 1t F I F t ~ ~~ d ~1 ~ ;~ ~s t f! ~ t ( 1 f ~, ~ ,, t;r;g f= ~ ~ ~ ~t I ` i1~ If 6t 3.~1 t,~ , ~ ! ~t~f }}3 al =~ {, ~F~ ~I t ,~ 3 ;Ilia Itl-t !F ! `• 9 I t f, I` s I s t 1 1 li atF ~}~! .Iq E~~ ij~t ~ ~~~ 111 ~f d; tr~dlF~f :J [r1~f~ I~. ~ t 1 43~i -, S7 i ~ ~} ~ t ~ ~ 3 Jj ~ i i F5s {~ t t to f' t~ t11' r I r l - ~ ff 1 5 d ! ~ 9~ ~'~ ~~ ~ f e ~ 1~ ~ x ~ 1 , t -1 I ~ 7 Jf ~3~~ i~,f~ts~F! ~.~ ~t'a II ~ ~~ ~i~~t ~3FTI~t ~tl~ ~~~i~iljl;F ~ii~tR`I 3~ I x la g j{ a F~~f I (,~ t fF~? ~~ ~~~ 1tltl ll~i~ ; ,3,~1 ~i~,i l.sa ~ti,t ~~~I` ~i~1~i11s`~dabj~iElf,~~48t]t~°:i ~!~ IF~_ ._.~_ ~1s~s~~lRast~s9~~t~a'~1t1•cE~$~g~l~,gq'9tf: ~~~<.~ a it. eeY ~. . ea ... ~'a v ~ a.e a ~ii .ie ltia _~~ _ 3, ~ 1-! Ilift I t # ~ ~ if ~ ~ ~'. it r~ ~ q 1{;g_! 'e ;i a i=# .lil ; ~' t .~ ~ 1 j~ , It ! , tj ~ 1 ,j~j; ~~ {! I eft ~3~ 3; f ; I ~~ 3 ~ ~; ~ ` ~~3 1 ~i ~' t~ i ~ ,~~ ~~ ~~ ;j 3;l (1~= is ~z ~ { ~~ ~ ~ t~ je t ~ i~( ~~ It ~ ~ 1. t ~ a I~,~ tai ~,f Ei ~~~ ~(~{ ~ s ~ ; ~ }~~ ;~ ~ ~ ~ I~ ~ pt i;~i(t j~ ~ ~ ~ ~'j ~![ 3~ ° 3 i'j i ;~ ~ ~~~ ~~1 . ft~ ~` iFt; f~i 8 I ~ I I t !~ ~y ; ~ ~ j~ 1 S ~ li;i~~ i 8 ~ 3Fk ~ ~ ~ `t~ ~i i~ .~ ~ j it ~ "~ ~j 5 i! a € t ~` ~t~ 1 ~,~ y 1} ~i ~ sI. ~ ~ ~ ' 3 ~ K ~ ~~ : I~ - :~ +~ ~~ i I = ~ ~ ~ • ~ , _~; .t ~ ~ ; J F~ It ~ ~ ~t 3 : ~ 3, l I: II ~ 3;~~~ pl ~,~ 31 li F I;a~t;~. ~1~~ ~~.~. ~~i~<e a~3~~~~1 ai ~ ~~.!3:II~i~Et~..~ 1~~ : _ _ r € s q ~ ~ e q a a ~ : 7 a o ~_ - - q R. ..a_._. X_ . c . ., _ -S._ t r : - ~ - -~ tt- ; » Fa t - - ~ - 1 +- 5 is [[ a t~ t ~~ ` ~ ~~ `; ~`t'~ !j 2: t ~ I ~ +t ` (' ~`+ 1- s' tQ 1 t t 4t ~ i 1 1 y i d~ ~F 31 ~ 9 t,t 't 1 i t ~. ~~ ~~ ~ [f ~~ { ~ a Ei~ It;1F '~I +~ l~flt ~ ~ t ~,1 - - a:~ 11 f. ; 111 ~ !I i 1 ~ t t= ~_ ~ ~ '1 ~ -i F~ ~ ~ Ij ~ r~~ f 1 tte ~ ~}1 It ~ i ;i~l- ! t! } 1 . ' s 2 1• t t- ~ ~} ~] ~ C~ ~' 9 ~ ~ t`` (~~~~ ~ ~~ !~t f~ I EI fft1;1 ~ ~s= ; ' j,~ ~~ ~i~ II ~ ~ tiil~t ~ ~~ t ~e ~` ~ I~ ~ ~~ 1 l !f ~~~ ~jt,C~ ~!~ ~'• t~~~ i; ` ~ iF~~~o~~ ` ~ ~~(EI ~ ~~i ~~ ~~~ 1~ ;~ ] E;~{y{ , ;~ ~ ~ 3~ I~ t i~~ ~ ~~ ~ 3 ,. ~~~ tj~ 1. ~ , ~f 1t~1 f f,! .~~. i ~tll~ i„ I~ It it t ~, t Id I ~ ~ ;>j ~ E ~ , ; ! ~ ~f rF~ ~~~~;~ ~~ ~ t!; ;'1• ~~ ~» ~(ilt~i ~f I '4~ i f -~~ i ~4 ~I- f~ ~, I~ I~F~~ I [g j ~ I ~ {t t I q E ~ at tl ~ ~ I.~ !' ~' l~ o i? '~i t ~~ t ~ ;~ ~'~ I~it~~ if ~t~ ~~;~ ~~ I}~j~{~j'Iftjii~i ~i~~i ~ ~~~ ] ij ~F ~~ -F ~: ~,3:~! ~~ R~ ,'~ i ~~ i 3 t i.i ~ ~t' - ~ E ! to ': ~~ I:!', t 1'~', i{~ ~ ~~ j ~~ ~ ~~~ , t 1 t ' ~ ~ :fi-f1,t~~llF~f~laFFt.F ~ ~ Q ~ ~ !~ it }~- a! ~ ~t fs ~ ~ t f 1 ~ 1t }t { + ; .- t : i E !t~ ~ aad~ ~ !~ ~#~ f I ~ a~ i Fds ~{~:1~ tR ~ If1 ~sF! i; ....... _..::~ - :ms ~~`` ~ ~ : F;: 6 s xasf~~ ~ -j ¢s . ~t~ 4~ 4 . ,~ i < . ~F ~ . I . . . ~ ~ BSI{ Q . ~ Fil~ ~~ ~~ ~~Elf; ~e ~~ $1 ~ g,x ~o-9a p l a 0 2 » 11 r9i LP.YJj ~~~DJt1U~ )0 61!'J .. . arnMx~ r ~>~x, rh ic,. 9v.¢r.:n~i9u ?.~.. +g.,4, ° ~Y~ ~., Fuxu.~.,r. P~ .. ~~..., rotgyr .~Je+tWn~rr».,Ms~d] .Jbtl..n -- SVX3J. l"17dd OJ ~ ¢' ' » R~La .e.. NJIS 1~2l1N3 ll3dd0~ ' _ ... ... '~a~'saao~~ossy Nut? su~pod'h>,ai.u1~5 ~.:.. _-______ i Y Z O F- Q U ~_ U W d t ~ ,~{{ ~ T 4 1 1 # ~~ ~ ~3i~ 1 ! 1 ~~~ ~ ~I ~~j ! 141 ti ~ ~t ytiili k i ~ s B ~ e 1 ~ i ~ _ ~ ~ ~ i :j 1' ~ ~ ~ fl~i ~ € ~ ~ f c ~ Y ~ ~ ~ ~ , ~~ ~ ~+ ~~ ~ ~~ ~I 6 ~ ~~ I~j~ ~ i I ' P I ~ t. ~ ,. 8~ i 3 ~j ~ 1 ~t ~, ~ jj I E E { , f ~ ~ 1 1 ~~ ~i ~ if 1 t~ .. t ~~ ~ ttil ~ - ~ I 1 1 I ~s.tl ~ ~~:1~,CS ~~ ~1-p(1 ~p,~]Id~l ~ 1)1j ~ ~l.t ~4~ 1~ 5a ~`1 1 { 1 ~ y ! I9 {! IS ~ ~ ~i e~ a! a~ l1 ~ 4~ ~t 3i ~~ {~~1~ ~~ i { 3~ e t f S 5 A i i t t _ i w 4~ t 9 ~ t i j ~ ~ i ~ 1 ~ ffJ~~ ~~~ ~' Y lei I ~y ~~ ~~ i ii i1 i~ 1 ~ ~ ~ ~ I t ~~ 1 ~ 1 ~ sus ~ fl f• i t; ,, ~ ~~~~li;~~slt~t ! ~~~1li~ixsl~:~..~ ~~1y.l~~ifi~~~n~.,t ~~ § ~ a I___.. ,, ,, saxal 'paddo71~~11J X91 s. i,t v. Ch , ~ °~J tai; _... rS'~ ...,:., . ~. ~j Ausnl~. 0waa~rB~q .,anpa~q>ry xlrxryr~e+[nurp,~.,.q __-.__ SVXB.I 'll]ddOJ ~ t ~~ " "" ~JU~ s~}oiJOSS~ pue suillo~'!~>IJUy~s L4GL-. r ,,.< N`JIS A2l1N3 'll3ddOa ' + ~., ~_ 4 a C!C y`egyg-g a tQl :~ ~jp Y5~~11= 9f:gP`'!5 ~ Sq ~ ~ 3 ~~ ~ ~ B{ ~ f(~! {j ~` P~l~ rA q}" ~ ~~tZEEQPjRS 6(`~~~ Z ~Y ~ b $~ 7~ ~ff" yy yf a np L~ ~~ a~63C5y ~~ 'r 7 x ~ 4 Ra ~~ ~e7I3 F~ y 4 C' p8 R~ b G~ .yTLp R i~y ,~ i ~pR1 e~~~ ~~ ~~~ 4~ iijx~~~x~ gae~~a ~ 4~~~~~ ~~ ~~ qi ~Ca'~e sr~~ pypy{6y fie{ sQ y' ~ ~ ~ ~ yx 2 o}y y ~e$ Q ~xie{ ~ ~7y9 YQaa{ F~ yy~~tO ~~~~ ~Q~F~,~t~ll2„ ~ Y~~~~~ ~ a~l~~ ~4C~S gY~Y x ; ~ jd~l~?~~I~~il~f~ F gr€~. ~~ ~ ~5~sl~~v~~a ~ dE~l)~~f~a~i~,zsj_~i 8 az ~ ~~ 9 ,_?.-._ ~_~ l k .~- ~{ !~ ~1 { ' f c_~ a~~ ~~ ~4 Z ~ ~{1 - 1 3L7~~ I t J ~ "' ?~~_ - _ __I - -- _.~~ ~----- ---- - ` J - l - --- ~ ~ , ~~ ~~ L~ a; ~ aQ. ~ `i ~7 eg ~c f:PJ 2ec !! .. i .. __ ~ ~_ -~~_t- / S. _ - _~ _-- ~a ~~ 7 ~N~ ll-- -, ~ ¢., ~ ~~ -~--- r,r-i'---'-- ~---y J ~ Q r - 9 I l"?, - - a I a e .--. _ - ~ ~ ~a ::lse; (is;yelt.::~ at:~ E!!: :{ »{:5:: :76;st:.!!~!EESE ol.tii, -f:?=y•tt ? b ;,,:,r. :. .... ....... ..... .... ... ... 11{ f ~ ., ! 6 ¢ { t~! { ! ,~ ~e !!i~ ! 9 ~a {~~{i? ))((1 ~ ~ r1! { f~t tS Efpp ~ {I~t~i»i~{ 1 tS+ E ~ !!sl?be I~~;Sv~l~~ bs~ ittlR~ ~FrA~~ ~ll~ilN 1~l~~Ell3t1i13! iE~i~eess~s»ssl~~ ~ ~ SR~'ts{f I qp rf 11i».-11.51 Srd{::IQ{fe YS.Led.{la!{1! :~s:us~L! „•4:l.e:lY ~:r...E! +;1.:e :rlr fea~ .. . S ~ t ~4 ~ iE's~11lEf,~i nEl89i~li~l ~~i~l~~R~ii~~f a~iiili~al l9~~~~~Il~ t:~~~A~I ~~Efi! ~'{i ~~il~ {. c vi :' 8{' i N ~` ~:~ ~g~ o t o~l ~N, z~ F ~ ~ba ~ ~`, Z ;~q~ ~~ 3~x4j 2 /~ GABION STRUCTURES 1.0 DESCRIPTION: 1.1 Gabion structures consist of rectangular, compartmented, woven wire mesh baskets filled with stone used to build earth retaining and erosion control structures such as: retaining walls, channel linings, headwalls and flexible aprons for pipes, slope protection, bridge revetments and weirs. 2.0 MATERIALS: 2.1 Gabions shall be prefabricated in accordance with ASTM A975-97 to the size called for on __ the plans, or as otherwise approved. Gabions shall consist of galvanized wire or galvanized wire with an additional PVC coating woven into a uniform, hexagonal-shaped double twist pattern with openings approximately 3-1/4" x 4-1/2". The mesh shall be fabricated in such a manner as to be non-raveling and to provide the required flexibility and strength. All wire used for gabions, including lacing wire, shall have a tensile strength of 54,039- - 68,259 psi in accordance with ASTM A641-92 Class 3, soft temper. Elongation shall not be less than 12% in accordance with ASTM A370-92. The zinc coating shall meet the requirements of ASTM A641-92, Class 3, soft temper coating and shall be a minimum quantity of 0.70 oz/fl2 for wire 0.087" in diameter, 0.80 oz/ft2 for wire 0.106" in diameter, 0.85 oz/ft2 for wire 0.120" and 0.134" in diameter and 0.90 oz/ftz for wire 0.154" in diameter. Mesh wire, selvage wire and lacing wire diameters for galvanized gabions and galvanized gabions with a PVC coating shall be in accordance with the nominal diameters listed in Table 1. Tolerances of all wire diameters shown shall be +/- 0.004". All testing of wire diameters shall be prior to fabrication. TABLE 1 -NOMINAL GABION WIRE DIAMETERS Galvanized Wire Galvanized Wire with PVC Coatin Mesh Wire 0.120" 0.106" (US 11 au e) (US 12 au e) Selvage Wire 0.154" 0.134" (US 9 au e) (US 10 au e) Lacing Wire 0'087 ' 0.087" (US 13-1/2 au e) (US 13-1/2 gau e) 6-98 Polyvinyl Chloride (PVC) used to coat gabion wire shall meet the following specifications: _ Color -gray; Nominal Thickness - 0.020 inches; Minimum Thickness - 0.015 inches; UV Resistance - 3000 hours using apparatus Type E when tested according to ASTM D 1499 and ASTM G23; Salt Spray Test - 3000 hours when tested according to ASTM B117; Abrasion - Resistance -weight loss not more than 12% according to ASTM D1242. The PVC coating shall be uniformly applied and shall be free from cracks, splits, stretched or stressed areas. Assembled gabions will form a rectangular unit with a minimum thickness of twelve inches (12"). -- The base and sides are to be woven into a single unit. The bottom of the end panels shall be factory connected to the body in such a manner that the strength and flexibility at the point of connection is approximately equal to that of the mesh. The lid for specially fabricated gabions may be separate construction. The gabion shall be divided into cells of approximately equal size by factory connected diaphragm panels using mesh of the same type and gauge as the body of the gabion. The diaphragm panels shall be secured in proper position on the base in such a manner that no additional tying is necessary. The length of the cell shall not exceed its horizontal width. All perimeter edges of the wire mesh forming the _ body, end and diaphragm panels shall have a heavier gauge selvage wire woven into the edge of the mesh panel. All cut edges of the mesh panels forming the body, tops of ends and diaphragms shall be securely attached to a heavier gauge selvage wire by a minimum of two _ complete turns of the wire mesh around the selvage wire. Lacing wire shall be supplied for securely fastening the gabions during all steps of assembly - and construction. Lacing wire shall be included with the gabions in sufficient quantity for tying gabions in accordance with the specifications. No other wire except of the type supplied with the gabions maybe used. Gabions furnished by a manufacturer shall be of uniform size and subject to dimension tolerance limits of+/- 5%. The gabions shall be certified by a notarized, sworn affidavit from - the manufacturer showing compliance with the specification requirements. 2.2 Gabion Rock used to fill the gabions shall be clean, hard, durable, 4" to 8" well-graded crushed limestone. Not more than 1 S% of the rock (by weight) shall pass a 4" opening. For 12" gabions, 4" to 6" well-graded crushed limestone may be used. The rock shall be clean and shall be stored and handled in a manner to prevent contamination. Prior to placing the rock, samples shall be delivered to site and shall be approved for gradation and appearance by the engineer. 2.3 Geotextile Fabric for use as a filter media, when specified on the plans, shall be placed along the gabion structure as shown in the plans. The fabric to be used shall be: Non-woven, -- polypropylene, needle punched geotextile such as Mirafi 140N, MacTex MX140, Contech C- 46 NW or approved equal. 6-99 2.4 Crushed Stone Drainage Material, when specified on the plans, shall be placed to the limits as shown on the plans. Crushed stone drainage material shall consist of 1" minus crushed - stone in accordance with ASTM C33, size 57. Granular filter media comprising drainage layer (minimum width as specified on plans) shall be subsidiary to gabion unit price. 3.0 CONSTRUCTION: 3.1 General - The gabions shall be installed in accordance with the size, type, and alignment as - shown on the plans. PVC coated gabions shall be used in the areas as specified and shown on the plans. The placement of the gabions shall be in close conformity to the lines and grades shown on the plans and shall be in strict accordance with these specifications. 3.2 Geotextile Fabric Placement - After excavation to the subgrade elevation has been performed, the geotextile fabric (when specified) shall be placed to the limits as shown on the plans. Care shall be taken not to place the fabric in a manner exceeding the limits shown on the plans. Where splices occur, adjacent pieces of geotextile shall be overlapped a minimum of eighteen inches (18"). Fabric shall be secured, when necessary, by pins or other suitable means before placing the gabions. Excess fabric protruding past the finished gabions shall be cut off. 3.3 Gabion Assembly - Gabions are assembled in the following steps: (1.) Unfold the baskets on a hard, flat surface and stamp out all kinks. (2.) Fold up the front, back, and end panels and fasten the panels together with the projecting heavy gauge selvage wire by twisting the selvage wire around the selvage wire of the other panel two complete turns. (3.) Fold the inner diaphragm panels up and secure in the same manner. (4.) Tie all edges of the diaphragms and end panels to the sides of the gabion by the tying method as specified below. - 3.4 Tying Method -PROPER TYING OF GABIONS AT ALL STEPS IN THE ASSEMBLY AND CONSTRUCTION OF THE GABION STRUCTURE IS CRITICAL TO THE PERFORMANCE OF THE FINISHED GABION STRUCTURE. 1. Gabions must be tied in the specified manner at each step of construction: a.) Initial assembly; b.) Tying to adjacent gabions along all contacting edges; - c.) Tying of lid to sides ; d) Tying of lid to top of diaphragms; e) Re-tying of cut gabions. 2. All tying of gabions shall be performed in the following manner (See Fig. l ): (1.) Cut a _ length of lacing wire approximately five feet long. (2.) Secure the lacing wire onto the gabion at the end by looping and twisting the tie wire together. (3.) Proceed tying with double loops (made at the same point) every five inches apart. The basket pieces should _ be pulled tightly together during the tying operation. (4.) Secure the other end of the 6-~ 00 lacing wire by again looping and twisting the wire around itself. No other wire except of the type supplied with the gabions maybe used for tying the gabions. 3.5 Gabion Placement -After each gabion has been assembled, it shall be placed in position empty and shall be tied to adjacent gabions along all contacting edges in order to form a - continuously connected structural unit. 3.6 Filling Gabions - IT IS CRITICAL TO THE PERFORMANCE OF THE FINISHED - GABION STRUCTURE THAT GABIONS ARE FILLED TO THEIlZ MAXIlVIU1VI DENSITY WITH VOIDS IN THE GABION MINIMIZED. When the assembled empty gabions have been installed and tied together, the gabions shall be filled in the following manner: The gabions may be filled by machine, but shall be filled in layers or lifts not exceeding twelve inches (12"). Care shall be taken when placing the rock into the gabions to insure that the gabions are not damaged or bent. Do not drop rock from a height greater than three feet (3'). Suitable sized and appropriate machinery will help prevent damage to the gabions during the filling operation. Edges of gabions and diaphragms may be protected when necessary by tying steel reinforcement to the edges of the gabions or other suitable guard mechanisms to prevent damage or deformation of the gabions. 2. After a twelve inch (12") layer of rock has been placed in the cell, sufficient hand manipulation for the rock shall be performed to minimize voids and result in a maximum density of rock in the gabion. 3. Gabions that are three feet (3') high shall have a looped inner tie wire installed in each cell connecting the front and back faces of any unsupported face at the vertical third points, or - 12" and 24" from the base of the gabions (See Fig.2). Individual cells may not be filled to a height greater than twelve inches (12") above any adjacent cell unless looped inner tie wires are installed in both directions. 4. Each gabion shall be filled to its maximum density, which is slightly higher than the sides and the surface smoothly leveled minimizing voids. 3.7 Closing Gabions -After the rock has been leveled, the lids shall be pried down and over with a bar or lid closing tool until the edge of the lid and the edge of the gabion are together. Care shall be taken so that the mesh is not excessively deformed. It should require a light stretching in order to bring the two gabion pieces together. The heavy projecting selvage wire of the lid shall then be twisted around the heavy selvage wire on the sides two (2) complete turns. The lid shall then be tied to the sides of the gabions and the tops of the diaphragms in the specified tying method. The lids of the gabions shall also be tied to adjacent gabions along all contacting edges to insure the formation of a continuous, connecting structural unit. Special attention shall be given that all projecting sharp ends of wire are turned in on the completed gabion structure. 6-101 3.8 Cutting Gabions -Gabions may be cut to form curves or bevels. Overlap the cut pieces and - re-tie in the specified manner. Re-tying shall be in a manner so as to produce a closed cell when completed. Excess mesh wire shall be cut off or shall be tightly and neatly laced down. Care shall be taken that all projecting wire ends are turned inwards or cut off. 4.0 QUALITY CONTROL - 4.1 Proper tying of gabions during all steps of construction and gabions being filled to their maximum density with a minimum amount of voids is critical to the performance of the finished gabion structure. Therefore, compliance with the technical specifications will be ~- closely and thoroughly inspected. Any work not meeting the implied quality will be rejected. 5.0 MEASUREMENT AND PAYMENT 5.1 Measurement of gabion structures shall be based on the volume in cubic yards of gabions installed and filled to their maximum density with a minimum of voids and shall include the volume of embedded items when applicable. Gabion structures shall be paid for at the contract unit price per cubic yard. The unit price shall include full compensation for placing all materials (gabions, rock, geotextile and crushed stone drainage material) and for furnishing all tools, labor, equipment, and other incidentals necessary to complete and install the gabion structure in accordance with the intent of the plans and specifications. Any excavation required for placement of the gabions shall also included in the gabion unit price. 6-102 CEMENT TREATED BASE Qualification of Supplier: Supplier should only be considered if they have been established in the business of producing and/or manufacturing specified product for one (1) year or more. If requested, supplier must provide references to provide proof of at least twelve (12) months in the specified line of business. Cement: Cement for Cement Treated Base shall conform to ASTM C-150, Type I, II or V. Water: The water for the base shall be clean and free from sewage, oil, acid, strong alkalis, vegetable matter, clay and silt. Aggregate: The Cement Treated Base (CTB) aggregate shall consist of durable coarse aggregate particles of pit run gravel or crush stone blended with binder material such as cushion _ sand when needed. The aggregate, when tested, shall meet the following requirements unless otherwise specified. GRADATION Sieve Size Percent Retained 2" 0 #4 15 - 55 #40 50 - 85 #200 85 - 100 The material passing the No. 40 sieve shall be known as "Soil Binder" and shall meet the following requirements. The Plasticity Index shall not exceed 15. The Liquid Limit shall not exceed 35. Strength Requirements: The unconfined compressive strengths required for the CTB Material will be as follows: -- Class"A" 400-psi with a minimum of 5.0% cement Class"B" 750-psi with a minimum of 7.0% cement. - 6-103 The mix will be designed with the intention of producing a minimum average compressive strength of 400 psi with a minimum of 5.0% cement and 750 psi with a -- minimum of 7.0% cement. Compressive strengths will be tested at seven days using unconfined compression testing procedures. Cement stabilized base specimens shall be molded in accordance with ASTM D-559 and D-560 method A or B, as applicable, and - tested in accordance with ASTM 1633. Supplier furnishing CTB, which meet the above compressive strength requirements with -- less than specified cement content, must furnish the City of Coppell test results certifying that their material meets these psi requirements by a reputable independent laboratory. Mix Design: Supplier shall submit a copy of the mix design for each type of aggregate that they - purpose to furnish under these specifications. Anew copy must be submitted with any change of material. Testing: Supplier shall submit a report from a reputable independent testing laboratory stating that the material does meet the City of Coppell specifications. Mixing Plant: The cement, aggregate and water shall be thoroughly mixed in an approved processing - plant. The mixer shall be a stationary twin shaft pugmill equipped with paddles for mixing. The plant shall be equipped with feeding and metering devices to add the base material, cement and water into the mixer in the specified quantities. The moisture content of the mixture shall be maintained between one percent below and two percentages above optimum moisture or shall be maintained within the range established by the engineer. The amounts of cement and moisture are expressed as percentages of dry _ weight of the combined aggregate and cement. Placement and Compactions: The subgrade shall be firm and able to support without displacement the construction equipment. The Mixture shall be transported to the job site in suitable vehicles and shall __ be deposited on the moistened subgrade and spread in a uniform layer by means of approved mechanical spreader. Not more than 45-minutes shall elapse between the start of moist mixing and the start of compaction of the cement treated mixture on the - prepared subgrade. Immediately upon completion of the spreading operations, the mixture shall be - thoroughly compacted. The number, type and weight of compaction equipment shall be sufficient to compact the mixture to the required density. 6- 104 Finishing: - When initial compaction is completed, the surface of the Cement Treated Base shall be shaped to the required lines, grades and cross sections. The moisture content of the surface material shall be maintained -2% to +2% of the specified optimum moisture -- content during finishing operations. The Cement Treated Base shall be uniformly compacted to a minimum of 95% of the maximum dry density obtained in ASTM D-558. Compaction and finishing shall be completed within two (2) hours at the time moisture - was added to the mixture and produces a smooth, dense surface free of compaction planes, cracks, ridges or loose material. _ Longitudinal joints shall be formed by cutting back into the compacted material to form a true vertical edge. Care shall be exercised to ensure thorough compaction of the base material immediately adjacent of all construction joints. Curing: After the Cement Treated Base has been finished as specified herein, it shall be kept continually moist for seven (7) days or until a Bituminous Prime Coat has been placed. 6-105 Mitigation Ptaa for the Tributary G-I, Coppelt, TX - USACEProjectNo.; 200400181 I1. Planting Plan Various species of native trees, shrubs, and herbaceous vegetation will be planted to establish a riparian corridor of native vegetation along and within the modified section of Tributary G1 channel. Although the width of the riparian buffer is limited by the. existing constraints of the project area Listed before, these plantings will increase the diversity and quality of food sources - within the riparian corridor area as well as provide slope and bank stabilization, water quality improvement, habitat for wildlife, and an aesthetically pleasing channel to the extent practicable. -- The plantings include i 78 canopy trees and 344 understory trees and shrubs. A mixture of herbaceous species including native grasses, legumes, and wildflowers will be planted beneath the tree and shrub species along the top of the bank. A mixture of selected herbaceous species will also be planted along the meandering base flow channel within the stream bottom. Tables 2 list the vegetative species to be planted in the identified planting zones. TABLE 3: MITIGATION PLANTING ZONES ALONG MODIFIED SECTION OF TRIBUTARY G1 Zone AI stream Channel Bottom Outside of Base Flow Channel and Gabion Baskets- - Herbaceous Vegetation Only Common Name Scientific Name Se~6 Rate ouads/Acre Prairie Wildrye Elymus Canadensis 4 Virginia Wildrye Elymus,virginicus 3 Grasses Inland Seaoats Chasmanthium lati,~ollum 4 Lowland Switchgrass Panlcum virgatum 4 Indiangrass Sorghastrum nutans 4 Legumes Illinois Btu~dleflower Desmanthus illinoensis IS Clasping Coneflower Rudbeckia amplextcaulis 1 Wildflowers Cutleaf or Engelmann Daisy Engelmannia pinnatifrda 2 Obedient Plant Physostegia intermedia I Scarlet Sage Sulvia coccinea 2 __ Alan Plummer Associates, Inc. /~ Page 21 ro ~ ~ O'' Mitigation Plan for the Tributary G-I, Coppell, TX USACE Project No.: 200400181 TABLE 3: MITIGATION PLANTING ZONES ALONG MODIFIED SECTION OF TRIBUTARY G1 (CONT.) Zone A2 -Top of Bank of Modified Chancel -Herbaceous Vegetation with Canopy Trees, ~mAll Treec. snd ~hruhc* Common Name Scientific Name Number Black Walnut Ju Ions ni a 20 Slippery Elm U1mus rubra (U. fulva) 25 Canopy Chinquapin Oak Quercus muhlenbergii 25 T~ Shumard Oak Quercus shumardii 25 Bur Oak Quercus macrocarpa g Pecan C a illinioertsis 15** *Trees shall he at least 5-gallon container grown size or comparable size harvested from local - area. **Dces not include preservation of several mature pecan vees within existing riparian corridor (nnt nprrccs~rily within F~ Print eacemendfuture right-of-w8vl. Commoe Name Scientific Name Number Deciduous 1-1011 Ilex deciduas 15 Texas Redbud Cercis rexensis 8 Eve's Necklace Sophora a~nis g Small Rou h-leaf Do ood Corpus drummondii 30 Trees and Rus Blaekhaw Viburnum ru rdulum 10 Shrubs Smoothleaf Elbowbush Forestiera pubescens var. glahrifol is 6p Coralbenry Symphoricorpos orbiculatus 105 'Shrubs shall be at least 1-3 gallon container grown size or comparable size harvested rrom the local area. Flprha~nnna Sped Mi:tnre Common Name Scientific Name Seeding Rate ounds/Acre Prairie Wildrye ElymUS canadensiS 3 Virginia Wildrye F_lymus virginicus q Inland Sesoats Chasmanthium latifolium q Grasses Little Bluestein Schizachyrium scoparium 3 Indiangrass Sorghastrum nutans 2 Silver Bluestein Bothriochloa laguroides ; Legumes Illinois Bundleflower Desmanthus illinoensis 15 _ Alan Plummer Associates, Inc. Page 22 ~o' ~ nT Mitigation Plan for the TributAry G-1, Coppell, TX USACE Protect Na: 200400181 Plains Coreopsis Coreopsis tinctoria 1 Lanceleaf Coreopsis Coreopsis lanceolara 2 5 Wildflowers Gayfeather Liatris macronrrta 2 5 Nuisache Daisy Amblyolepis setigera ~ ~ 2 Lemon mint Monarda citriodora 1 12. Planting Success The planted mitigation areas will exhibit an 80 percent ground cover of herbaceous species three consecutive years after planting or the areas will be replanted until an 80 percent ground cover is achieved for three consecutive years after the most recent remedial planting and none of the three most dominant species may be non-native, noxious, or invasive species. The tree and shrub species specified in Section 11 will have a minimum survival of 80 percent of the total number planted for five consecutive years after planting. Eligible trees will be those specified in Section 11 and be at least one-inch diameter at breast height or six feet tall. Eligible shrubs wil! also be those specified in Section 1 i and be at least two feet tall. If the survival is less than 80 percent within the designated mitigation areas five years after planting, the City will replant as necessary to achieve the minimum density for five consecutive years after the most recent remedial planting. Volunteer growth that meets the species and size criteria will be eligible for counting. 13. Performance Standards The mitigation area will be maintained until such time as the USACE is satisfied that waters of the U.S. meet the definition of a water of the U.S. under the Regulatory Program regulations as of this permit's authorization date and that this water of the U.S. is functioning as intended and at the ecological level described in the mitigation plan, and buffer and riparian zones and other - areas integral to the enhancement of the aquatic ecosystem are functioning as the intended type of ecosystem component and at the level of ecological performance described in this mitigation - plan. __ Alan Plummer associates, Jnc. Page 23 Co - ~ Q8 SECTION 7 SPECIAL PROVISIONS T M E G 1 T Y O F COPPELL ~~~~ T p F Q X A S ~ 8 SECTION 7 -SPECIAL PROVISIONS QUALIFICATIONS OF GABION CONTRACTOR All gabion construction shall be performed by contractors or subcontractors with demonstrated acceptable experience in gabion construction in accordance with the criteria outlined herein. The contractor should be advised that evaluation of all experience is subject to approval by the Owner. - The contractor shall have a minimum of five (5) years acceptable gabion construction experience. The contractor shall provide if requested by Owner the following information in tabular form for evaluation by the Owner: • Contractor/Subcontractor name and address. • Key personnel committed to this project, along with their titles, total years experience in gabion construction work, and number of years with this company. • Number of years company has constructed gabion structures with in-house crews. • Earliest gabion project. - • Total number of projects constructed with in-house crews. • Number of gabion projects constructed in the previous five (5) years. - For each of the projects required to be listed by the following item, include the project name; date of completion; location; owner's name and address with contact person(s); scope of work, including the quantity of gabions and the percentage of the gabion construction cost compared to the total contract amount. • Using attached form, list a minimum of five (5) gabion projects, completed or under construction, located in the Dallas/Fort Worth Metroplex of similar size and design completed in the last three (3) years. 7-2 Special Provisions __ CONTRACTOR/SUBCONTRACTOR QUALIFICATION FORM FOR GABION CONSTRUCTION (TO BE SUBMITTED WITHIN S DAYS OF REQUEST) List five (5) gabion projects completed within the last five (5) years in the Dallas/Fort Worth Metroplex. 1. Project Location Client Contact Phone # Project Name Contact Name Contract Amount $ Completion Date _ 2. Project Location Client Contact Phone # Project Name Contact Name Contract Amount $ Completion Date / / 3. Project Location Project Name Client Contact Name Contact Phone # Contract Amount $ Completion Date / / __ 4. Project Location Project Name Client Contact Name Contact Phone # Contract Amount $ __ Completion Date / / 5. Project Location Project Name Client Contact Name _ Contact Phone # Contract Amount $ Completion Date / / 7-3 Special Provisions