Loading...
R-03-04-10-12D1 - 4/10/2003RESOLUTION NO. R- 03- 04- 10 -12D1 WHEREAS, the City of Round Rock has duly advertised for bids for the Gattis School Road at High Country Boulevard and Red Bud Lane Traffic Signal Installation Project, and WHEREAS, Austin Traffic Signal Construction Company, LP has submitted the only bid, and WHEREAS, the City Council wishes to accept the bid of Austin Traffic Signal Construction Company, LP, Now Therefore BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS, That the Mayor is hereby authorized and directed to execute on behalf of the City a contract with Austin Traffic Signal Construction Company, LP for the Gattis School Road at High Country Boulevard and Red Bud Lane Traffic Signal Installation Project. The City Council hereby finds and declares that written notice of the date, hour, place and subject of the meeting at which this Resolution was adopted was posted and that such meeting was open to the public as required by law at all times during which this Resolution and the subject matter hereof were discussed, considered and formally acted upon, all as required by the Open Meetings Act, Chapter 551, Texas Government Code, as amended. RESOLVED this 10th day of April, 2003. 41, NY „. # — EL , Mayo City of Round Rock, Texas Ar T• CHRISTINE R. MARTINEZ, City Secre :x o: \waox \REsocurl\asoamm.wan /ac March 11, 2003 PROPOSAL High Country Boulevard and Gattis School Road Red Bud Lane and Gattis School Road TRAFFIC SIGNAL CONSTRUCTION City of Round Rock Public Works Dept. 2008 Enterprise Dr. Round Rock, Texas, 78664 Gentleman: The undersigned, in compliance with your invitation for bids for construction of Traffic Signals at the intersections of High Country Boulevard and Gattis School Road and Red Bud Lane and Gattis School road for the City of Round Rock, having carefully examined the plans, specifications, and related documents, having carefully read same, having examined the site of the proposed project, proposes to fumish all labor, hauling materials, apparatus, machinery, tools, supplies, and to construct the project in accordance with the contract documents within the time set forth and at the price stated below: ITEM ESTIMATED NO. QUANTITY Traffic Signal High Country Boulevard and Gattis School Road BID ITEM DESCRIPTION UNIT TOTAL COST COST HC- 1 705.00 FT 2" PVC Conduit (SCHD 40) in place per foot $5.00 $3,525.00 HC- 2 640.00 FT 3' PVC Conduit (SCHD 40) in place per foot $11.00 57,040.00 HG 3 44.00 FT No 6 Electric Conductor, insulated in place. per foot $3.00 $132.00 HC- 4 22.00 FT No 6 Electric Conductor, bare in place. per fool 52.00 $44.00 HC- 5 1,345.00 EA No 8 Electric Conductor bare, in place . per foot $1.00 $1,345.00 HC- 6 8.00 EA Ground Box Type A (122311) wfApron in place, per fool 5450.00 $3,600.00 HC- 7 1.00 EA Ground Box Type D (122311) w /Apron in place, per foot $750.00 5750.00 HC- 8 52.80 FT Traffic Signal Pole Foundations -36 inch Diameter Drilled Shaft , in place, per foot $130.00 56,864.00 HC- 9 1.00 EA Installation of Traffic Signal, in place , per each 511,000.00 511,000.00 HC- 10 23.00 EA Vehicle Signal Section, 12 inch, in place, per each 5260.00 55,980.00 HC- 11 6.00 EA Pedestrian Signal Section, 2 indications in 1 Section. in place, per each $625.00 53,750.00 HC- 12 6.00 EA Backplate for Vehicle Signal Section, 3 Section, 12 inch, in place, per each $65.00 5390.00 HC- 13 1.00 EA Backplate for Vehicle Signal Section, 5 Section, 12 inch, in place. per each 586.00 586.00 HC- 14 2,409.00 FT Mulitconductor Signal Cable- 2 Conductor Shieled, in place , per foot 50.50 51,204.50 HC- 15 614.00 FT Mulitconductor Signal Cable- 2 Conductor, in place , per foot 50.80 $491.20 HC- 16 165.00 FT Mulitconductor Signal Cable- 4 Conductor, in place , per foot 51.00 5165.00 HC- 17 803.00 FT Mulitconductor Signal Cable- 5 Conductor, in place , per foot $1.00 5803.00 HC- 18 28.00 FT Mulitconductor Signal Cable- 7 Conductor, in place , per foot $2.00 $56.00 HC- 19 316.00 FT Mulitconductor Signal Cable- 20 Conductor , in place , per foot $5.00 51,580.00 HC- 20 2.00 EA Traffic Signal Pole Assembly. w/28 foot mast arm and luminaire, in place, per foot 53,000.00 56,000.00 HC- 21 1.00 EA Traffic Signal Pole Assembly, w!40 foot mast arm and luminaire, in place, per foot $4,000.00 54,000.00 HC- 22 1.00 EA Traffic Signal Pole Assembly, 30 foot w/luminaire, in place, per fool $2,100.00 $2,100.00 HC- 23 3,439.00 FT Vehicle Detection (14AWG, Black), in place, per foot $0.25 5859.75 HC- 24 1,545.00 FT Vehicle Detection (SAWCUT), in place, per foot $4.50 56,952.50 HC- 25 6.00 EA Pedestrian Defectors, Push Button, in place, per each 5130.00 $780.00 HC- 26 1.00 EA Electrical Service. in place. per each 53,000.00 53,000.00 HC- 27 3.00 EA Internally Illuminated Street Name Signs, in place, per each 51,600,00 54,800.00 HC- 28 1.00 EA Spread Spectrum Radio Equipment, in place, per each $3,000.00 53.000.00 HC- 29 1.00 EA Vehicle Identifying Optical Preemption and Communication System, in place, per each $8,000.00 58,000.00 HC - 30 1.00 EA BARRICADES, SIGNS AND TRAFFIC HANDLING. PER MONTH $625.00 5625.00 TOTAL BID FOR High Country Boulevard and Gattis School Road TRAFFIC SIGNAL $88,922.95 BID TABULATION TRAFFIC SIGNAL CONSTRUCTION GATTIS SCHOOL ROAD / HIGH COUNTRY BOULEVARD .eVrsetv, - t]F � T F k9y001 '. .. tP *. Z *JO SCOTT A FELD 81938 4 '- \ * AL/� 34 7 - 0 3 Tota Austin Traffic Signal Unit Price Total 2" PVC Conduit (SCHD 40) L 8 { 8 � 8N 8888889,49 8 8 8 8 p 8 8 0 0 0 0 8 82n uY O p O S 58 8 88 a9 H 9 N N m O 919 W H M W 8 a � O W 9 8 8§ 0 0 M a. l9 Vii 6 N H a H H H M . oi a $3,525.00 3" PVC Conduit (SCHD 40) 57,040.00 No 6 Electric Conductor, insulated 5132.00 No 6 Electric Conductor, bare $44.00 No 8 Electric Conductor, bare $1,345.00 Ground Box Type A (122311) w /Apron 53,600.00 Ground Box Type D (162922) w /Apron 5750.00 Traffic Signal Pole Foundations - 36 Inch Diameter Drilled Shaft 56,864.00 Installation of Traffic Signal $11,000.00 Vehicle Signal Section, 12 inch 55,980.00 Pedestrian Signal Section, 2 indications in 1 section 53,750.00 Back plate for Vehicle Signal Section, 3 section 5390.00 Back plate for Vehicle Signal Section, 5 section 588.00 Multiconductor Signal Cable - 2 Conductor Shielded 51,204.50 CS x m Multiconductor Signal Cable - 2 Conductor $491.20 Multiconductor Signal Cable — 4 Conductor 5165.00 Multiconductor Signal Cable - 5 Conductor 5803.00 Multiconductor Signal Cable - 7 Conductor 556.00 Multiconductor Signal Cable - 20 Conductor 51,580.00 Traffic Signal Pole Assembly, w/ 28 foot mast arm and luminaire 56,000.00 Traffic Signal Pole Assembly, w/ 40 foot mast arm and luminaire $4,000.00 Traffic Signal Pole Assembly, 30 foot, w/luminaire 52,100.00 Vehicle Detection (14 AWG, Black) 5859.75 Vehicle Detection (SAWCUT) 56,952.50 Pedestrian Detectors, Push Button 5780.00 Electrical Service 53,000.00 Internally Illuminated Street Name Signs 54,800.00 Spread Spectrum Radio Equipment 53,000.00 Vehicle Identifying Optical Preemption and Communication System 58,000.00 Barricades, Signs and Traffic Handling 5625.00 BID TABULATION TRAFFIC SIGNAL CONSTRUCTION GATTIS SCHOOL ROAD / HIGH COUNTRY BOULEVARD .eVrsetv, - t]F � T F k9y001 '. .. tP *. Z *JO SCOTT A FELD 81938 4 '- \ * AL/� 34 7 - 0 3 Tota Austin Traffic Signal Unit Price Total Item Est. Quantity Units Description Austin Traffic Unit Price Signal Total 1~L LL LL L< 1~L Ill W W W W 1- 4 LL 1- LL W W LL LL W W W W R 2" PVC Conduit (SCHD 40) $5.00 $2,910.00 3" PVC Conduit (SCHD 40) 512.00 $7,284.00 No 6 Electric Conductor, insulated 53.00 $45.00 No 6 Electric Conductor, bare 52.00 516.00 No 8 Electric Conductor, bare 51.00 $1,189.00 Ground Box Type A (122311) w /Apron $450.00 54,050.00 Ground Box Type D (162922) w /Apron $750.00 5750.00 Traffic Signal Pole Foundations - 36 Inch Diameter Drilled Shaft $130.00 56,864.00 Installation of Traffic Signal 511,000.00 511,000.00 Vehicle Signal Section, 12 inch $260.00 58,840.00 Pedestrian Signal Section, 2 indications in 1 section 5625.00 55,000.00 Back plate for Vehicle Signal Section, 3 section $65.00 5520.00 Back plate for Vehicle Signal Section, 5 section 586.00 5172.00 Multiconductor Signal Cable - 2 Conductor Shielded 50.50 $737.00 Multiconductor Signal Cable - 2 Conductor 50.80 5918.40 A Multiconductor Signal Cable - 4 Conductor 51.00 $134.00 Multiconductor Signal Cable - 5 Conductor 51.00 5634.00 Multiconductor Signal Cable - 7 Conductor $2.00 5138.00 Multiconductor Signal Cable - 20 Conductor 55.00 51,020.00 Traffic Signal Pole Assembly, w/ 28 foot mast arm and luminaire 53,000.00 $3,000.00 Traffic Signal Pole Assembly, w/ 40 foot mast ann and luminaire 54.000.00 58,000.00 RB-22 Traffic Signal Pole Assembly, w/ 44 foot mast amt and luminaire 54,500.00 54,500.00 RB -23 Vehicle Detection (14 AWG, Black) $0.25 5918.00 RB -24 Vehicle Detection (SAWCU1) $4.50 $8,086.50 RB-25 Pedestrian Detectors, Push Button 5130.00 51,040.00 RB-26 Electrical Service 53,000.00 53,000.00 RB -27 Internally Illuminated Street Name Signs 51,600.00 56,400.00 RB-28 Spread Spectrum Radio Equipment 53,000.00 53,000.00 RB -29 Vehicle Identifying Optical Preemption and Communication System $9,000.00 59,000.00 RB-30 Barricades, Signs and Traffic Handling 5625.00 5625.00 BID TABULATION TRAFFIC SIGNAL CONSTRUCTION GATTIS S CHOOL ROAD / RED BUD LANE g � P ....t i e OF • T� `� 1 o � 193 0 Orel P �G`e v 3-13-03 Total 99,790.90 Traffic Signal RED BUD LANE and Gattis School Road ITEM ESTIMATED BID ITEM DESCRIPTION UNIT TOTAL NO. QUANTT' COST COST RB- 1 582.00 FT 2 " PVC Conduit (SCHD 40) in place per toot $5.00 52,910.00 RB- 2 607.00 FT 3 " PVC Conduit (SCHD 40) in place per foot $12.00 57284.00 RB- 3 15.00 FT No 6 Electric Conductor, insulated in place, per fool 53.00 545.00 RB- 4 8.00 FT No 6 Electric Conductor, bare In place, per foot 52.00 $16.00 RB- 5 1,189.00 EA No 8 Electric Conductor bare, in place , per foot $1.00 51,189.00 RB- 6 9.00 EA Ground Box Type A (122311) w /Apron in place, per foot $450.00 $4,050.00 RB- 7 1.00 EA Ground Box Type D (122311) w /Apron in place, per foot $750.00 5750.00 RB- 8 52.80 FT Tragic Signal Pole Foundations -36 inch Diameter Drilled Shaft , in place, per foot 9130.00 $6,864.00 RB- 9 1.00 EA Installation of Traffic Signal, In place , per each 511.000.00 $11,000.00 RB- 10 34.00 EA Vehicle Signal Section. 12 inch, in place, per each $260.00 58,840.00 RB- 11 8.00 EA Pedestrian Signal Section, 2 indications in 1 Section, in place, per each 5625.00 $5,000.00 RB- 12 8.00 EA Backplate for Vehicle Signal Section, 3 Section, 12 inch, in place, per each 565.00 5520.00 RR- 13 2.00 EA Backplate for Vehicle Signal Section, 5 Section. 12 inch, in place, per each 586.00 5172.00 RH- 14 1.474.00 FT Mulitconductor Signal Cable- 2 Conductor Shieled, In place , per foot 50.50 5737.00 RB- 15 1,148.00 FT Mulitconductor Signal Cable- 2 Conductor, in place , per foot 50.80 5918.40 RB- 16 134.00 FT Mulltconductor Signal Cable- 4 Conductor , in place , per fool 51.00 5134.00 us - 17 634.00 FT Mulitconductor Signal Cable- 5 Conductor , in place . per foot 51.00 5634.00 RD- 18 69.00 FT Mulitconductor Signal Cable - 7 Conductor , in place . per foot 52.00 $138.00 RB- 19 204.00 FT Mulitconductor Signal Cable- 20 Conductor , in place , per foot 55.00 51.020.00 RB- 20 1.00 EA Traffic Signal Pole Assembly, w/28 foot mast arm and luminaire, in place, per foot 53,000.00 53,000.00 RB- 21 2.00 EA Traffic Signal Pole Assembly. w /40 foot mast arm and luminaire. in place. per foot 54,000.00 58,000.00 RB- 22 1.00 EA Traffic Signal Pole Assembly, w/44 foot mast arm and luminaire, in place, per foot 54,500.00 $4.500.00 RB- 23 3,672.00 FT Vehicle Detection (14AWG, Black), in place, per foot 50.25 $918.00 RB- 24 1,797.00 FT Vehicle Detection (SAWCUT), in place, per foot 54.50 58,086.50 RB- 25 8.00 EA Pedestrian Detectors. Push Button. in place, per each $130.00 51,040.00 RB- 26 1.00 EA Electrical Service, in place, per each 53,000.00 53,000.00 RB- 27 4.00 EA Internally Illuminated Street Name Signs, in place, per each 51,600.00 56.400.00 RB- 28 1.00 EA Spread Spectrum Radio Equipment. in place, per each 53.000.00 53,000.00 RB- 29 1.09 EA Vehicle Identifying Optical Preemption and Communication System, in place. per each 59,000.00 59,000.00 RB - 30 1.00 EA BARRICADES, SIGNS AND TRAFFIC HANDLING, PER MONTH $625.00 $625.00 $99,790.90 Austin Traffic Signal Construction Company, L.P. certifies that the unit prices shown on this complete computer print -out for all of the bid items and the altemates contained in this proposal are the unit prices intended and that its bid will be tabulated using these unit prices and no other Information from this print-out. Austin Traffic Signal Construction Company,L.P. acknowledges and agrees that total bid amount will be read as its total bid and further agrees that the official total bid amount will be determined by multiplying the unit bid prices shown in this print-out by the respective es s " n'n the proposal - . t -n totaling all of the extended amounts. SIGNED TITLE VICE PRESIDENT DATE March 11. 2003 TOTAL BID FOR Red Bud Lane and Gattls School Road TRAFFIC SIGNAL TOTAL BID Figures: TOTAL BID FOR TRAFFIC SIGNAL CONSTRUCTION AT THE INTERSECTIONS OF High Country Boulevard and Gattis School Road and Red Bud Lane and Gattis School Road 8E5,72- 5 ' High Country Boulevard / Canis School Road $ Q Q C� - Red Bud Lane / Gattis School Road Written: $ /g8--713 8s sDpc-L, P��� -e! l 1/ ae,s• e NOTE: (1) The BIDDER is hereby advised to contact Alliance -Texas Engineering Company At ( 512) 821 -2081 at least 24 hours prior to Bid Opening to insure that he has received any and all addeudum(a). Rad Bud Laos / Gauls School Road Sipml Cansctron Prapoual V4' Cowry / Gaza School Road Signal Construction Proposal 7MINT11t4 CRA7T7P7TC T7:Qi £00Z /Go/E0 Traffic Signal @ Gattis School Rd and High Country Blvd Traffic Signal @ Gattis School Rd and Red Bud Ln'��m Dear Tom: ALLIANCE ENGINEERING COMPANY March 13, 2003 Mr. Tom Word, P.E. Transportation Services Director 2008 Enterprise Round Rock, Texas 78664 RE: Bid Tabulations Gattis School Road and High Country / Red Bud Based on our review of the attached certified bid tabs for the Traffic Signal Construction Contract for Gattis School Road and High Country Boulevard and Gattis School Road and Red Bud Lane, all bids were complete and accurate. We have compared the quoted prices with our estimated costs based on the Texas Department of Transportation's average bid tabulations for the past twelve months and found that they are acceptable. If you have any questions please feel free to contact me at your convenience. Sincerely, ALLIANCE TEXAS ENGINEERING COMPANY Scott A. Feldman, P.E. Senior Transportation Engineer ATTACHMENT 100 East Anderson Lane, Suite 300 * Austin, Texas 78752 * Phone 512- 821 -2081 * Fax 512 -821 -2085 Consultants in Traffic Engineering and Transportation Planning DATE: April 4, 2003 SUBJECT: City Council Meeting — April 10, 2003 ITEM: 12.D.1. Consider a resolution authorizing the Mayor to execute a contract with Austin Traffic Signal Construction Company, LP for the Gattis School Road at High Country Boulevard and Red Bud Lane Traffic Signal Installation Project. Resource: Tom Word, Director of Transportation Services Bill Stablein, Construction Coordinator History: One bid was received and opened on March 11` 2003. Austin Traffic Signal, Inc., submitted the lowest and best bid of $188,713.85. Four construction companies were contacted and invited to bid. Funding: Cost: $188, 713.85 Source of funds: Capital Project Funds (2001 GO Bonds) Transportation System Development Corporation Outside Resources: Austin Traffic Signal, Inc. ImpactBenefit: Installation of traffic signals on Gattis School Road at High Country and at Red Bud Lane will provide greater safety for vehicular traffic. Public Comment: N/A Sponsor: N/A CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS FOR GATTIS SCHOOL ROAD & HIGH COUNTRY BOULEVARD GATTIS SCHOOL ROAD & RED BUD LANE TRAFFIC SIGNAL CONSTRUCTION OWNER: THE CITY OF ROUND ROCK PUBLIC WORKS DEPARTMENT 2008 ENTERPRISE DRIVE ROUND ROCK, TEXAS 78664 (512) 218-5562 FAX (512) 218 -5563 CONTACT: BRIAN W. CRAIG, P.E. PREPARED BY: ALLIANCE TEXAS ENGINEERING COMPANY 100 EAST ANDERSON LANE, SUITE 300 AUSTIN, TEXAS 78752 (512) 821-2081 FAX (512) 821 -2085 February 2003 R702- 94 077, OF •• T•c • +'91h �* ' • •• • * 0 BRIAN W. CRAIG j ��° • 8 9248: 4 4 ,;0 ILO �'• CFSEo 11 \ \AONA 0, 3/4 AppROVED ORNEY ADDENDA No. 2 TRAFFIC SIGNAL CONSTRUCTION GATTIS SCHOOL ROAD AND HIGH COUNTRY BOULEVARD GATTIS SCHOOL ROAD AND RED BUD LANE March 7, 2003 The following changes are hereby included as a part of this proposal: 1. Proposal: Sheet i thru Sheet x of the proposal have been renumbered. The corrected page numbering includes Sheet i thru Sheet xii 2. Proposal: Two new Bid Items have been included: HC -30 Barricades, Signs & Traffic Handling RB -30 Barricades, Signs & Traffic Handling 1 1 1 1 1 1 1. 1 1 y�y�DIAstrw cn pusC�nS1 °S'� . 1 1 1 1 1 1 1 1 1 ADDENDA No. 2 TRAFFIC SIGNAL CONSTRUCTION GATTIS SCHOOL ROAD AND HIGH COUNTRY BOULEVARD GATTIS SCHOOL ROAD AND RED BUD • LANE March 7, 2003 The following changes are hereby included as a part of this proposal: Proposal: Sheet i thru Sheet x of the proposal have been renumbered. The corrected page numbering includes Sheet i thru Sheet xii 2. Proposal: Two new Bid Items have been included: HC -30 Barricades, Signs & Traffic Handling RB-30 Barricades, Signs & Traffic Handling Z0 39tid 3ONVITIV 5B0ZTZ8ZIG TZ :9T E00ZIL0/E0 T te,undersigned BIDDER hereby acknowledges receipt of the following addenda: ADDENDA y1, February 28. 2003 ADDENDA f12, March 7, 2003 Austin Traffic Signal Constrdiction Co, LP and such addenda are hereby made a part of the contract. The undersigned BIDDER agrees to furnish to the OWNER a time schedule, showing the order and the starting and completion date in detail acceptable to the OWNER. That he commits to substantially complete the work on which he has bid within 90 calendar days and the work completed and accepted in a total of 120 calendar days from the date of written order to cotmnence work, including the date of the work order. Enclosed with this Proposal was a bid bond in the sum of five percent (5%) of the total bid, which it is agreed shall be collected and retained by the OWNER as liquidated damages in the event this Proposal is accepted by the OWNER and the undersigned fails to execute the Agreement and all other necessary Contract Documents within five (5) calendar days after the date of notice of acceptance of said proposal; otherwise, said check or bid bond shall be returned to the undersigned, from the date of the bid opening. A Performance and Payment Bond in an amount of one hundred percent (100%) of the Contract Price will be required. A Maintenance Bond in an amount of ten percent (10 %) of the Contract Price will be required for a period of one year following approval of construction. In his inspection of the site, the undersigned BIDDER has satisfied himself that all lot corners pins and guard stakes are in place and that these corners are marked so as to be easily located and identified. It is further understood that all lot corner pins destroyed during construction will be replaced by the undersigned BIDDER so as to easily be located and identified, before final payment is made. The undersigned BIDDER further declares that he will provide all necessary tools, machinery and apparatus, do all of the work and furnish all the materials and supplies, and do everything required to carry out the above mentioned work covered by the Proposal for the prices set out above. If written notice of the acceptance of this bid is mailed, telegraphed, or delivered to the undersigned BIDDER within forty five (45) days after the date of the opening of bids, or any time thereafter before this bid is withdrawn, the undersigned BIDDER will, within five (5) days after the date of such notice of acceptance, execute and deliver a suitable Agreement and all other necessary Contract documents covering the work of this Proposal. It is understood that any bid item may be either reduced or increased by twenty -five percent (25 %) of the total quantity of the item at the option of the OWNER and the CONTRACTOR's unit bid prices shall remain the same. Bed and lane / Gatda School Rmd SIGN Cawrucaon Propmal Hipp Caamy I Gauie School Road Sipml Coroauedon Propmd £T 39 33NVI11d xi • 580ZTZ8ZTS TZ :t £00Z /L0 /£0 In submitting this bid, it is understood that the right is reserved by the OWNER to reject any and all bids. The CONTRACTOR shall be prepared to start work on this project immediately upon acceptance of his bid. The CONTRACTOR, recognizing the importance of this project for the OWNER, and by submitting his bid confirms, that he has checked and re-checked his bid proposal, and that he has considered fully the price of all materials, labor, and any and all other cost items to him to complete this project, that he has examined the project site and satisfied himself regarding the unclassified excavation and all other physical aspects of the project, that he has examined carefully the plans and specifications and confirms that they reflect the full intent of all aspects of this project. Respectfully submitted: BIDDER: A stinTraffic Signal Construction Co, L.P. BY: PRINTED NAME: -6 r c/ c < . - rii r TTTLE: LL_ `l, ,�\ — (a L �� MAILING ADDRESS: PHONE: FAX: Z I a a (Locic;rx Q6 20 S1 L. Z S'S -SS.T/ SIZ. zSY' _) /` Red Bud Lane / Gude School Road ShpW Confvucdon Proposal eu High Caen ry / Gann Sdrool Road Signal Communion Prepceal VI 39tld 33NtlI33tl S80ZTZ8ZI9 iZ :ST E00Z /L0 /E0 'Tlie undersigned BIUDEk hereby acknowledges receipt of the followi addend " Austin Traffic Signal Construction Co, L.P. and such addenda are hereby made a part of the contract. The undersigned BIDDER agrees to furnish to the OWNER a time schedule, showing the order and the starting and completion date in detail acceptable to the OWNER. That he commits to substantially complete the work on which he has bid within 90 calendar days and the work completed and accepted in a total of 120 calendar days from the date of written order to commence work, including the date of the work order. Enclosed with this Proposal was a bid bond in the sum of five percent (5%) of the total bid, which it is agreed shall be collected and retained by the OWNER as liquidated damages in the event this Proposal is accepted by the OWNER and the undersigned fails to execute the Agreement and all other necessary Contract Documents within five (5) calendar days after the date of notice of acceptance of said proposal; otherwise, said check or bid bond shall be returned to the undersigned, from the date of the bid opening. A Performance and Payment Bond in an amount of one hundred percent (100%) of the Contract Price will be required. A Maintenance Bond in an amount of ten percent (10 %) of the Contract Price will be required for a period of one year following approval of construction. In his inspection of the site, the undersigned BIDDER has satisfied himself that all lot corners pins and guard stakes are in place and that these corners are marked so as to be easily located and identified. It is further understood that all lot corner pins destroyed during construction will be replaced by the undersigned BIDDER so as to easily be located and identified, before final payment is made. The undersigned BIDDER further declares that he will provide all necessary tools, machinery and apparatus, do all of the work and furnish all the materials and supplies, and do everything required to carry out the above mentioned work covered by the Proposal for the prices set out above. If written notice of the acceptance of this bid is mailed, telegraphed, or delivered to the undersigned BIDDER within forty five (45) days after the date of the opening of bids, or any time thereafter before this bid is withdrawn, the undersigned BIDDER will, within five (5) days after the date of such notice of acceptance, execute and deliver a suitable Agreement and all other necessary Contract documents covering the work of this Proposal. It is understood that any bid item may be either reduced or increased by twenty -five percent (25 %) of the total quantity of the item at the option of the OWNER and the CONTRACTOR's unit bid prices shall remain the same. High Country / Gattis School Road Signal Construction Proposal ix FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY HOME OFFICES: P.O. BOX 1227 BALTIMORE, MD 21203 KNOW ALL MEN BY THESE PRESENTS: BID BOND That we, Austin Traffic Signal Construction Co. L.P. .as Principal, (hereinafter called the "Principal"), and Colonial American Casualty and Surety Company, of Baltimore, Maryland, a corporation duly organized under the laws of the State of Maryland, as Surety, (hereinafter called the "Surety ") are held and firmly bound unto City of Round Rock, TX as Obligee, (hereinafter called the "Obligee "), in the sum of Five Percent of the Greatest Amount Bid Dollars ($ 5 %GAB ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for Traffic Signal Installation; Gattis School Road & High Country Blvd/Gattis School Road & Red Bud Lane NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid and give such bond or bonds as may be specified in the bidding or contract documents with good and sufficient surety for the faithful performance of such contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter into such contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 1l`" day of March , 2 003 . Austin Traffic Signal Construction Co., L.P. Principal By:/ Colonial American .. sualty and Sure Company Surety By: Atty -in -Fact Frank Siddons Insurance P.O. Box 164077 — Austin, TX 78716 512/481 -1733 ti Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY HOME OFFICES: 3910 KESWICK ROAD, BALTIMORE, MD 21211 KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, corporations of the State of Maryland, by PAUL C. ROGERS, Vice President, and J. G. HAMILTON, Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By -Laws of said Companies, which are set f on the rev se side hereof and are hereby certified to be in full force and effect on the date hereof, does hereby no ' !3 consti ?. appoint Robert C. SIDDONS, Steven B. SIDDONS, Robert C. FRICKE, Linda EDWARDS, I = J. WE , James F. SIDDONS, Tommy NELSON and Samuel G. SIDDONS, all of Austin, Texas, EACH ' and la ent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as i .4 . d deed :'. nd all bonds and undertakings EXCEPT bonds on behalf of Independent Executors, Communi ivors a . . munity Guardians and the execution of such bonds or undertakings in pursuance of these presents, s as bin n said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed an % owledg the regularly elected officers of the Company at its office in Baltimore, Md., in their own proper Thisyer of attorney revokes that issued on behalf of Robert C. e Ann ROGERS, Linda EDWARDS, Douglas J. WEALTY, r 30, 2000. xtract set forth on the reverse side hereof is a true copy of Article VI, force. ent and Assistant Secretary have hereunto subscribed their names and AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL PANY, this 7th day of February, A.D. 2002. SIDDONS, Steven B. SIDDONS, Robe James F. SIDDONS, and Tommy NEL The said Assistant Secretary does h Section 2, of the By -Laws of said C IN WITNESS WHEREOF, the d Vice affixed the Corporate Seals of the said FI AMERICAN CASUALTY AND SURE ATTEST: • POA - F 168 - 9875 FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY By: J G. Hamilton Assistant Secretary Paul C. Rogers State of Maryland County of Harford ss: On this 7th day of February, A.D. 2002, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came PAUL C. ROGERS, Vice President, and J. G. HAMILTON, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Companies aforesaid, and that the seals affixed to the preceding instrument is the Corporate Seals of said Companies, and that the said Corporate Seals and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. Vice President Patricia A. Trombetti Notary Public My Commission Expires: October 9, 2002 EXTRACT FROM BY -LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND 1 "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice - President, or any of the Senior Vice - Presidents or Vice - Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, ' shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice - Presidents, Assistant Vice - Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto." EXTRACT FROM BY -LAWS OF COLONIAL AMERICAN CASUALTY AND SURETY COMPANY , "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice - President, or any of the Senior Vice - Presidents or Vice - Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice - Presidents, Assistant Vice - Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, ' policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto." CERTIFICATE I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the ' COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, do hereby certify that the original Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that the Vice - President who executed the said Power of Attorney was one of the additional Vice - Presidents specially authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2, of the respective By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990 and of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994. 1 RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice - President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and ' binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, 11 this t I On day of d'L 1 Assistant Secretary 1 1 TABLE OF CONTENTS PROPOSAL 1 PART I, GENERAL PROVISIONS DIVISION I. General Requirements and Covenants Page ITEM 1. Definition of Terms 1 2. Instructions to Bidders 9 3. Award and Execution of Contract 14 4. Scope of Work 16 5. Control of the Work 20 6. Control of Materials 26 7. Legal Relations and Responsibilities to the Public 34 8. Prosecution and Progress 45 9. Measurement and Payment 53 10.Plans Notice 60 11.Special Provisions 60 12.Standard Specifications Notice 105 13.Special Specifications 106 6001 Digital Loop Vehicle Detector Unit 107 6003 Vehicle Loop Wire Sealant 113 6004 Three Conductor Neutral Supported Secondary Cable (Triplex) 116 6007 Roadway Lighting On Traffic Signal Pole 118 6008 Pedestal Pole Assemblies 119 6210 Internally Lighted Street Name Signs 120 6504 Testing, Training, Documentation And Warranty 123 6519 Digital Card Rack Detector Assembly (8 Slot Rack) 130 6955 12 Inch Led Traffic Signal Lamp Unit 139 8217 Electronic Components 143 8230 Led Pedestrian Signal Lamp Unit (Symbolic) 148 8230 -001 Led Pedestrian Signal Lamp Unit (Symbolic) 152 8288 Spread Spectrum Radio For Traffic Signals 153 8288 -001 Spread Spectrum Radio for Traffic Signals 157 8964 Traffic Signal Controller Assembly (TS -2) 158 Vehicle Identifying Optical Preemption and Communication System 199 1 1 1 1 1 1 1 1 1 1 1 1 SIGNED TITLE DATE 1 1 1 1 ITEM ESTIMATED NO. QUANTITY RB- 1 RB- 2 RB- 3 RB- 4 RB- 5 R8- 6 RB- 7 RB- 8 RB- 9 RB- 10 RB- 11 RB- 12 RB- 13 RR- 14 RB- 15 RB- 16 RB- 17 RB- 18 RB- 19 RB- 20 RB- 21 RS- 22 RB- 23 RB- 24 RB- 25 RB- 26 RB- 27 RB- 28 RB- 29 RB- 30 VICE PRESIDENT March 11, 2003 Traffic Signal RED BUD LANE and Gattis School Road 810 ITEM DESCRIPTION 582.00 FT 2 " PVC Conduit (SCHD 40) in place per foot 607.00 FT 3 " PVC Conduit (SCHD 40) in place per foot 15.00 FT No 6 Electric Conductor, insulated in place, per foot 8.00 FT No 6 Electric Conductor, bare in place, per foot 1,189.00 EA No 8 Electric Conductor bare, in place , per foot 9.00 EA Ground Box Type A (122311) w /Apron in place, per foot 1.00 EA Ground Box Type D (122311) w /Apron in place. per foot 52.80 FT Traffic Signal Pole Foundations -36 inch Diameter Drilled Shaft , in place, per foot 1.00 EA Installation of Traffic Signal, in place , per each 34.00 EA Vehicle Signal Section, 12 inch, in place, per each 8.00 EA Pedestrian Signal Section, 2 indications in 1 Section, in place, per each 8.00 EA Backplate for Vehicle Signal Section, 3 Section, 12 inch, in place, per each 2.00 EA Backplate for Vehicle Signal Section, 5 Section, 12 inch, in place, per each 1,474.00 FT Mulitconductor Signal Cable- 2 Conductor Spieled, in place , per foot 1,148.00 FT Mulitconductor Signal Cable- 2 Conductor , in place , per foot 134.00 FT Mulitconductor Signal Cable- 4 Conductor, in place per foot 634.00 FT Mulitconductor Signal Cable- 5 Conductor, in place , per foot 69.00 FT Mulitconductor Signal Cable- 7 Conductor, In place , per foot 204.00 FT Mulitconductor Signal Cable- 20 Conductor, in place , per foot 1.00 EA Traffic Signal Pole Assembly, w/28 foot mast arm and luminaire, in place, per foot 2.00 EA Traffic Signal Pole Assembly, w140 foot mast arrn and luminaire, in place, per foot 1.00 8,4 Traffic Signal Pole Assembly, w/44 foot mast arm and luminaire, in place, per foot 3,672.00 FT Vehicle Detection (14AWG, Black), in place, per foot 1,797.00 FT Vehicle Detection (SAWCUT), in place, per foot 8.00 EA Pedestrian Detectors, Push Button, in place, per each 1.00 EA Electrical Service, in place. per each 4.00 EA Internally Illuminated Street Name Signs, in place, per each 1.00 EA Spread Spectrum Radio Equipment. in place, per each 1.00 EA Vehicle Identifying Optical Preemption and Communication System, in place, per each 1.00 EA BARRICADES, SONS AND TRAFFIC HANDLING, PER MONTH TOTAL BID FOR Red Bud Lane and Gattis School Road TRAFFIC SIGNAL UNIT TOTAL COST COST $5.00 $2,910.00 512.00 $7,284.00 $3.00 $45.00 $2.00 $16.00 $1.00 51,189.00 $450.00 $4,050.00 $750.00 $750.00 $130.00 $6,864.00 $11,000.00 $11,000.00 8260.00 58,840.00 $625.00 $5,000.00 $65.00 $520.00 $86.00 $172.00 50.50 $737.00 $0.80 $918.40 $1.00 5134.00 $1.00 $634.00 82.00 $138.00 $5.00 $1,020.00 $3,000.00 53,000.00 $4,000.00 $8,000.00 $4,500.00 $4,500.00 $0.25 $918.00 84.50 $8,086.50 $130.00 51,040.00 53,000.00 $3,000.00 $1,600.00 86,400.00 03,000.00 53,000.00 $9,000.00 $9,000.00 $625.00 $625.00 $99,790.90 Austin Traffic Signal Construction Company, L.P. certifies that the unit prices shown on this complete computer print -out for all of the bid ' items and the alternates contained in this proposal are the unit prices intended and that its bid will be tabulated using these unit prices and no other information from this print -out. Austin Traffic Signal Construction Company,LP. acknowledges and agrees that total bid amount will be read as its total bid and further agrees that the official total bid amount will be determined by multiplying the unit bid prices shown in this print -out by the I respective es J at sh n) ; the proposal attd tl{en totaling all of the extended amounts. March 11, 2003 PROPOSAL High Country Boulevard and Gattis School Road ' Red Bud Lane and Gattis School Road TRAFFIC SIGNAL CONSTRUCTION ' City of Round Rock Public Works Dept. 2008 Enterprise Dr. ' Round Rock, Texas, 78664 Gentleman: I The undersigned, in compliance with your invitation for bids for construction of Traffic Signals at the intersections of High Country Boulevard and Gattis School Road and Red Bud Lane and Gattis School road for the City of Round Rock, having carefully examined the plans, specifications, and ' related documents, having carefully read same, having examined the site of the proposed project, proposes to furnish all labor, hauling materials, apparatus, machinery, tools, supplies, and to construct the project in accordance with the contract documents within the time set forth and at the • price stated below: 1 1 1 1 1 1 1 1 1 1 1 „r, r ITEM ESTIMATED NO. QUANTITY Traffic Signal High Country Boulevard and Gattis School Road BID ITEM DESCRIPTION HC. 1 705.00 FT 2 " PVC Conduit (SCHD 40) in place per fool HC- 2 640.00 FT 3 " PVC Conduit (SCHD 40) in place per fool HC- 3 44.00 FT No 6 Electric Conductor, insulated in place, per fool HC- 4 22.00 FT No 6 Electric Conductor, bare in place, per fool HC- 5 1,345.00 EA No 8 Electric Conductor bare, in place , per foot H C- 6 8.00 EA Ground Box Type A (122311) w /Apron in place, per foot HC- 7 1.00 EA Ground Box Type 0 (122311) w /Apron in place, per foot HC- 8 52.80 FT Traffic Signal Pole Foundations -36 inch Diameter Drilled Shaft , in place, per foot HC- 9 1.00 EA Installation of Traffic Signal, in place , per each HC- 10 23.00 EA Vehicle Signal Section, 12 inch, in place, per each 1 11 6.00 EA Pedestrian Signal Section, 2 indications in 1 Section, in place, per each HC- 12 6.00 EA Backplate for Vehicle Signal Section, 3 Section, 12 inch, in place, per each HC- 13 1.00 EA Bookplate for Vehicle Signal Section, 5 Section, 12 inch, in place, per each HC- 14 2,409.00 FT Mulitconductor Signal Cable- 2 Conductor Shieled, in place , per foot HC- 15 614.00 FT Mulitconductor Signal Cable- 2 Conductor , in place , per foot HC- 16 165.00 FT Mulitconductor Signal Cable- 4 Conductor , in place , per fool HC- 17 803.00 FT Mulitconductor Signal Cable- 5 Conductor, in place , per fool 1 18 28.00 FT Mulitconductor Signal Cable - 7 Conductor , in place , per foot HC- 19 316.00 FT Mulitconductor Signal Cable -20 Conductor, In place , per foot HC- 20 2.00 EA Traffic Signal Pole Assembly, w/28 foot mast arm and luminaire, In place, per foot HC- 21 1.00 EA Traffic Signal Pole Assembly, w /40 foot mast arm and luminaire, in place, per fool HC- 22 1.00 EA Traffic Signal Pole Assembly, 30 foot w /luminaire, in place, per foot HC- 23 3,439.00 FT Vehicle Detection (14AWG, Black), in place, per foot H C- 24 1,545.00 FT Vehicle Detection (SAWCUT), M place. per foot HC- 25 6.00 EA Pedestrian Detectors, Push Button, in place, per each HC- 26 1.00 EA Electrical Service, in place, per each HC- 27 3.00 EA Internally Illuminated Street Name Signs, in place, per each HC- 28 1.00 EA Spread Spectrum Radio Equipment, in place, per each HC- 29 1.00 EA Vehicle Identifying Optical Preemption and Communication System, in place, per each 90 - 30 1.00 EA BARRICADES, SIGNS AND TRAFFIC HANDLING. PER MONTH TOTAL BID FOR High Country Boulevard and Gattis School Road TRAFFIC SIGNAL UNIT TOTAL COST COST 55.00 53,525.90 $11.00 $7,040.00 53.00 $132.00 $2.00 $44.00 $1.00 $1,345.00 $450.00 $3,600.00 9750.00 $750.00 $130.00 $6,864.00 $11,000.00 611,000.00 $260.00 $5,980.00 $625.00 53,750.00 $65.00 $390.00 586.00 $86.00 00.50 61,204.50 $0.80 $491.20 $1.00 $165.00 $1.00 $803.00 $2.00 $56.00 $5.00 51,580.00 53,000.00 $6,000.00 $4,000.00 $4,000.00 $2,100.00 $2,100.00 $0.25 $859.75 $4.50 $6,952.50 $130.00 $780.00 53.000.00 $3,000.00 $1,600.00 $4,800.00 $3,000.00 $3,000.00 58,000.00 $8,000.00 5625.00 $625.00 $88,922.95 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Item Est. Quantify Units Description BID TABULATION TRAFFIC SIGNAL. CONSTRUCTION GATTIS SCHOOL ROAD I RED BUD LANE Ol / ca4 . P �E OF . ' ,4- k COT. A FELDMAN 9c Q 4 e 3 ' +1 n \` ONAL N G f 3 -13 - Total Austin Traffic Signal Unit Price Total $99,790.90 N 0 0 CO 01 0 r CO e- M CO CO N n CO a 0) O N- N CO - ln 0 N- FT 2" PVC Conduit (SCHD 40) $5.00 $2,910.00 FT 3" PVC Conduit (SCHD 40) $12.00 $7,284.00 FT No 6 Electric Conductor, insulated $3.00 $45.00 FT No 6 Electric Conductor, bare $2.00 $16.00 FT No 8 Electric Conductor, bare $1.00 $1,189.00 EA Ground Box Type A (122311) w /Apron $450.00 $4,050.00 EA Ground Box Type D (162922) w /Apron $750.00 8750.00 FT Traffic Signal Pole Foundations - 36 Inch Diameter Drilled Shaft $130.00 $6,864.00 EA Installation of Traffic Signal $11,000.00 $11,000.00 EA Vehicle Signal Section, 12 inch $260.00 $8,840.00 EA Pedestrian Signal Section, 2 indications in 1 section $625.00 $5,000.00 EA Back plate for Vehicle Signal Section, 3 section 565.00 $520.00 EA Back plate for Vehicle Signal Section, 5 section $86.00 $172.00 FT Multiconductor Signal Cable - 2 Conductor Shielded $0.50 $737.00 FT Multiconductor Signal Cable - 2 Conductor $0.80 $918.40 FT FT Multiconductor Signal Cable - 4 Conductor Multiconductor Signal Cable - 5 Conductor $1.00 $1.00 $134.00 $634.00 FT Multiconductor Signal Cable - 7 Conductor $2.00 $138.00 FT Multiconductor Signal Cable - 20 Conductor $5.00 $1,020.00 EA Traffic Signal Pole Assembly, w/ 28 foot mast arm and luminaire $3,000.00 $3,000.00 RB -21 EA Traffic Signal Pole Assembly, w/ 40 foot mast arm and luminaire $4,000.00 $8,000.00 RB -22 EA Traffic Signal Pole Assembly, w/ 44 foot mast arm and luminaire $4,500.00 $4,500.00 RB -23 FT Vehicle Detection (14 AWG, Black) $0.25 5918.00 RB-24 FT Vehicle Detection (SAWCUT) $4.50 $8,086.50 RB -25 EA Pedestrian Detectors, Push Button $130.00 $1,040.00 RB -26 EA Electrical Service $3,000.00 $3,000.00 RB -27 EA Internally Illuminated Street Name Signs $1,600.00 $8,400.00 RB-28 EA Spread Spectrum Radio Equipment 53,000.00 $3,000.00 RB -29 EA Vehicle Identifying Optical Preemption and Communication System $9,000.00 $9,000.00 RB -30 MO Barricades, Signs and Traffic Handling $625.00 $625.00 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Item Est. Quantify Units Description BID TABULATION TRAFFIC SIGNAL. CONSTRUCTION GATTIS SCHOOL ROAD I RED BUD LANE Ol / ca4 . P �E OF . ' ,4- k COT. A FELDMAN 9c Q 4 e 3 ' +1 n \` ONAL N G f 3 -13 - Total Austin Traffic Signal Unit Price Total $99,790.90 Item Est. Quantity Units Description Austin Traffic Unit Price Signal Total LrLILIL aaaLL�LLL¢a¢LLI¢aIa o l L � LL LL LL LL W W W W LL LL LL LL W W W LL W W W g 2" PVC Conduit (SCHD 40) 55.00 53,525.00 3" PVC Conduit (SCHD 40) $11.00 57,040.00 No 6 Electric Conductor, insulated $3.00 5132.00 No 6 Electric Conductor, bare $2.00 $44.00 No 8 Electric Conductor, bare $1.00 $1,345.00 Ground Box Type A (122311) w /Apron 5450.00 53,600.00 Ground Box Type D (162922) w /Apron 5750.00 $750.00 Traffic Signal Pole Foundations - 36 Inch Diameter Drilled Shaft $130.00 $6,864.00 Installation of Traffic Signal $11,000.00 $11,000.00 Vehicle Signal Section, 12 inch 5260.00 $5,980.00 Pedestrian Signal Section, 2 indications in 1 section 5625.00 $3,750.00 Back plate for Vehicle Signal Section, 3 section $65.00 $390.00 Back plate for Vehicle Signal Section, 5 section $86.00 $86.00 Multiconductor Signal Cable - 2 Conductor Shielded $0.50 51,204.50 Multiconductor Signal Cable - 2 Conductor $0.80 $491.20 N co Multiconductor Signal Cable -4 Conductor $1.00 $165.00 Multiconductor Signal Cable - 5 Conductor $1.00 5803.00 Multiconductor Signal Cable - 7 Conductor $2.00 $56.00 Multiconductor Signal Cable - 20 Conductor $5.00 $1,580.00 Traffic Signal Pole Assembly, w/ 28 foot mast arm and luminaire $3,000.00 56,000.00 Traffic Signal Pole Assembly, w/ 40 foot mast arm and luminaire 54,000.00 54,000.00 HC -22 Traffic Signal Pole Assembly, 30 foot, w /luminaire 52,100.00 52,100.00 HC -23 Vehicle Detection (14 AWG, Black) $0.25 $859.75 HC -24 Vehicle Detection (SAWCUT) $4.50 56,952.50 HC -25 Pedestrian Detectors, Push Button $130.00 $780.00 HC -26 Electrical Service 53,000.00 $3,000.00 HC -27 Internally Illuminated Street Name Signs $1,600.00 $4,800.00 HC -28 Spread Spectrum Radio Equipment $3,000.00 53,000.00 HC -29 Vehicle Identifying Optical Preemption and Communication System $8,000.00 58,000.00 HC -30 Barricades, Signs and Traffic Handling $625.00 $625.00 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 BID TABULATION TRAFFIC SIGNAL CONSTRUCTION GAIT'S SCHOOL ROAD 1 HIGH COUNTRY BOULEVARD P �F OF TE � c, ,• ' w t SCOTT A. FELDMAN J ie...44.81938 e i 1 . A L� 3-1 3 -03 Total 588,922.95 TOTAL BID TOTAL BID FOR TRAFFIC SIGNAL CONSTRUCTION AT THE INTERSECTIONS OF High Country Boulevard and Gattis School Road and Red Bud Lane and Gattis School Road High Country Boulevard / Gattis School Road $ g/ Red Bud Lane / Gattis School Road $ 5' 9) 3 . ,6) NOTE: (1) The BIDDER is hereby advised to contact Alliance -Texas Engineering Company At (512) 821 -2081 at least 24 hours prior to Bid Opening to insure that he has received any and all addendum(a). Goa Rod Lana / Gams school Road Sipes commotion Proposal Hich Canny / Gattis school Rom Signal Commotion n Proposal ZT 3EVd 3ONVI Figures: $ / o 6/7/3 Written: $ Oro - �,. 4 � e �o,'y � j In,1 l dJ act 1 Sauces- K�- V-ta / A o�o /(r? P e 9806TZ8ZT9 TZ:9T £00Z /L0/£0 ITEM NO. ESTIMATED QUANTITY DESCRIPTION (UNIT PRICE IN WORDS) UNIT COST TOTAL COST HC —1 705 FT — 2" PVC Conduit (SCHD 40) in place, per foot for dollars and $ $ cents per unit. HC — 2 640 FT 3" PVC Conduit (SCHD 40) in place, per foot for dollars and $ $ cents per unit. HC - 3 _44 FT No 6 Electric Conductor, insulated in place, per foot for dollars and $ $ cents per unit. HC - 4 _22_ FT No 6 Electric Conductor, bare, in place, per foot for dollars and $ $ cents per unit. 1 1 TRAFFIC SIGNAL CONSTRUCTION 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 February 3, 2003 High Country Boulevard and Gattis School Road Red Bud Lane and Gattis School Road City of Round Rock Public Works Dept. 2008 Enterprise Dr. Round Rock, Texas, 78664 Gentlemen: PROPOSAL The undersigned, in compliance with your invitation for bids for construction of Traffic Signals at the intersections of High Country Boulevard and Gattis School Road and Red Bud Lane and Gattis School Road for the City of Round Rock, having carefully examined the plans, specifications, and related documents, having carefully read same, having examined the site of the proposed project, proposes to furnish all labor, hauling materials, apparatus, machinery, tools, supplies, and to construct the project in accordance with the contract documents within the time set forth and at the price stated below: Traffic Signal High Country Boulevard and Gattis School Road High Country / Gattis School Road Signal Construction Proposal HC – 5 1,345 FT No 8 Electric Conductor, bare, in place, per foot for dollars and $ $ cents per unit. HC – 6 _8_ EA Ground Box Type A (122311) w /Apron in place, per each for dollars and $ $ cents per unit. HC - 7 1 EA Ground Box Type D (162922) w /Apron in place, per each for dollars and $ $ cents per unit. HC – 8 _52.8_ FT Traffic Signal Pole Foundations - 36 Inch Diameter Drilled Shaft, in place, per foot for dollars and $ $ cents per unit. HC – 9 1 EA — — Installation of Traffic Signal, in place, per each for dollars and $ $ cents per unit. HC – 10 23 EA Vehicle Signal Section, 12 inch, in place, per each for dollars and $ $ cents per unit. HC –11 6 EA Pedestrian Signal Section, 2 indications in 1 section, in place, per each for dollars and $ $ cents per unit. HC –12 6 Back plate for Vehicle Signal Section, 3 section, 12 inch, in place, per each for dollars and $ $ cents per unit. HC –13 1 EA Back plate for Vehicle Signal Section, 5 section, 12 inch, in place, per each for dollars and $ $ cents per unit. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 High Country / Gattis School Road Signal Construction Proposal HC — 14 _2,409_FT Multiconductor Signal Cable - 2 Conductor Shielded, in place, per foot for dollars and $ $ cents per unit. HC — 15 _ 614 _ FT Multiconductor Signal Cable - 2 Conductor, in place, per foot for dollars and $ $ cents per unit. HC — 16 165 FT Multiconductor Signal Cable — 4 Conductor, in place, per foot for dollars and $ $ cents per unit. HC —17 803 FT Multiconductor Signal Cable - 5 Conductor, in place, per foot for dollars and $ $ cents per unit. HC — 18 _28 FT Multiconductor Signal Cable - 7 Conductor, in place, per foot for dollars and $ $ cents per unit. HC —19 _316_ FT Multiconductor Signal Cable - 20 Conductor, in place, per foot for dollars and $ $ cents per unit. HC — 20 2 EA Traffic Signal Pole Assembly, w/ 28 foot mast arm and luminaire, in place, per each for dollars and $ $ cents per unit. HC — 21 1 EA Traffic Signal Pole Assembly, w/ 40 foot mast arm and luminaire, in place, per each for dollars and $ $ cents per unit. HC — 22 1 EA Traffic Signal Pole Assembly, 30 foot, w /luminaire, in place, per each for dollars and $ $ cents per unit. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 High Country / Gattis School Road Signal Construction Proposal iii HC — 23 3,439_ FT Vehicle Detection (14 AWG, Black), in place, per foot for dollars and $ $ cents per unit. HC — 24 _ 1,545 _ FT Vehicle Detection (SAWCUT), in place, per foot for dollars and $ $ cents per unit. HC — 25 6 EA Pedestrian Detectors, Push Button, in place, per each for dollars and $ $ cents per unit. HC — 26 _ 1 EA Electrical Service, in place, per each for dollars and $ $ cents per unit. HC — 27 _ 3 EA Internally Illuminated Street Name Signs, in place, per each for dollars and $ $ cents per unit. HC — 28 1 EA Spread Spectrum Radio Equipment, in place, per each for dollars and $ $ cents per unit. HC — 29 1 EA Vehicle Identifying Optical Preemption and Communication System, in place, per each for dollars and $ $ cents per unit. TOTAL BID FOR High Country Boulevard and Gelds School Road TRAFFIC SIGNAL $ 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 High Country / Gattis School Road Signal Construction Proposal iv ITEM NO. ESTIMATED QUANTITY DESCRIPTION (UNIT PRICE IN WORDS) UNIT COST TOTAL COST RB — 1 582 FT 2" PVC Conduit (SCHD 40) in place, per foot for dollars and $ $ cents per unit. RB — 2 607_ FT 3" PVC Conduit (SCHD 40) in place, per foot for dollars and $ $ cents per unit. RB - 3 _15_ FT No 6 Electric Conductor, insulated in place, per foot for dollars and $ $ cents per unit. RB - 4 8_ FT No 6 Electric Conductor, bare, in place, per foot for dollars and $ $ cents per unit. RB — 5 _1,189 FT No 8 Electric Conductor, bare, in place, per foot for dollars and $ $ cents per unit. RB — 6 _9_ EA Ground Box Type A (122311) w /Apron in place, per each for dollars and $ $ cents per unit. RB - 7 1 EA Ground Box Type D (162922) w /Apron in place, per each for dollars and $ $ cents per unit. RB — 8 _52.8_ FT Traffic Signal Pole Foundations - 36 Inch Diameter Drilled Shaft, in place, per foot for dollars and $ $ cents per unit. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Traffic Signal Red Bud Lane and Gattis School Road Red Bud Lane / Gattis School Road Signal Construction Proposal iii RB — 9 1 EA Installation of Traffic Signal, in place, per each for dollars and $ $ cents per unit. RB —10 34 EA Vehicle Signal Section, 12 inch, in place, per each for dollars and $ $ cents per unit. RB —11 8 EA Pedestrian Signal Section, 2 indications in 1 section, in place, per each for dollars and $ $ cents per unit. RB — 12 8_EA Back plate for Vehicle Signal Section, 3 section, 12 inch, in place, per each for dollars and $ $ cents per unit. RB — 13 2 EA Back plate for Vehicle Signal Section, 5 section, 12 inch, in place, per each for dollars and $ $ cents per unit. RB — 14 1,474 FT Multiconductor Signal Cable - 2 Conductor Shielded, in place, per foot for dollars and $ $ cents per unit. RB — 15 _1,148_ FT Multiconductor Signal Cable - 2 Conductor, in place, per foot for dollars and $ $ cents per unit. RB — 16 134 FT Multiconductor Signal Cable — 4 Conductor, in place, per foot for dollars and $ $ cents per unit. RB — 17 634 FT Multiconductor Signal Cable - 5 Conductor, in place, per foot for dollars and $ $ cents per unit. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Red Bud Lane / Gattis School Road Signal Construction Proposal iv The 'CONTRACTOR, recognizing the importance of this project for the OWNER, and by submitting his bid confirms, that he has checked and re- checked his bid proposal, and that he has considered fully the price of all materials, labor, and any and all other cost items to him to complete this project, that he has examined the project site and satisfied himself regarding the unclassified excavation and all other physical aspects of the project, that he has examined carefully the plans and specifications and confirms that they reflect the full intent of all aspects of this project. Respectfully submitted: BIDDER: BY: PRINTED NAME: TITLE: MAILING ADDRESS: PHONE: FAX: c L c.J c G. ,S c-G. r o -e k/ �( �.`�. asnc 130 CLAt_ ," - z 6 9 siZ. zrs. ,5 5 (7L. 3 . d 07'6 Red and Low / Gams school Rod Signal Commocdan Proposal High Cowry / Gams scrod Road sigod Corr ucdon Prapood TT 39Gd 3ONVI11V III i structian Cn_ 1 • 980ZTZ8ZT9 TZ :9I E00Z /L0 /E0 The CONTRACTOR, recognizing the importance of this project for the OWNER, and by submitting his bid confirms, that he has checked and re- checked his bid proposal, and that he has considered fully the price of all materials, labor, and any and all other cost items to him to complete this project, that he has examined the project site and satisfied himself regarding the unclassified excavation and all other physical aspects of the project, that he has examined carefully the plans and specifications and confirms that they reflect the full intent of all aspects of this project. Respectfully submitted: BIDDER: BY: PRINTED NAME: TITLE: MAILING ADDRESS: PHONE: FAX: High Country / Gattis School Road Signal Construction Proposal vii 3.0 POST BID DOCUMENTS THE STATE OF TEXAS postbid.mst/spet master COUNTY OF WILLIAMSON § AGREEMENT THIS AGREEMENT, made and entered into this /D/ day of k /ii , 20C3. by and between (Owner) City of Round Rock, Texas of the State of texas, acting through NyleMaxwell, Mayor, thereunto duly authorized so to do, hereinafter termed OWNER, and (Contractor) 4i(5r< %A 7t7/ i,Sf 6n. GP of Q.DIu,,/ deedt , Texas, County of GU%!!lA 5eAll , and State of Texas, hereinafter termed CONTRACTOR. THE CONTRACT DOCUMENTS consist of this Agreement and any Attachments and Exhibits attached hereto, Conditions of the Contract (General, Supplementary, and other conditions), Drawings, Specifications, all Addenda issued prior to execution of the Agreement and all Change Orders and written modifications issued subsequent thereto. These form the contract, and all are as fully a part of the Contract as if attached to this agreement or repeated herein. Unless otherwise specified, definitions set forth in the General Conditions apply to all other Contract Documents. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by OWNER, and under the conditions expressed in the bond bearing even date herewith, CONTRACTOR hereby agrees with the said OWNER to commence and complete the construction of certain improvements described as follows: /� C Sc ieee /� ��qh� �o u s 74r/ $ Sciod de eat s i["�d Bi G �r2��eh Sig Cm2 sip 707-. Further described as the work covered by this specification consists of furnishing all the materials, supplies, machinery, equipment, tools, supervision, labor, insurance, and other accessories and services necessary to complete the said construction, in accordance with the conditions and prices stated in the Proposal attached hereof, and in accordance with the Notice to Contractors, Instructions to Bidders, General Conditions of Agreement, Special Conditions, Technical Specifications, Plans, and other drawings and printed or written explanatory material thereof, and the Specifications and Addenda therefor, as prepared by 7 -4 f ,� i,u� rru� /o. ,T c . /DO E 4 'Gt 507, /A�1l 4t7' / Te / 24 1 1 S73 CV�,z) 80?/- c2 8/ , herein entitled ENGINEER, each of which has been identified by the CONTRACTOR'S written PBD -2 revised - 7/2002 Proposal, the General Conditions of the Agreement, and the Performance, Payment, and Maintenance Bonds hereof, and collectively evidence and constitute the entire contract. The CONTRACTOR hereby agrees to commence work within /) calendar days after the date written notice to do so have been given to him, and to complete the same within L'D calendar days after the date of the written Notice to Proceed, subject to such extensions of time as are provided by the General and Special Conditions. The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the Proposal, which forms a part of this Contract, such payments to be subject to the General and Special Conditions of the Contract. postbid.mst/spec master PBD -3 revised - 7/2002 IN WITNESS WHEREOF, the parties to these presents have executed this Agreement in the year and day first above written. CITY OF ROUND ROCK, TEXAS BY: 1e 1 aaxwel ATTEST: Mayor L'im'rTeo�aaTNeeSnlP C- efporatc Seal postbid.mst/spec master Austin Traffic Signal Construction Co, L.P. (OWNER) (CONTRACTOR) BY: //I/kJ ` I'RI:05 its - FRe6;Den1 Signed: PBD - 4 (Typed name) (Title) ATTEST: O le. 7 CL�� q ,, . /CI S City Secretary Se e , if Contractor is a L:m;te z .CISAIJ �s�esat�en o ootherwise registered with the Secretary of State L:miTetl - Ret (The following to be executed if the Contractor is a Cerrper-atien.) J� ' Gr .r. Y6 -re 2t.YeeS!//) I, Jo he" FRRNkCe J certify that I am the Secretary of the C the Gefperatien named as Contractor herein; that REV 5. 6h ' #,/ , who signs this Contract o1 beha of the Contractor was then greeyipen t (official ti 1e o sat _ w. .. , said Contract was duly signed for and in beha said n, at s k 18 + 0 authority of its governing body, and is within the sco e o ers. revised - 7 /2002 BOND #PRF08624082 PERFORMANCE BOND THE STATE OF TEXAS COUNTY OF WILLIAMSON AUSTIN TRAFFIC SIGNAL KNOW ALL MEN BY THESE PRESENTS: That CONSTRUCTION CO. , L. P . of the City of ROUND ROCK , County of WILLIAMSON , and State of TEXAS , as Principal, and CACSC authorized under the law of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto THE CITY OF ROUND ROCK, TEXAS, (Owner), in the penal sum of ONE HUNDRED EIGHTY EIGHT THOUSAND, SEVEN HUNDRED THIRTEEN & 85/100 dollars ($ 188, 713.85 ) for the payment whereof, well and truly to be made the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the Owner dated the /O>`.4 day of / ,- /./ , 20 0 to which the contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein consisting of: GATTIS SCHOOL ROAD & HIGH COUNTRY BOULEVARD GATTIS SCHOOL ROAD & RED BUD LANE TRAFFIC SIGNAL CUNa1 NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform said Contract and shall, in all respects, duly and faithfully observe and perform all and singular the covenants, conditions and agreements in and by said Contract, agreed and covenanted by the Principal to be observed and performed, including but not limited to, the repair of any and all defects in said work occasioned by and resulting from defects in materials furnished by or workmanship of, the Principal in performing the work covered by said Contract and occurring within a period of twelve (12) months from the date of the contract Completion Certificate and all other covenants and conditions, according to the true intent and meaning of said Contract and the Plans and Specifications hereto annexed, then this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Chapter 2253, Texas Government code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter 2253 to the same extent as if it were copied at length herein. postbid.mst/spec master PBD -5 revised - 7/2002 1 PERFORMANCE BOND (continued) Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the term of the contract, or to the work performed thereunder, or the plans, specifications, or drawings accompanying the same, shall in anywise 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. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this day of 1 Principal 1 By7Z"- Title 1 1 1 1 1 1 1 1 1 1 20 03. AUSTIN TRAFFIC SIGNAL CONSTRUCTION CO.,L.P. PRESIDENT P.O. BOX 130 Address ROUND ROCK, TX 78680 DALLAS, TX 75251 Resident Agent of Surety: FRANK SIDDONS INSURANCE Printed Name P.O. BOX 164077 Address AUSTIN, TX 78716 City, St Zip Code z2j %i/ Signature postbid.mst/spec master PBD -6 COLONIAL AMERICAN CASUALTY AND SURETY COMPANY ATTY —IN —FACT Title 12222 MERIT DRIVE, STE 900 Address revised - 7/2002 Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY HOME OFFICES: 3910 KESWICK ROAD, BALTIMORE, MD 21211 KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, corporations of the State of Maryland, by PAUL C. ROGERS, Vice President, and J. G. HAMILTON, Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By -Laws of said Companies, which are set f. h on the re v se side hereof and are hereby certified to be in full force and effect on the date hereof, does hereby no 1S7s consti SIDDONS, Robert C. FRICK R 1 E, Linda EDWADS, • .- J. WE Samuel G. SIDDONS, all of Austin, Texas, EACH ' { - and la and deliver, for, and on its behalf as surety, and as i . <. :t d deed on behalf of Independent Executors, Communit . ivors a or undertakings in pursuance of these presents, s .i7 as bind' purposes, as if they had been duly executed an v owledg in Baltimore, Md., in their own proper s. This SIDDONS, Steven B. SIDDONS, Robe ' ` ' CKE James F. SIDDONS, and Tommy NEL. ated Nov The said Assistant Secretary does 11-4.14 certify th t 1C! ... . . Section 2, of the By -Laws of said C. es, and is force. IN WITNESS WHEREOF, the4`d Vice- ent and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seals of the said FI !t AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURE ANY, this 7th day of February, A.D. 2002. ATTEST: POA - F 168 appoint Robert C. SIDDONS, Steven B. , James F. SIDDONS, Tommy NELSON and ent and Attorney -in -Fact, to make, execute, seal nd all bonds and undertakings EXCEPT bonds munity Guardians and the execution of such bonds n said Companies, as fully and amply, to all intents and the regularly elected officers of the Company at its office er of attomey revokes that issued on behalf of Robert C. e Ann ROGERS, Linda EDWARDS, Douglas J. WEALTY, r 30, 2000. set forth on the reverse side hereof is a true copy of Article VI, FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY By: J G. Hamilton Assistant Secretary Paul C. Rogers Vice President State of Maryland County of Harford ss: On this 7th day of February, A.D. 2002, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came PAUL C. ROGERS, Vice President, and J. G. HAMILTON, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Companies aforesaid, and that the seals affixed to the preceding instrument is the Corporate Seals of said Companies, and that the said Corporate Seals and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. Patricia A. Trombetti Notary Public My Commission Expires: October 9, 2002 EXTRACT FROM BY -LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice - President, or any of the Senior Vice - Presidents or Vice - Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice - Presidents, Assistant Vice - Presidents and Attomeys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto." EXTRACT FROM BY -LAWS OF COLONIAL AMERICAN CASUALTY AND SURETY COMPANY "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice - President, or any of the Senior Vice - Presidents or Vice - Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice - Presidents, Assistant Vice - Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto." this CERTIFICATE I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, do hereby certify that the original Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that the Vice- President who executed the said Power of Attorney was one of the additional Vice- Presidents specially authorized by the Board of Directors to appoint any Attorney-in-Fact as provided in Article VI, Section 2, of the respective By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY. This Power of Attomey and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990 and of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice - President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, day of , Assistant Secretary BOND #PRF08624082 THE STATE OF TEXAS COUNTY OF WILLIAMSON PAYMENT BOND AUSTIN TRAFFIC SIGNAL KNOWALLMENBYTHESEPRESENTS: That CONSTRUCTION C0.,L.P. ,of the City of ROUND ROCK County of WILLIAMSON , and State of TEXAS as Principal, and CACSC authorized under the laws of the State of Texas to act as Surety on Bonds for Principals, are held and firmly bound unto THE CITY OF ROUND ROCK, (OWNER), and all subcontractors, workers, laborers, mechanics and suppliers as their interest may appear, all of whom shall have the right to sue upon this bond, in the penal sum Of ONE HUNDRED EIGHTY EIGHT THOUSAND, SEVEN HUNDRED THIRTEEN & 85 /100 - Dollars ($ 188.713.85 ) for the payment whereof, well and truly be made the said Principal and Surety bind themselves and their heirs, administrators, executors, successors, and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the Owner, dated the /4' day of ) , 20 03, to which Contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein consisting of: GATTIS SCHOOL ROAD & HIGH COUNTRY BOULEVARD GATTIS SCHOOL ROAD & RED BUD LANE TRAFFIC SIGNAL CONSTRUCTION NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall well and truly pay all subcontractors, workers, laborers, mechanics, and suppliers, all monies to them owing by said Principals for subcontracts, work, labor, equipment, supplies and materials done and furnished for the construction of the improvements of said Contract, then this obligation shall be and become null and void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Chapter 2253, Texas Government code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter 2253 to the same extent as if it were copied at length herein. postbid.mst/spec master PBD -7 revised - 7/2002 PAYMENT BOND (continued) Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications or drawings accompanying the same shall in anywise affect it's 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. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this Instrument this day of AUSTIN TRAFFIC SIGNAL CONSTRUCTION CO., L.P. Title PRESIDENT P.O. BOX 130 Address ROUND ROCK, TX 78680 Resident Agent of Surety: FRANK SIDDONS INSURANCE Printed Name P.O. BOX 164077 Address Signature postbid.mst/spec master AUSTIN, TX 78716 City, S & Zip Code 20 03 COLONIAL AMERICAN CASUALTY AND SURETY COMPANY ATTY —IN —FACT Title 12222 MERIT DRIVE. STE 900 Address DALLAS, TX 75251 PBD -8 revised - 7/2002 Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY HOME OFFICES: 3910 KESWICK ROAD, BALTIMORE, MD 21211 KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, corporations of the State of Maryland, by PAUL C. ROGERS, Vice President, and J. G. HAMILTON, Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By -Laws of said Companies, which are set f on the rev se side hereof and are hereby certified to be in full force and effect on the date hereof, does hereby no '!S� consti i appoint Robert C. SIDDONS, Steven B. SIDDONS, Robert C. FRICKE, Linda EDWARDS, t �: J. WE • n4;• James F. SIDDONS, Tommy NELSON and Samuel G. SIDDONS, all of Austin, Texas, EACH ' and la , :ent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as i . d deed :'i .: nd all bonds and undertakings EXCEPT bonds on behalf of Independent Executors, Communi tvors a . . 4 . munity Guardians and the execution of such bonds or undertakings in pursuance of these presents, as bind' n said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed an owledg e regularly elected officers of the Company at its office in Baltimore, Md., in their own proper This er of attorney revokes that issued on behalf of Robert C. SIDDONS, Steven B. SIDDONS, Robe. '" CKE e Ann ROGERS, Linda EDWARDS, Douglas J. WEALTY, James F. SIDDONS, and Tommy NEL ated Nov 30, 2000. The said Assistant Secretary does h certify Section 2, of the By -Laws of said C q 1 es, and is IN WITNESS WHEREOF, the id Vice - affixed the Corporate Seals of the said FI AMERICAN CASUALTY AND SURE ATTEST: POA - F 168 - 9875 xtract set forth on the reverse side hereof is a true copy of Article VI, force. nt and Assistant Secretary have hereunto subscribed their names and AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL PANY, this 7th day of February, A.D. 2002. FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY By: .1 G. Hamilton Assistant Secretary Paul C. Rogers State of Maryland County of Harford ss: On this 7th day of February, A.D. 2002, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came PAUL C. ROGERS, Vice President, and J. G. HAMILTON, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly swom, severally and each for himself deposed' and saith, that they are the said officers of the Companies aforesaid, and that the seals affixed to the preceding instrument is the Corporate Seals of said Companies, and that the said Corporate Seals and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. Vice President Patricia A. Trombetti Notary Public My Commission Expires: October 9, 2002 EXTRACT FROM BY -LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND ' "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice - President, or any of the Senior Vice - Presidents or Vice - Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, 1 shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice - Presidents, Assistant Vice - Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto." EXTRACT FROM BY -LAWS OF COLONIAL AMERICAN CASUALTY AND SURETY COMPANY "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice - President, or any of the Senior Vice - Presidents or Vice - Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice - Presidents, Assistant Vice - Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, , policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto." CERTIFICATE 1 I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the , COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, do hereby certify that the original Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that the Vice - President who executed the said Power of Attorney was one of the additional Vice - Presidents specially authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2, of the respective By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990 and of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994. 1 RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice - President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and ' binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this day of 0 d f4t ' ejtj Assistant Secretary 1 1 1 WARRANTY BOND BOND NUMBER PRF08624082 AMOUNT $188,713.85 KNOW ALL MEN BY THESE PRESENTS, That we, AUSTIN TRAFFIC SIGNAL CONSTRUCTION CO., L.P. (hereinafter called the "Principal ") as Principal, and the CAC SC a Corporation duly organized under the laws of the State of MARYLAND and duly licensed to transact business in the State of TEXAS (hereinafter called the "Surety "), as Surety, are held and firmly bound unto THE CITY OF ROUND ROCK, TEXAS (hereinafter called the "Obligee "), in the sum Of 0NF HTINDRFD FTGHT ETC:HT THOTT4AND, SEVEN HUNDRED THIRTEEN & 85/100 dollars ($ 188,713.85 ) for the payment of which sum well and truly to be made, we, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly, by these presents. Sealed with our seals and dated this / />t-h day of 1, / , A.D. and 2003 WHEREAS, the said Principal has heretofore entered into a contract with CITY OF ROUND ROCK Dated April 4) i 20 03 , for construction of: GATTIS SCHOOL ROAD & HIGH COUNTRY BOULEVARD GATTIS SCHOOL ROAD & RED BUD LANE TRAFFIC SIGNAL CONSTRUCTION WHEREAS, the said Principal is required to guarantee the construction of all improvements installed under said contract, against defects in materials or workmanship, which may develop during the period of ONE year(s) from the date of acceptance of the project above described, by Owner: The City of Round Rock, Texas NOW, THEREFORE, THE CONDITIONS OF THE OBLIGATIONS IS SUCH, that if said Principal shall faithfully carry out and perform the said guarantee, and shall, on due notice, repair and make good at its own expense any and all defects in materials or workmanship in the said work which may develop during the period of ONE year(s) from the date of acceptance of the project above described, by Owner: The City of Round Rock, Texas postbid.mst/spec master PBD -10 revised - 7/2002 WARRANTY BOND (continued) OR shall pay over, make good and reimburse to the said Obligee all loss and damage which said Obligee may sustain by reason of failure or default of said Principal so to do, then this obligation shall be null and void; otherwise shall remain in full force and effect. AUSTIN TRAFFIC SIGNAL COLONIAL AMERICAN CASUALTY CONSTRUCTION CO., L.P. AND SURETY COMPANY Suret Principal By: PRESIDENT Title Title P.O. BOX 130 Address ROUND ROCK, TX 78680 Resident Agent of Surety: FRANK SIDDONS INSURANCE Printed Name P.O. BOX 164077 Address AUSTIN, TX Signature postbid.mst/spec master 78716 PBD -11 ATTY —IN —FACT 12222 MERIT DRIVE, STE 900 Address DALLAS, TX 75251 revised - 7/2002 Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY HOME OFFICES: 3910 KESWICK ROAD, BALTIMORE, MD 21211 KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, corporations of the State of Maryland, by PAUL C. ROGERS, Vice President, and J. G. HAMILTON, Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By -Laws of said Companies, which are set f h on the rev a side hereof and are hereby certified to be in full force and effect on the date hereof, does hereby no consti appoint Robert C. SIDDONS, Steven B. SIDDONS, Robert C. FRICKE, Linda EDWARDS, D. : J. WE , James F. SIDDONS, Tommy NELSON and Samuel G. SIDDONS, all of Austin, Texas, EACH 't ' - and law ent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as i :�: d deed '�. nd all bonds and undertakings EXCEPT bonds on behalf of Independent Executors, Communi .w rvors a �.' munity Guardians and the execution of such bonds or undertakings in pursuance of these presents, s as bind' n said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed an owledgvt , e regularly elected officers of the Company at its office in Baltimore, Md., in their own proper SIDDONS, Steven B. SIDDONS, Robe James F. SIDDONS, and Tommy NEL The said Assistant Secretary does h Section 2, of the By -Laws of said C IN WITNESS WHEREOF, the id Vice - affixed the Corporate Seals of the said FI AMERICAN CASUALTY AND SURE ATTEST: POA 168 - 9875 This mower of attorney revokes that issued on behalf of Robert C. e Ann ROGERS, Linda EDWARDS, Douglas J. WEALTY, 6r 30, 2000. set forth on the reverse side hereof is a true copy of Article VI, force. ent and Assistant Secretary have hereunto subscribed their names and AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL PANY, this 7th day of February, A.D. 2002. FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY By: J. G. Hamilton Assistant Secretary Paul C. Rogers Vice President State of Maryland County of Harford SS. On this 7th day of February, A.D. 2002, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came PAUL C. ROGERS, Vice President, and J. G. HAMILTON, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Companies aforesaid, and that the seals affixed to the preceding instrument is the Corporate Seals of said Companies, and that the said Corporate Seals and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. Patricia A. Trombetti Notary Public My Commission Expires: October 9, 2002 CERTIFICATE I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, do hereby certify that the original Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that the Vice - President who executed the said Power of Attomey was one of the additional Vice - Presidents specially authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2, of the respective By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY. This Power of Attomey and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990 and of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice - President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this day of 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 EXTRACT FROM BY -LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice - President, or any of the Senior Vice - Presidents or Vice - Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice - Presidents, Assistant Vice - Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto" EXTRACT FROM BY -LAWS OF COLONIAL AMERICAN CASUALTY AND SURETY COMPANY "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice- President, or any of the Senior Vice - Presidents or Vice - Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice - Presidents, Assistant Vice - Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto." Assistant Secretary Fidelity and Deposit Company of Maryland To obtain information or make a complaint: Home Office: P.O. Box 1227, Baltimore, MD 21203 -1227 IMPORTANT NOTICE You may call the Fidelity and Deposit Company of Maryland, Colonial American Casualty and Surety Company, and/or Zurich American Insurance Company's toll -free telephone number for information or to make a complaint at: 1- 800 - 654 -5155 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights, or complaints at: 1- 800 - 252 -3439 You may write the Texas Department of Insurance: PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning the premium or about a claim, you should first contact Fidelity and Deposit Company of Maryland or Colonial American Casualty and Surety Company. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. S8543f(TX) (08/011 P.O. Box 149104 Austin, TX 78714 -9104 FAX # (512) 475 -1771 Fidelity and Deposit Company of Maryland Colonial American Casualty and Surety Company DISCLOSURE NOTICE OF TERRORISM INSURANCE COVERAGE After the September 11, 2001 collapse of the World Trade Center, some insurance and reinsurance companies excluded coverage for terrorist events from their policies. The economy was affected, to the extent that 515 billion dollars of new construction was cancelled or delayed. As an economic aid, the Federal Government has enacted the Terrorism Risk Insurance Act of 2002. As part of the act, we are required to notify you that subject to the terms and conditions as stated in your applicable bond forms, coverage for losses sustained by acts of terrorism is already included in your current bond. Effective November 26, 2002, under your existing bond, losses caused by certified acts of terrorism as defined in the Terrorism Risk Insurance Act of 2002 would be partially reimbursed by the Federal Government under a formula established by federal law. Under this formula, the Federal Government pay 90% of covered terrorism losses exceeding the statutorily established deductible paid by the insurance company providing the coverage. Under the current bond, that portion of your premium that is attributable to coverage for acts of terrorism is 50. We strongly urge you to contact your independent insurance agent if you have any questions regarding this matter. PTJge 1 OF 1 ' CERTIFICATE OF LIABILITY INSURANCE Date: 4/23/03 I PRODUCER COMPANIES AFFORDING COVERAGE Frank Siddons Insurance P.O. Box 164077 A Zurich American Ins. Co. • Austin, TX 78716 B . American Guarantee & Liability • I INSURED C National Union Fire Austin Traffic Signal Construction Co., L.P. P.O. Box 130, Round Rock, TX 78680 -0130 D I THIS IS TO CERTIFY THAT the Insured named above is insured by the Companies listed above with respect to the business operations hereinafter described, for the types of insurance and in accordance with the provisions of the standard policies used by the companies, and further hereinafter described. Exceptions to the policies are noted below. ' CO TYPE OF INSURANCE POLICY EFFECTIVE EXPIRATION LIMITS LTR NUMBER DATE DATE ' GENERAL LIABILITY GENERAL AGGREGATE $ 2,000,000. A CP03990992 4/14/03 4/14/04 PRODUCTS- COMP /OPAGG. $2,000,000. I PERSONAL & ADV. INJURY $ 1,000,000. EACH OCCURRENCE $ 1,000,000. FIRE DAMAGE (Any one fire) $ 50,000. 1 MED. EXPENSE (Any one person) $ 5,000. AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT 5 1,000,000 . I B TAP3990994 4/14/03 4/14/04 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE $ ' EXCESS LIABILITY EACH OCCURRENCE $ 5,000,000. C BE2987597 4/14/03 4/14/04 AGGREGATE $5,000,000. I WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY STATUTORY LIMITS A WC3990993 4/14/03 4/14/04 EACH ACCIDENT $ 1,000,000. DISEASE - POLICY LIMIT $ 1,000,000. DISEASE - EACH EMPLOYEE $ 1,000,000. OTHER 1 I DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES /SPECIAL ITEMS/EXCEPTIONS Re: Gattis School Road & High Country Blvd.; Gattis School Road & Red Bud Lane; Traffic Signal Construction 1 1 1 1 The City of Round Rock is named as additional insured with respect to all policies except Workers' Compensation and Employers' Liability. Should any of the above described policies be cancelled or changed before the expiration date thereof, the issuing company will mail thirty (30) days written notice to the certificate holder named below. CERTIFICATE HOLDER: postbidmst/spec master City of Round Rock 221 E. Main Street Round Rock, Texas 78664 Attn: Robert L. Bennett, Jr., AICP PBD -9 Typed Name: Robert C. Siddons Title Precidene revised - 7/2002 PART I, GENERAL PROVISIONS DIVISION 1 GENERAL REQUIREMENTS ANu COVENANTS ITEM 1 DEFINITION OF TERMS 1.1 to 1.2 1.1. Definitions. Wherever the following teens are used in these specifications or other contract documents, the intent and meaning shall be interpreted as shown below: 1.2. Abbreviations: AAN American Association of Nurserymen. AAR Association of American Railroads. AASHTO American Association of State Highway and Trans- portation Officials. AITC American Institute of Timber Construction. ANSI American National Standards Institute. API American Petroleum Institute. AREA American Railroad Engineers Association. ASTM American Society for Testing and Materials. AWG American Wire Gage. AWPA American Wood Preservers Association. AWPB American Wood Preservers Bureau. AWPI American Wood Preservers Institute. AWS American Welding Society. DFPA Douglas Fir Plywood Association. IES Illuminating Engineering Society. IMSA International Municipal Signal Association. ITE Institute of Transportation Engineers. NBFU National Board of Fire Underwriters. NEC National Electrical Code (Published by NBFU). NEMA National Electrical Manufacturers Association. NFPA National Forest Products Association. NIST National Institute of Standards and Technology SFPA Southern Forest Products Association. SPIB Southern Pine Inspection Bureau. TMUTCD Texas Manual on Uniform Traffic Control Devices TXDOT Texas Department of Transportation UL Underwriters Laboratory, Inc. WWPA Westem Wood Products Association. 1 1.3 to 1.14 1.3. Arterial Highway. A general term denoting a highway pri- marily for through traffic, usually on a continuous route. 1.4. Bidder. An individual, firm or corporation or any combi- nation thereof submitting a proposal. 1.5. Bridges. Structures of over 20 -foot span measured from face to face of abutments, or in case of copings, from face to face of copings, and multiple span structures of over 20 -foot length, measured between inside of end walls along the centerline of the roadbed. 1.6. Certificate of Insurance. Texas Department of Transportation approved form covering insurance requirements stated in the contract. 1.7. Commission. The Texas Department of Transportation Commission. 1.8. Construction Bulletin C -5. Manual of procedures and requirements for manual welding and submerged are welding for the fabrication of structural steel. 1.9. Construction Bulletin C -6. Manual of testing requirements for the qualification of welders for structural and reinforcing steel. 1.10. Construction Bulletin C-8. Manual of procedures for driving and test loading piling. 1.11. Construction Bulletin C -9. Manual of procedures for constructing and test loading drill shafts. 1.12. Construction Bulletin C -11. Manual of procedures to be followed in the design and control of portland cement concrete. 1.13. Construction Bulletin C -14. Manual of procedures to be followed in the design and control of asphaltic concrete paving mixtures. 1.14. Contract. The agreement between the City of Round Rock and the Contractor covering the furnishing of materials and performance of the work. The contract will include, but not be limited to, the Plans, Standard Specifications incorporated by reference, Special Provisions, Special Specifications, Contract Bonds and Supplemental Agreements. 2 1.15. Contractor. The individual, firm or corporation or any combination thereof, Party of the Second Part, with which the contract is made by the City of Round Rock. 1.16. Controlled Access Highway. Any highway to or from which access is denied or controlled, in whole or in part, from or to abutting land or intersecting streets, roads, highways, alleys or other public or private ways. 1.17. Control of Access. The condition where the right to access of owners or occupants of abutting land or other persons in connection with a highway is fully or partially controlled by public authority. (1) Full Control. Full control of access means that the authority to control access is exercised to give preference to through traffic by providing access connections with selected public roads only and by prohibiting crossings at grade or direct private driveway connections. (2) Partial Control. Partial control of access means that the authority to control access is exercised to give preference to through traffic to a degree that, in addition to access connections with selected public roads, there may be some crossings at grade and some private driveway connections. 1.18. County. A political subdivision of the State. 1.15 to 1.24 1.19. Culvert. Any structure, other than a bridge, which provides an opening under a roadway for drainage or other purposes. 1.20. Department. The Texas Department of Transportation (TxDOT). 1.21. Departmental Material Specifications. Specifications for various materials published by the Division of Materials and Tests. 1.22. Engineer. The City of Round Rock's Consultant or his authorized representative. 1.23. Expressway. A divided arterial highway for through traffic with full or partial control of access and generally with grade separations at intersections. 1.24. Freeway. An expressway with full control of access. 3 1.25 to 1.33 1.25. Frontage Street or Frontage Road. A local street or road auxiliary to and located along an arterial highway for service to abutting property and adjacent areas and for control of access (sometimes known as a Service Road, Access Road or Insulator Road). 1.26. Hazardous Materials/Waste. Hazardous materials /waste include, but are not limited to, such materials as: explosives, compressed gas, flammable liquids, flammable solids, combustible liquids, oxidizers, poisons, radioactive materials, corrosives, etiologic agents and other material classified as hazardous by 40CFR261, or applicable state and federal regulations. 1.27. Highway, Divided. A highway with separate roadways intended to move traffic in opposite directions. 1.28. Highway, Street or Road. General terms denoting a public way for purposes of vehicular travel, including the entire area within the right of way. Recommended usage in urban areas is highway or street; in rural areas, highway or road. 1.29. Inspector. The person assigned by the City of Round Rock to inspect any or all parts of the work and the materials to be used therein. 1.30. Intersection. The area embraced within the prolongation or connection of the lateral curb lines, or, if none, then the lateral boundary lines of the roadways, of two highways which join one another at, or approximately at, right angles; or the area within which vehicles traveling upon different highways joining at any other angle may come in conflict. 1.31. Island. An area within a roadway for which vehicular traffic is intended to be excluded, together with any area at the approach thereto occupied by protective deflecting or warning devices. 1.32. Laboratory. The testing laboratories of the City or any other testing laboratory that may be designated or approved by the Engineer. 1.33. Letting Official. The Director of Public Works or any Department employee empowered by the Director to officially close the receipt of bids at an advertised letting. 4 1.34 to 1.44 1.34. Local Street or Local Road. A street or road primarily for access to residence, business or other abutting property. 1.35. Major Street or Major Highway. " An arterial highway with intersections at grade and direct access to abutting property, and on which geometric design and traffic control measures are used to expedite the safe movement of through traffic. 1.36. Manual of Testing Procedures. Texas Department of Transportation Division of Materials and Tests manual outlining testing methods and procedures. 1.37. Materials. Definitions of materials and material properties are as found in Test Method Tex - 100 -E, Part I. 1.38. Median. The portion of a divided highway separating the traffic lane(s) in opposite directions. 139. Nonresident Bidder. A bidder whose principal place of business is not in Texas; includes a bidder whose ultimate parent company or majority owner does not have its principal place of business in Texas. 1.40. OSHA. Occupational Safety and Health Administration. 1.41. Pavement. That part of the roadway having a constructed surface for the facilitation of vehicular traffic. 1.42. Payment Bond. The security furnished by the Contractor solely for the protection of claimants, as defined by law, supplying labor and materials for the prosecution of the work in accordance with the terms of the contract. 1.43. Performance Bond. The security furnished by the Contractor to guarantee the completion of the work in accordance with the terms of the contract. 1.44. Plans. The drawings approved by the Engineer, or true reproductions thereof, which show the location, character, dimensions and details of the work and which are a part of the contract. 5 1.45 to 1.55 1.45. Power of Attorney for Surety Bonds. An instrument under corporate seal which appoints an attomey -in -fact to act in behalf of a Surety Company in signing bonds. 1.46. Project. The specific section or sections of the highway together with all appurtenances and construction to be performed thereon under the contract. 1.47. Proposal. The offer of the bidder, made out on the prescribed form, giving unit bid prices for performing the work described in the plans and specifications. 1.48. Proposal Guaranty. The security designated in the proposal and furnished by the bidder as a guaranty that the bidder will enter into a contract if awarded the work. 1.49. Ramp. A section of highway over which traffic passes for the primary purpose of malting connections with other highways. 1.50. Registered Professional Engineer. A person who has been duly licensed and registered by the Texas State Board of Registration for Professional Engineers to engage in the practice of engineering in this state. 1.51. Rental Rate Blue Book for Construction Equipment. Equipment rental rates published by Dataquest (also known as the Rental Rate Blue Book or the Blue Book). 1.52. Right of Way. The land provided for a highway. 1.53. Roadbed. The graded portion of a highway which is prepared as foundation for the pavement structure and shoulders. On divided highways, the depressed median type and the raised median type highways will be considered to have two roadbeds. Highways with a continuous two -way left turn lane will be considered to have one roadbed. 1.54. Roadway. The portion of the highway within the limits of construction. 1.55. Screens and Sieves. As defined by the ASTM. 6 1.56 to 1.63 1.56. Shoulder. That portion of the roadway contiguous with the traffic lane(s) for accommodation of stopped vehicles for emergency use and/or for lateral support of base and surface courses. 1.57. Special Provisions. Additions and/or revisions to the Standard Specifications or Special Specifications. 1.58. Special Specifications. Supplemental Specifications applicable to the individual project, not covered by the Standard Specifications. 1.59. Specifications. The directions, provisions and requirements referenced or contained herein or in special specifications, supplemented by such special provisions as may be issued or made pertaining to the method and manner of performing the work or to quantities and qualities of materials to be furnished under the contract. Where the phrases such as "or directed by the Engineer ", "or as approved by the Engineer" or "or to the satisfaction of the Engineer" occur, it is to be understood that the directions, orders or instructions to which they relate are within the limitations of and authorized by the contract. Special provisions and special specifications will cover work pertaining to a particular project and included in the proposal but not covered by the Standard Specifications. Where reference is made to TXDOT Material Specifications, specifications of ASTM, AASHTO or Bulletins and Manuals of the Texas Department of Transportation, it shall be construed to mean the latest standard or tentative standard in effect on the date of the proposal. Incorporation of subsequent changes to the above documents will be considered by the Engineer in accordance with Item 4, "Scope of Work ", as appropriate. 1.60. City. The City of Round Rock, Texas, Party of the First Part. 1.61. Subgrade. That portion of the roadbed upon which the subbase, base or pavement structure is to be placed. 1.62. Substructure. That part of the structure below the bridge seats or below the springing lines of arches. Parapets, backwalls and wingwalls of abutments shall be considered as parts of the substructure. 1.63. Superintendent. The representative of the Contractor authorized to receive and fulfill instructions from the City of Round Rock, and who shall supervise and direct the construction. 7 1.64 to 1.72 1.64. Superstructure. That part of the structure above the bridge seats or above the springing lines of arches. 1.65. Supplemental Agreements. Written agreements entered into between the Contractor and the City of Round Rock and approved by the Surety, covering alterations and changes in the contract. 1.66. Surety. The corporate body or bodies authorized to do business in Texas bound with and for the Contractor for the faithful performance of the work covered by the contract and for the payment for all labor and material supplied in the prosecution of the work. 1.67. Temporary Structures. All temporary bridges, culverts and structures required to maintain traffic during the construction of work 1.68. TMUTCD. Texas Manual on Uniform Traffic Control Devices for Streets and Highways. 1.69. Traffic Lane. The strip of roadway intended to accommodate the forward movement of a single line of vehicles. 1.70. Traveled Way. The portion of the roadway for the movement of vehicles, exclusive of shoulders and auxiliary lanes. 1.71. The Work. The work shall include the furnishing of all labor, materials, equipment and other incidentals necessary or convenient to the successful completion of the project and the carrying out of all the duties and obligations imposed by the contract. 1.72. Working Day. A working day is defined as a calendar day, not including Saturdays, Sundays, or legal holidays authorized in the list prepared by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. For every Saturday or legal holiday except the following holidays: January 1st, the last Monday in May, July 4th, the first Monday in September, the fourth Thursday in November and December 25th on which the Contractor chooses to work, one day will be charged against the contract working time when weather conditions will permit 7 hours of 8 work as delineated above. The principal unit of work shall be that unit which controls the completion time of the contract. Nothing in this Item shall be construed as prohibiting the Contractor from working on Saturdays or legal holidays, except the six listed above, if he so desires. Work on Sunday and on the six legal holidays listed above will not be permitted except in cases of extreme emergency or when the safety of the Contractor's forces and/or the traveling public would be significantly improved, and then only with the written permission of the Engineer. If Sunday work or work on the six legal holidays listed above is permitted, working time will be charged on the same basis as week days. The City of Round Rock suspend the work and the "Time Charge", in accordance with Article 8.4, on any holiday, on the day preceding the holiday or on the day following the holiday if the City of Round Rock and the Contractor mutually agree the Contractor should not work. Such suspension shall be based upon (a) past experience as to the volume of holiday traffic that may be expected and (b) the hazard to the traveling public and/or Contractor's employees that project operations would present. 1.73. Work Order. Written notice to the Contractor to begin with the contract work; when applicable, includes the date of beginning of contract. ITEM 2 INSTRUCTIONS TO BIDDERS 1.73 to 2.2 2.1. Contents of Proposal Forms. Upon written request, bidders will be furnished with a proposal form which will state the location and description of the proposed work, an approximate estimate of the various quantities and kinds of work to be performed or materials to be furnished, a schedule of items for which unit prices are requested and the time within which the work is to be completed. The special provisions and special specifications will be bound in the proposal form. 2.2. Interpretation of Estimates of Quantities. The quantities listed in the proposal form will be considered as approximate and will be used for the comparison of bids. However, payments to the Contractor will be made for the work done in accordance with Item 4, "Scope of Work ", and Item 9, "Measurement and Payment ". 9 23 to 2.5 23. Examination of Plans, Specifications, Special Provisions and Site of Work. Before submitting a bid, the bidder shall examine carefully the proposal, plans, specifications, special provisions and the form of contract to be entered into for the work contemplated. The bidder shall examine the site of work and satisfy himself as to the conditions which will be encountered relating to the character, quality and quantity of work to be performed and materials to be furnished. The submission of a bid by the bidder shall be conclusive evidence that he has complied with these requirements. Any borings, soil profiles and water elevations shown on the plans were obtained for use of the City in the preparation of plans and the bidder is hereby cautioned regarding the accuracy of these data. The bidder, in preparing his proposal, shall take cognizance of the difficulty of accurately classifying all material encountered in making foundation investigations, the possible erosion of stream channels and banks after survey data have been obtained and the unreliability of water elevations other than for the date recorded. 2.4. Competency of Bidders. A proposal form for bidding will not be issued unless the bidder shall have filed with the City, at least 15 days prior to the date upon which bids are to be submitted, an acceptable annual statement of his financial resources and of his experience on similar work. Each bidder must also furnish a statement listing the equipment available for the work being bid upon and such other information as may be called for on forms furnished by the City. 2.5. Preparation of Proposal. The bidder shall submit his proposal on the form furnished to him by the City except as provided below. The blank spaces for each item as required in the proposal shall be filled in by writing in words in ink except as provided below. The bidder shall submit a unit price for each item for which a bid is requested (including a zero if appropriate), except in the case of an alternate. In such case, prices must be submitted for the base bid or with the items of one or more of the alternates. A bid item left blank, except in the case of an altemate, will constitute an incomplete bid. The proposal shall be executed with ink in the complete and correct name of the individual, firm, corporation or combination thereof making the proposal and be signed by the person or persons authorized to bind the individual, firm, corporation or combination thereof. 10 1. The proposal certification is not signed. 2.6 Bidders, at their option, in lieu of hand writing in the unit prices in words in ink in the proposal, may submit an original computer printout sheet bearing certification by and signature for the bidding firm. The unit prices shown on ,acceptable printouts will be the unit prices used to he bid and used in the contract if awarded by the City. As a minimum, computer printouts must contain the information and in the arrangement shown on the "Example of Bid Prices Submitted by Computer Printout" form in the proposal. Proposals with unit prices by computer printout will not be read if: 1. The proposal does not bear the certification verbatim, as shown on the example in the proposal. 2. The computer printout is not signed in the name of the firm to whom the proposal was issued. 3. The computer printout omits required bid items or includes items not shown in the proposal. 4. The proposal issued by the City is not filly executed as provided above. If the proposal submitted by the bidder contains both the form furnished by the City, completed according to the instructions, and also a computer printout, completed according to the instructions, only one will be considered. In this situation the unit bid prices shown on the computer printout will be used to determine the bid. 2.6. Rejection of Proposals. Proposals may be rejected if they show any alteration of words or figures, additions not called for, conditional or uncalled for alternate bids, incomplete bids, any alteration of words or figures or erasures not initialed by the person or persons signing the proposal or irregularities of any kind. Any proposal that has one or more of the deficiencies listed below will be considered to be non - responsive and will not be read publicly. 2. Proposal guaranty is not a cashier's check or bank money order on a State or National Bank, or a cashier's check on a 11 2.7 to 2.8 State or National Savings & Loan Association payable to the order of the City of Round Rock. 3. Proposal guaranty is less than the amount presc,ibed by the proposal. 4. Proposal is submitted by an unqualified bidder. 5. The computer printout certification for unit bid prices is not signed and unit bid prices have not been entered in designated spaces on bid pages. 6. Bidder did not attend mandatory pre-bid conference. 7. The proposal submitted has too few or too many bid items due to bidder not submitted latest revised version of the proposal. Any proposal found to be non - responsive for one or more of the above deficiencies, after having been read, will be tabulated as Non - responsive. Any proposal found to be missing a unit price for one or more of the required bid items, after having been read, will be tabulated as Incomplete. 2.7. Proposal Guaranty. The proposal shall be accompanied by a proposal guaranty of the character and in the amount as indicated in the proposal and described under Item 1, "Definition of Terms ". The City of Round Rock shall have no rights in and to the proposal guaranty unless the Contractor fails to execute the contract in accordance with Article 3.6. The proposal guaranty submitted with the proposal shall be returned to the Contractor in accordance with Article 3.3. 2.8. Delivery of ProposaL Each completed proposal shall be placed, together with the proposal guaranty, in a sealed envelope so marked as to indicate its contents. Proposals will be received, at the location described in the official advertisement of the project, on or before the hour and date set for the opening thereof and must be in the hands of the Letting Official by that time. 12 2.9. Revision of Proposal Unit Prices. (2) Bid Price Changes Before Proposal is Submitted. 2.9 to 2.10 (1) A request by telephone or telegraph for a change in a unit bid price entered in a proposal will not be considered. (a) Bid Prices Submitted in Writing in Words in Ink. When a proposal contains unit bid prices handwritten in words in ink for each bid item on the form furnished by the City, a bidder may change a bid price entered in a proposal before it is submitted by changing the price and initialing the revision in ink. (b) Bid Prices Submitted by Computer Printout Sheet. When a proposal provides a unit bid price for each item by a computer printout in accordance with Article 2.5, a bidder may change a bid price in the computer printout before the proposal is submitted by changing the price and initialing the revision in ink. (3) Bid Price Changes After Proposal is Submitted. (a) Bid Prices Submitted in Writing in Words in Ink. In cases where the proposal has been submitted, a bidder may change a bid price in his proposal by withdrawing his proposal as provided in Article 2.10, changing the bid price and initialing the revision in ink, and resubmitting his proposal prior to the time set for the opening of proposals. (b) Bid Prices Submitted By Computer Printout Sheet. In cases where the proposal has been submitted, a bidder may change a bid price in his proposal by withdrawing his proposal as provided in Article 2.10, changing the bid price in the computer printout and initialing the revision in ink, and resubmitting his proposal prior to the time set for the opening of proposals. 2.10. Withdrawal of Proposal. A bidder may withdraw his proposal provided his request in writing to do so is in the hands of the Letting Official prior to the time set for opening of proposals. A request by telephone or telegraph for withdrawal of a proposal will not be considered. 13 2.11 to 3.1 2.11. Public Opening of Proposals. Proposals will be opened and read publicly at the time and place indicated in the official advertisement of the project. 2.12. Disqualification of Bidder. More than one proposal involving an individual, firm or corporation or any combination thereof under the same or different names for this work will not be considered. A bidder may, however, submit a proposal as contractor and as a material supplier, subcontractor or both to any one or all other bidders contemplating submitting a proposal for this work, and by so doing will not be liable to disqualification under this specification. The bidder must complete the "Certification of Interest in Other Bid Proposals for this Work" contained in the proposal. Any or all proposals will be rejected if there is reason for believing that collusion exists among the bidders and all participants in such collusion will not be considered in future proposals for the same work. Proposals in which the prices are obviously unbalanced may be rejected. Contracts will be awarded only to responsible bidders. 2.13. Gratuities. City of Round Rock employees cannot accept any benefits, gifts or favors from any person doing business or who reasonably speaking may do business with the City under this contract. The only exceptions allowed are ordinary business lunches and items approved in advance and in writing by the Director of Public Works. Failure on the part of any Contractor or supplier to honor this policy may result in termination of the contract. In the event of termination of the contract, the provisions of the second, third and fourth paragraphs of Article 8.8 shall govern. ITEM 3 AWARD AND EXECUTION OF CONTRACT 3.1. Consideration of Bids. For the purpose of award, after the proposals are opened and read, the summation of the products of the approximate quantities shown in the proposal and the unit prices bid will be considered the amount of the bid. The summations will then be compared and the results made available to the public. Until the award of the contract is made, the City of Round Rock reserves the right to reject any or all proposals and to waive such technicalities as may be considered to be in the best interest of the City of Round Rock. 14 3.2 to 3.6 In determining the amount of the bid as well as computing the amount due for payment of each item under the contract, the City of Round Rock reserves the right to round off all unit bids involving fractional parts of a cent to the nearest one -tenth cent. Zero unit bids will be tabulau;d as oi.e -tenth cent. 3.2. Award of Contract. The award of the contract, if awarded by the City, will be to the lowest bidder. The award, if made, will be within 30 days after the opening of the proposal. 3.3. Return of Proposal Guaranty. The proposal guaranty of the lowest bidder may be retained until after the contract has been awarded, executed and bonds made. 3.4. Execution of Contract, Bonds and Certificate of Insurance. Within 15 days after written notification of award of the contract the bidder shall execute and furnish to the City the contract, with (1) a performance bond and a payment bond, with powers of attorneys attached, each in the full amount of the contract price, executed by a surety company or surety companies authorized to execute surety bonds under and in accordance with the laws of the State of Texas, and (2) the Certificate of Insurance showing coverages in accordance with contract requirements. The performance bond and payment bond are to be furnished as a guarantee of the faithful performance of the work and for the protection of the claimants for labor and materials as outlined in Item 1, "Definition of Terms ". When the amount of the contract is $25,000 or less, a performance bond and a payment bond will not be required. 3.5. Execution and Approval of Contract. The contract will be approved and signed under authority of the City. 3.6. Failure to Execute Contract, Bonds and Certificate of Insurance. Should the bidder to whom the contract is awarded refuse or neglect to execute and file the contract, bonds and Certificate of Insurance within 15 days after written notification of the award of the contract, the proposal guaranty fled with the bid shall become the property of the City of Round Rock, not as a penalty, but as liquidated damages. A bidder who forfeits his proposal guaranty in accordance with this article will not be considered in future proposals for the same work unless there has been a substantial change in the design of the project subsequent to the forfeiture of the proposal guaranty. 15 3.7 to 4.2 3.7. Beginning of Work. The Contractor shall not begin work until authorized by the Engineer in writing to do so. Authorization notification will be by work order. 3.8. Antitrust. The successful bidder, by virtue of signing the contract, assigns to the City of Round Rock any and all claims for overcharges associated with the contract which arise under the antitrust laws of the United States, 15 U.S.C.A., Section 1, et seq. (1973). ITEM 4 SCOPE OF WORK 4.1. Intent of Plans and Specifications. The intent of the plans and specifications is to describe the completed work to be performed under the contract. Unless otherwise provided, the Contractor shall famish all materials, supplies, tools, equipment and labor necessary for the proper prosecution and completion of the work. 4.2. Significant Changes in the Character of Work. The Engineer reserves the right to make, in writing, at any time during the work, such changes in quantities and such alterations in the work as are necessary to satisfactorily complete the project Such changes in quantities and alterations shall not invalidate the contract nor release the surety and the Contractor agrees to perform the work as altered. If the alterations or changes in quantities significantly change the character of the work under the contract, whether such alterations or changes are in themselves significant changes to the character of the work or by affecting other work cause such other work to become significantly different in character, an adjustment, excluding anticipated profits, will be made to the contract. The basis for the adjustment shall be agreed upon prior to the performance of the work If a basis cannot be agreed upon, then an adjustment will be made either for or against the Contractor in such amount as the Engineer may determine to be fair and equitable. If the alterations or changes in quantities do not significantly change the character of the work to be performed under the contract, the altered work will be paid for as provided elsewhere in the contract. 16 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 43to4.4 The term "significant change" shall be construed to apply only to the following circumstances: (a) When the character of the work as altered differs materially in kind or nature from that involved or included in the original proposed construction; or (b) When a major item of work, as defined below, is increased in excess of 125 percent or decreased below 75 percent of the original contract quantity. Any allowance for an increase in quantity shall apply only to that portion in excess of 125 percent of original contract item quantity, or in case of a decrease below 75 percent, to the actual amount of work performed. The Contractor shall perform the work as increased or decreased. Payment to the Contractor for contract items will be made for the actual quantities of work done or material furnished at the unit prices set forth in the contract, except as provided in specification items requiring plan quantity payment and except as provided for significant changes in the character of the work. A major item is defined as any individual bid item included in the proposal that has a total cost equal to or greater than five (5) percent of the original contract or $100,000.00, whichever is less. 4.3. Extra Work. Work made necessary by changes and alteration of the plans or for other reasons for which no prices are provided in the contract shall be defined as 'Extra Work" and shall be performed by the Contractor in accordance with appropriate specifications and as directed. However, before any extra work is begun, a "Supplemental Agreement" shall be executed or a written order shall be issued by the Engineer to do the work on a "Force Account" basis, as provided under Article 9.4. 4.4. Claims and Disputes. In the event that the Contractor requests additional compensation for work not clearly covered in the contract, the Contractor shall notify the City of Round Rock in writing of his intention to make a claim for additional compensation before beginning such work, once he has knowledge, or during the initial stages of such work. An assessment of damages is not required to be a part of this notice but is desirable. If such notice is not given and the City of Round Rock is not provided an opportunity to keep an accurate account of the actual cost of the work in question, then the Contractor 17 4.5 waives his right to file a claim for such work, unless the circumstances are such that the Contractor could not reasonably have knowledge of the additional cost prior to the performance of the work. Notice of claim by the Contractor and the documentation of the cost of the work by the Engineer shall not be construed as proof or substantiation of the validity of said claim. Every effort will be made to resolve this dispute at the project level; however, in the event that it is not resolved, the Contractor may file a formal claim with the City Traffic Engineer to be forwarded to the proper officials in accordance with the City's Administrative Procedures. In the event that a claim for delay damages is filed by the Contractor, a notice of claim as stated above will be required as soon as the delay is evident. If the delay claim is substantiated by the City, the Contractor's standby equipment costs will be limited as follows: a. Standby costs will not be allowed during periods when the equipment would have otherwise been in an idle status; b. No more than eight (8) hours of standby will be paid during a 24 hour day, nor more than 40 hours per week, nor more than 176 hours per month; and c. Standby will be paid at 50 percent of the rental rates found in the Rental Rate Blue Book for Construction Equipment and calculated by dividing the monthly rate by 176 and multiplying by the regional adjustment factor and the rate adjustment factor. Operating costs will not be allowed. 4.5. Maintenance of Detours and Existing Facilities. The Contractor shall do such work as may be necessary to provide and maintain detours and facilities for safe public travel in accordance with the Traffic Control Plan and these specifications. There shall be provided and maintained in passable condition, as specified under Articles 7.7 and 7.8, such temporary roads and structures as may be necessary to accommodate public travel. Temporary approaches and crossings of intersecting highways shall be provided and maintained in a safe and passable condition by the Contractor at his expense. The Contractor will be responsible for the cost of normal maintenance of detours constructed under this contract. Any maintenance required to repair deterioration of the pavement structure due to faulty design will be at the expense of the City. 18 4.6 to 4.7 If, in the opinion of the Engineer, the above requirements are not complied with, the City of Round Rock may do such work as he may consider necessary; however, this shall not change the legal responsibilities set forth in this Item. The expense for such work will be borne by the Contractor and the cost thereof shall be deducted from any moneys due the Contractor or to become due to the Contractor. The City of Round Rock will be responsible for the cost of maintenance of existing streets, roadways or traffic control devices that are required to be used for detours or handling traffic, regardless of whether they are within or outside the project limits. Other existing streets, roadways or traffic control devices which are damaged by the Contractors operations will be maintained and repaired by the Contractor at his expense. 4.6. Use of Materials Found on the Right of Way. The Contractor may use in the work any suitable stone, gravel or sand found in the "Excavation" and will be paid for the excavation of such materials at the contract price bid. He shall, however, at his own expense replace with other suitable materials the materials so removed and which were intended for use in embankments, backfills, approaches or elsewhere. No charge for materials so used will be made against the Contractor. The Contractor shall not excavate nor remove any material from within the highway which is not within the excavation, as indicated by the slope and grade lines, without written authorization from the Engineer. 4.7. Final Clean Up. Upon completion of the work and before acceptance and final payment is made, the Contractor shall clean, remove rubbish and temporary structures from the highway, restore in an acceptable manner all property which has been damaged during the prosecution of the work and leave the site of the work in a neat and presentable condition throughout. Upon the completion of any structure, all excess materials, cofferdams, construction buildings, temporary structures and debris resulting from construction shall be removed. Where work is in a stream, all debris shall be removed to the ground line of the bed of the stream and the stream channels and highway left unobstructed and in a neat and presentable condition. All structures shall be cleaned to the flow line or the elevation of the outfall channel, whichever is higher. Materials cleared from the highway and 19 5.1 to 5.3 deposited on property adjacent thereto will not be considered as a satisfactory method of disposal, unless approved by the Engineer. No direct compensation will be allowed fot Emil clean up work, as such work is considered subsidiary to the various bid items of the contract. ITEM 5 CONTROL OF THE WORK 5.1. Authority of Engineer. The work will be observed, tested and inspected by the Engineer in accordance with the contract, plans and specifications. The Engineer will decide all questions which may arise as to the quality or acceptability of materials fumished and work performed; the manner of performance and rate of progress of the work; the interpretations of the plans and specifications and the acceptable fulfillment of the contract on the part of the Contractor. His decisions will be final and he will have executive authority to enforce and make effective such decisions and orders as the Contractor fails to carry out promptly. 5.2. Engineer as Referee. The Engineer will act as referee in all questions arising under the terms of the contract between the parties thereto and his decisions shall be final and binding. 5.3. Plans and Working Drawings. The plans will show in detail the work to be accomplished under the contract. When working drawings are required, they shall be furnished by the Contractor in a timely manner and approved by the Engineer prior to the beginning of the work involved. Working drawings shall be signed, sealed and dated by a Registered Professional Engineer as indicated below: 20 Working Drawings for Requires Registered Professional Engineers' Signing Sealing & Dating Requires City of Round Rock Approval 1. Alternate or Optional Designs submitted by Contractor Yes Yes 2. Supplementary fabrication and shop drawings for structural items No - unless required on the plans See applicable item 3. Contractor proposed temporary facilities, that affect the public safety, not included on the plans Yes Yes 4. Form details for a) Bridges, retaining walls and other major structures b) Minor Structures Yes - unless Otherwise shown on the plans No - unless Otherwise shown on the plans Yes No - unless otherwise shown on the plans 5. Erection Drawings Yes Yes 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 5.3 1 1 1 1 21 5.4 6. Contractor proposed major modifications to traffic control plan Yes Yes These working drawings shall be in standard Eng ish units and shall be in the English language. Authorized alterations will be approved by endorsement on the plans or shown on supplementary sheets. The approval by the Engineer of the Contractor's working drawings will not relieve the Contractor of any responsibility under the contract. Full compensation for furnishing all working drawings shall be considered as included in the price paid for the contract item of work to which such drawings relate and no additional compensation will be allowed. It is the responsibility of the Contractor to verify all quantities of materials shown on the plans before ordering same, as payment is provided for acceptable materials complete in place. The Contractor will not be paid for material rejected due to improper fabrication, excess quantity or for any other reasons within his control. 5.4. Conformity with Plans, Specifications and Special Provisions. All work performed and all materials furnished shall be in reasonably close conformity with the lines, grades, cross sections, dimensions, details, gradations, physical and chemical characteristics of materials in accordance with tolerances shown on the plans or indicated in the specifications and special provisions. The limits establishing reasonably close conformity will be as defined in the respective items of the contract or if not defined, as determined by the Engineer. In the event the Engineer finds that the work performed or the materials used are not within reasonably close conformity with the plans, specifications and special provisions, the affected material or product shall be removed and replaced or otherwise satisfactorily corrected by and at the expense of the Contractor. Any deviations from the plans and approved working drawings will be made only with the approval of the Engineer. 22 5.5 to 5.7 5.5. Coordination of Plans, Specifications and Special Provisions. The specifications accompanying plans, special provisions and supplemental agreements are essential parts of the contract and a requirement occurring in one is as binding as though occurring in all. They are intended to be cooperative and to describe and provide for a complete work. In cases of disagreement, figured dimensions shall govem over scaled dimensions, plans shall govern over standard and special specifications, and special provisions shall govern over both standard and special specifications and plans. 5.6. Cooperation of Contractor. The Contractor will be supplied with four (4) copies of the plans, specifications and special provisions and he shall have one (1) copy of each available on the project at all times. He shall give the work his constant attention to facilitate the progress thereof and shall cooperate with the Engineer in every way possible. The Contractor shall designate, to the Engineer in writing, the name of a Superintendent, employed by the firm, regardless of how much of the work may be sublet. The Superintendent shall be cooperative, responsible and competent, English speaking, authorized to receive orders and to act for the Contractor. The Superintendent will be available at all times. In the event a competent superintendent is not available, the Engineer may suspend work until one is available. 5.7. Construction Stakes. Unless otherwise shown on the plans, Method A below shall be used. (a) Method A. The City of Round Rock will furnish the Contractor control points for determining lines and grades at intervals not to exceed 1500 feet, near each major structure and at alignment changes throughout the project. From the control points established by the Engineer, the Contractor shall establish and be responsible for the correctness of alignment, elevation and position of all construction required by the contract. As a minimum, construction stakes shall be placed at intervals of 100 feet. In the event that the Contractor's personnel are unable to construct an item of work to the tolerances allowed in the specifications with construction stakes at 100 foot intervals, then the stakes shall be placed at closer intervals as directed by the Engineer. The Contractor shall provide a qualified and experienced work force to perform this work. He shall keep the Engineer informed a reasonable time in advance of the time and place he intends to work, in order that measurements may be made as necessary for the record and for determination of pay quantities. 23 5.7 The Engineer may, at his option, make spot or complete checks on all construction alignment and grades to determine the accuracy of the Contractor's survey work. These checks, however, will not relieve the Contractor of his responsibility of constructing the work .o toe positions and elevations as shown on the plans or approved changes. The Contractor shall furnish all stakes and other materials necessary to preserve control points for alignment and grade. After the project is let to contract, the City will famish the Contractor, at no cost, with two (2) copies of the earthwork cross sections (when available) and two (2) copies of the computer printouts of the "Design Cross Section List" (when available). Other computations, sketches and drawings used in the design and layout of this project will also be made available to the Contractor, but these items will not relieve the Contractor of his responsibility as set out above. The Contractor will be held responsible for the preservation of all control points established by the Engineer and if, in the opinion of the Engineer, any of the stakes or bench marks have been carelessly or willfully destroyed or disturbed by the Contractor, they shall be replaced by the Contractor or the cost of replacement will be charged against the Contractor and deducted from any moneys due or to become due the Contractor. No direct payment will be made for this work, but the cost of all labor, equipment and supplies necessary to perform the work shall be considered subsidiary to the various bid items of the contract. (b) Method B. The City of Round Rock shall be responsible for setting construction stakes necessary for establishing the correctness of alignment, elevation and position of all construction required by the contract. These stakes will be set sufficiently in advance of the work to avoid delay. The Contractor shall furnish, at his expense, additional stakes and other materials and templates necessary for marking and maintaining points and lines. The Contractor will be held responsible for the preservation of all stakes and marks, and if, in the opinion of the Engineer, any of the stakes or marks have been carelessly or willfully destroyed or disturbed by the 24 5.8 to 5.9 Contractor, the cost of replacement will be deducted from any moneys due or to become due the Contractor. 5.8. Authority and Duties of Inspectors. pot s will be authorized to inspect all work done and all materials furnished. Such inspection may extend to all or to any part of the work and to the preparation or manufacture of the materials to be used. An Inspector will be assigned to the work by the Engineer and will report to the Engineer as to the progress of the work and the manner in which the work is being performed; also to report whenever it appears that the materials famished and the work performed by the Contractor fail to fulfill the requirements of the specifications and contract and to call the attention of the Contractor to any such failure or other infringement. Such inspection will not relieve the Contractor from any obligation to perform the work in accordance with the requirements of the specifications. In case of any dispute arising between the Contractor and the Inspector as to materials furnished or the manner of performing the work, the Inspector will have the authority to reject materials or suspend work on the operation or materials in dispute until the question at issue can be referred to and decided by the Engineer. The Inspector will not be authorized to revoke, alter, enlarge or release any requirement of these specifications, nor to approve or accept any portion of work, nor to issue instructions contrary to the plans and specifications. The Inspector will in no case act as foreman or perform other duties for the Contractor nor interfere with the management of the work. 5.9. Inspection. The Contractor shall furnish the Engineer safe access to the work during construction and with every reasonable facility for ascertaining whether or not the work as performed is in accordance with the requirements of the contract. If the Engineer so requests, the Contractor shall, at any time before acceptance of the work, remove or uncover portions of the finished work as may be directed. After examination, the Contractor shall restore said portion of the work to the standard required by the specifications. Should the work thus exposed or examined prove acceptable, the uncovering or removing and replacing of the covering or making good of the parts removed will be performed in accordance with Article 4.3; but should the work so exposed or examined prove unacceptable, the uncovering or removing and the replacing of the covering or making good of the parts removed shall be at the Contractor's expense. No work shall be done nor materials used without suitable supervision or inspection. 25 5.10 to 6.1 5.10. Federal Inspection. When the United States Government is to pay a portion of the cost of the work covered by the contract, the work will be subject to inspection by United States Government representatives. Such inspection will in ,w sense make the United States Government a party to the cony. act. 5.11. Removal of Defective and Unauthorized Work. All work which has been rejected as being in nonconformance with the plans and specifications shall be remedied or removed and replaced in an acceptable manner by the Contractor at his expense. Work done beyond the lines and grades given or as shown on the plans, except as herein provided, or any extra work done without written authority will be considered as unauthorized and done at the expense of the Contractor and will not be paid for. Work so done may be ordered removed at the Contractor's expense. Upon failure on the part of the Contractor to comply with any order of the Engineer made under the provisions of this paragraph, the Engineer will have authority to cause defective work to be remedied or removed and replaced and unauthorized work to be removed and the cost thereof may be deducted from any moneys due or to become due to the Contractor. 5.12. Final Inspection. Whenever the work provided for in, and contemplated under, the contract has been satisfactorily completed (with the exception of any performance periods) and the final clean up performed, the Engineer in charge of the work will notify the City of Round Rock representative authorized to accept same to make the "Final Inspection ". Such inspection will be made as soon as possible, but not longer than ten (10) days after such notification. After such final inspection, if the work is found to be satisfactory (with the exception of any performance periods), the Contractor will be notified in writing of the acceptance of same. No time charge will be made against the Contractor between said date of notification, by the Engineer in charge, and the date of final inspection of the work. The "Final Acceptance" will not release the Contractor from responsibility for all items, materials or equipment requiring performance test periods or final measurements unless otherwise shown in the contract. ITEM 6 CONTROL OF MATERIALS 6.1. Sources of Supply and Quality of Materials. The source of supply of each of the materials shall be approved by the Engineer before 26 6.1 delivery is started and at the option of the Engineer, may be sampled and tested for determining compliance with the governing specifications by the Engineer before delivery is started. If it is found after trial that sources of supply previously apprc.; , aot produce uniform and satisfactory products, or if ti.e product from any source proves unacceptable at any time, the Contractor shall fumish materials from other approved sources. Only materials conforming to the requirements of these specifications and approved by the Engineer shall be used in the work. All materials being used are subject to inspection or test at any time during preparation or use. Any material which has been tested and accepted at the source of supply may be subjected to a check test after delivery and all materials which, when retested, do not meet the requirements of the specifications, will be rejected. No material which, after approval, has in any way become unfit for use shall be used in the work. If, for any reason, the Contractor selects a material which is approved for use by the Engineer by sampling and testing or other means, and then decides to change to a different material requiring additional sampling and testing for approval, the expense for such sampling and testing may be deducted from any moneys due or to become due to the Contractor. If the normal trade practice for manufacturers is to furnish warranties or guarantees for the materials and equipment specified herein, the Contractor shall turn the guarantees and warranties over to the Engineer for potential dealing with the manufacturers. The extent of such warranties or guarantees will not be a factor in selecting the successful bidder. All manufacturing processes for steel or iron materials or for applying a coating to steel or iron materials (coating includes epoxy coating, galvanizing, painting and any other coating that protects or enhances the value of the steel or iron material) incorporated into the finished project must occur in the United States except: (1) The requirements do not prevent a minimal use of foreign materials, if the cost of such materials used does not exceed one -tenth of one percent (0.1 percent) of the total contract cost or $2,500, whichever is greater. (2) When shown on the plans, steel or iron products or application of a coating to steel or iron materials (coating includes epoxy coating, galvanizing, painting and any other coating that protects or enhances the value of the steel or iron material) will have alternate bid items for foreign materials. When alternate bid items are shown, the Bidder's attention is 27 6.2 to 63 directed to Articles 2.5. and 3.2., of the Special Provisions to Items 2 and 3, respectively. All manufacturing pi..cess::, are defined as all processes required to change the raw ore or scrap metal into the finished, in -place steel product. The Contractor shall furnish, to the Engineer, certified mill test reports on the base metal and producer's certifications on all subsequent manufacturing processes stating compliance with the applicable specification(s) and that all manufacturing processes occurred in the United States. Producer's certifications shall bear the notarized signature of a responsible authorized representative of the producer. 6.2. Samples and Tests. All materials, before being incorporated in the work, shall be inspected, tested and approved by the Engineer, and any work in which materials are used without prior test and approval or written permission of the Engineer may be ordered removed and replaced at the Contractor's expense. Sampling and testing of all materials proposed to be used will be made by the Engineer. The selection of the method of test will be designated by the City. Where tests are required, other than those made in the laboratory, for the purpose of control in the manufacture of a construction item, the Contractor shall be required to furnish such facilities and equipment as may be necessary to perform the tests and inspection and shall be responsible for calibration of all test equipment required. When requested, the Contractor shall furnish a complete written statement of the origin, composition and/or manufacture of any or all materials that are to be used in the work. If the Contractor chooses to use materials or products requiring inspection and approval at the point of manufacture or source, and such inspection will require abnormal expense, i.e., out of the contiguous forty -eight United States, the additional expense of such inspection over the normal cost of such services will be borne by the Contractor and will be deducted from any moneys due or to become due to the Contractor. 63. Plant Inspection. If the volume of the work, construction progress and other considerations warrant, the Engineer may undertake the inspection of materials at the source. It is understood, however, that no obligation is assumed to inspect materials in that manner. Plant inspection will be undertaken only upon condition that: (1) The cooperation and assistance of the Contractor and the producer with whom he has contracted for materials is assured; 28 6.4 to 6.5 (2) The representative of the Engineer shall have full entry at all times to such parts of the plant as may concern the manufacture or production of the materials ordered; (3) When required by the Engineer, the material producer shall furnish an approved weatherproof building for the use of the Inspector. The building shall be constructed or furnished near the plant, at a location acceptable to the Engineer and may be either an independent structure or, if a portion of the structure is used by the material producer, the Engineer's office or laboratory area shall not interconnect with material producer utilized rooms. Access to the office or laboratory shall be by direct outside entrance, controlled by the Engineer. The building shall be adequately lighted, heated, air conditioned and ventilated. Adequate rest room facilities shall be provided; (4) The Contractor shall be responsible for furnishing and calibrating scales, measures and/or other equipment as may be required by the Engineer for the inspection of materials; (5) In those cases where inspection of any item is requested for periods other than daylight hours, the inspection shall be provided under the following conditions: (a) Continuous production of materials for Departmental use is necessary due to the production volume being handled by the plant; (b) The lighting provided by the plant is approved by the Engineer to be adequate to allow satisfactory inspection of the material being produced; and (6) Materials produced under City of Round Rock inspection shall be for City of Round Rock use only unless released in writing by the Engineer. 6.4. Pretested Materials. Subject to conditions established in a written agreement between a supplier and the City of Round Rock, pretested and approved materials may be incorporated into the work. 6.5. Storage of Materials. Materials shall be so stored as to insure the preservation of quality and fitness for the work. When considered necessary by the Engineer, the materials shall be placed on wooden platforms or other hard, clean surfaces and not on the ground. The materials shall be placed under cover when so directed. Stored materials shall be so located as to facilitate prompt inspection. 29 6.6 to 6.7 When approved by the City of Round Rock, selected materials or products may be pretested and approved for use, provided they are stored in an area meeting the requirements set forth by the City of Ruund icock. 6.6. Defective Materials. All materials not conforming to the requirements of these specifications will be rejected and shall be removed immediately from the site of the work unless permitted to remain by the Engineer. Rejected materials, the defects of which have been subsequently corrected, shall have the status of new material. Upon refusal on the part of the Contractor to comply with any order of the Engineer made under the provisions of this Item, the City of Round Rock will have authority to remove and replace defective material and to deduct the cost of removal and replacement from any moneys due or to become due to the Contractor. 6.7. Hauling of Divisible Materials Paid for by Weight or Truck Measure. Any vehicle, truck, truck- tractor, trailer or semi - trailer or combination of such vehicles, when used to deliver materials to a project, shall comply with the State laws concerning the legal gross and axle weights. If the vehicle or combination has a valid yearly overweight tolerance permit which allows small percentages over legal gross and axle weights, such tolerance is also applicable to delivery of materials to a project. However, such tolerance is not applicable to the Interstate System of Highways. The Contractor shall provide to the Engineer, upon demand, all copies of the yearly overweight tolerance permits for any vehicle to be used to deliver materials to a project. The Contractor shall request, in writing to the Engineer, permission to haul overweight divisible loads within the limits of a project for hauling routes on which the traveling public is excluded. If, after evaluation by the City, no damage or overstresses in excess of those normally allowed for overweight loads will result to roadbeds or structures which will continue in use after project completion, permission will be granted. When hauling overweight divisible loads within the limits of a project which exceed the legal loads allowed by State law, including yearly overweight tolerance permit, the loads must be hauled such that only a single vehicle is on any span or continuous unit at one time. Barricades, fences, or other positive method shall be used to prevent other vehicles 30 (3) 6.7 from access to any bridge at the time the overweight divisible load is on any span or continuous unit which is being used as part of a haul route. divisible loads are hauled such that the haul route is a.,cesbible to the traveling public, and haul tickets are issued and used for payment purposes, the net weight of the load for acceptance purposes under this Item shall be as follows: (1) If the gross vehicle weight is less than the maximum allowed by State law, including any applicable yearly overweight tolerance permit, the net weight of the load shall be determined by deducting the tare weight of the vehicle from the gross weight. (2) If the Boss vehicle weight is more than the maximum allowed by State law, including any applicable yearly overweight tolerance permit, the net weight of the load shall be determined by deducting the tare weight of the vehicle from the maximum gross weight allowed. When divisible loads are hauled such that the haul route is not accessible to the traveling public, advance permission is obtained in writing from the Engineer, and haul tickets are issued and used for payment purposes, then the net weight of the load for acceptance purposes under this Item shall be as follows: If the gross vehicle weight is less than the maximum overweight allowed by advance written permission from the Engineer, the net weight of the load shall be determined by deducting the tare weight of the vehicle from the gross weight. (4) If the gross vehicle weight is more than the maximum overweight allowed by advance written pennission from the Engineer, the net weight of the load shall be determined by deducting the tare weight of the vehicle from the maximum overweight allowed. Continued overloading in excess of the maximums described in (2) and (4) above will be grounds for rejection of such Toad and/or suspending hauling operations until the Engineer is satisfied that only loads not exceeding the maximums are hauled. 31 6.8 Any bridges which are load posted, which will remain in service by the traveling public during or after the completion of the project, that are proposed to be used as a portion of a haul route, will be evaluated by the City for structural capability to haadk ,l,e y .orased hauling loads. These bridges will be subject to the same maximum stress limitations as would any non -load posted bridge. The Contractor shall fumish a certified tabulation of measurements, tare weights and allowable legal gross weight calculations for all trucks, etc., prior to their use on the project. Each truck shall be identified by a permanent and plainly legible number located on the truck and on the bed of the truck and/or trailer. When the specifications establish measurement of and payment for materials by truck measurement, the Engineer may require the weighing of the various types of loaded vehicles used by the Contractor to transport the material. This weight will be used to determine the maximum volume of the material being hauled that each type of vehicle may transport. The cost of such weighing shall be considered subsidiary to the pertinent bid item. The above requirements are applicable to vehicles hauling materials over existing roadbeds and structures within the project limits where the roadbeds or structures will continue in use after project completion, except as controlled by specifications and special provisions in the contract. The requirements do not apply to the transportation of materials from a borrow or base source, concrete plant, asphalt plant, etc., where the haul route does not require travel over public roads outside the project limits or existing roadbeds or structures within the project limits that will continue in use after project completion. 6.8. Construction Traffic on Structures. Construction traffic on existing bridges and culverts outside the limits of a project shall be subject to the same maximum size and weight limitations as any other vehicle which has no connection to the project. Overweight permit requests shall be handled through normal methods for all non - divisible loads delivering materials to the project. Construction traffic on bridges and culverts within the limits of a project, including any structures under construction, which will remain in service by the traveling public during or after the completion of the project, shall be subject to the same size and weight limitations as structures outside the limits of the project. 32 6.9 Construction equipment and vehicles which exceed size and weight limitations, including applicable yearly overweight tolerance permits, may be authorized to cross structures provided the Contractor requests, in writing to the Engineer, permission to more such acustruction equipment across structures within the project limits. If, after evaluation by the City, no damage or overstresses in excess of those normally allowed for overweight loads will result to roadbeds or structures which will continue in use after project completion, permission may be granted. These same provisions shall apply to any load posted highway or bridge. Where a detour is not readily available or economically feasible to use, an occasional crossing of a structure outside the project limits with overweight equipment may be allowed for relocating equipment only, but not for hauling divisible material, provided a structural analysis of the structure using the exact equipment in question indicates that no damage or overstresses in excess of those normally allowed for overweight loads will result to roadbeds or structures which will continue in use after project completion. This structural analysis will be performed by the City, or at the option of the Contractor, a structural analysis shall be prepared by a Registered Professional Engineer, using the exact equipment in question. When the City performs the structural analysis, the Contractor shall notify the City, in writing, sufficiently in advance of the anticipated crossing and the Contractor shall furnish the manufacturer's certificate of equipment weight, including the weight distribution on the various axles and including any additional parts such as counterweights. Temporary matting and/or other requirements may be imposed by the Engineer when an occasional crossing is allowed. The Contractor shall be responsible for protection of existing bridges and other structures which will remain in use by the traveling public during and after the completion of the project. Any such structure damaged by the use of construction equipment shall be restored to its original condition or replaced by the Contractor. Additional temporary fill may be required by the Engineer for protection of certain structures. 6.9. Construction Loads on Structures. Construction loads on structures which will remain in service by the traveling public during or after completion of the project, for the purpose of performing construction operations, such as cranes erecting beams in adjacent spans, may be allowed if necessary. Prior to any operation which may require placement of such equipment of a bridge, the Contractor shall prepare and submit for approval detailed erection analyses, prepared by a Registered Professional Engineer. 33 7.1 to 7.3 The erection analyses shall include all axle loads, tire loads, outrigger placements, center of gravity, equipment weight, and predicted loads on such tires and/or outrigger for all planned movements, swings, reaches. The City will make available to the Contractor any available plans and material reports for the existing structure. The analyses shall demonstrate that no overstresses will occur in excess of those normally allowed for occasional overweight loads. ITEM 7 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 7.1. Laws to be Observed. The Contractor shall be familiar with and at all times shall observe and comply with all Federal, State and local laws, ordinances and regulations which in any manner affect the conduct of the work and shall indemnify and save harmless the Engineer, the City of Round Rock and their representatives against any claim arising from the violation of any such law, ordinance or regulation, whether by himself or by his employees. It is specifically agreed between the parties executing this contract that it is not intended by any of the provisions of any part of the contract to create the public or any member thereof a third party beneficiary hereunder, or to authorize anyone not a party to this contract to maintain a suit for personal injuries or property damage pursuant to the terms or provisions of this contract. The duties, obligations and responsibilities of the parties to this contract with respect to third parties shall remain as imposed by law. 7.2. Permits, Licenses and Taxes. Except as specified in Articles 7.18, 7.19 and 7.20, the Contractor shall procure all permits and licenses, pay all charges, fees and taxes and give all notices necessary and incident to the due and lawful prosecution of the work. Contractors performing work in accordance with plans and specifications previously approved by the City will not be required to comply with the provisions and requirements of that City's Electrical Ordinance. 7.3. Patented Devices, Materials and Processes. If the Contractor is required or desires to use any design, device, material or process covered by letters of patent or copyright, he shall provide for such use by suitable agreement with the patentee or owner. The Contractor and the surety shall 34 indemnify and save harmless the Engineer and the City of Round Rock from any and all claims for infringement by reason of the use of any patented design, device, materials or process, or any trademark or copyright used in connection the work and they shall indemnify the Engineer anc: th, airy of Round Rock against any costs, expenses, or damages which it may be obliged to pay, by reason of such infringement, at any time during the prosecution or after the completion of the work. 7.4. Insurance. As specified in Article 3.4 and prior to the beginning of work, the Contractor shall provide the City with the City's Certificate of Insurance covering the below listed insurance coverages: policy. A. Workers' Compensation Insurance Amount - Statutory B. Comprehensive General Liability Insurance Amounts - Bodily Injury $500,000 each occurrence Property Damage $100,000 each occurrence $100,000 for aggregate or 7.4 Commercial General Liability Insurance Amount $600,000 combined single limit C. Comprehensive Automobile Liability Insurance or Texas Business Auto Policy Amounts - Bodily Injury $250,000 each person $500,000 each occurrence Property Damage $100,000 each occurrence This insurance shall be kept in force until the work described in this contract has been completed and accepted by the City. If for any reason insurance coverage is not kept in force, all work will be stopped until an acceptable Certificate of Insurance is provided the City. The City of Round Rock shall be included as an "Additional Insured" by Endorsement to policies issued for coverages listed in B and C above. A "Waiver of Subrogation Endorsement" in favor of the City of Round Rock shall be a part of each policy for coverages listed in A, B and C above. The Contractor shall be responsible for any deductions stated in the 35 7.5 to 7.7 The Contractor also shall provide the City a written certification that the Contractor is providing workers' compensation insurance coverage for all employees of the Contractor employed on the project. A subcontractor shall provide a written certification to the Contractor that the subcontractor is providing workers' compensation insurance coverage for all employees of the subcontractor employed on the project, and the Contractor shall provide the City written certification to this effect. However, when the Contractor and the subcontractor agree in writing for the Contractor to provide workers' compensation insurance coverage for all employees of the Contractor and subcontractor employed on the project, the Contractor shall provide a copy of said agreement to the Contractor's workers' compensation insurance carrier within 10 days of execution, and provide a written certification of said agreement to the City. 7.5. Restoration of Surfaces Opened by Permit. The Contractor shall not allow any party to make an opening in the highway unless a duly authorized permit signed by the City of Round Rock is presented. Until the acceptance of the work, the Contractor shall make all necessary repairs in the roadway where openings have been made by due authority. Such repair work will be performed in accordance with Article 4.3. 7.6. Sanitary Provisions. The Contractor shall, at his entire expense, provide and maintain in a neat, sanitary condition such accommodations for the use of his employees as may be necessary to comply with the requirements and regulations of the Texas Department of Health or of other authorities having jurisdiction. 7.7. Public Safety and Convenience. The safety of the public and the convenience of traffic shall be regarded as of prime importance. Unless otherwise shown on plans or except as herein provided, all portions of the highway shall be kept open to traffic. It shall be the entire responsibility of the Contractor to provide for traffic along and across the highway, as well as for ingress and egress to adjacent property, in accordance with the traffic control plan and detours as shown on the plans and in the specifications for the project or as directed/approved by the Engineer. 36 7.8 The Contractor shall plan and execute his operations in a manner that will cause the minimum interference with traffic. The Contractor shall secure the Engineer's approval of his proposed plan of operation and sequence of work. If at any time during constrw,tion the approved plan does not accomplish the intended purpose due to weather or other conditions affecting the safe handling of traffic, the Contractor shall immediately make necessary changes as directed/approved by the Engineer therein to correct the unsatisfactory conditions. During construction of proposed structures, unless otherwise shown on the plans, the Contractor will construct and maintain detours and temporary structures as designed by or directed by the Engineer. Unless otherwise provided on the plans, the cost of constructing such temporary detours will be paid for in accordance with Article 4.3. At all times, all equipment not in use shall be stored in such manner and at such locations as not to interfere with the safe passage of traffic. The Contractor shall provide and maintain flaggers at such points and for such periods of time as may be required to provide for the safety and convenience of public travel and Contractor's personnel, and as directed by the Engineer. Flaggers shall be English speaking, courteous, well informed, physically and mentally able to effectually perform their duties in safeguarding and directing traffic and protecting the work, and shall be neatly attired and groomed at all times when on duty. When directing traffic, flaggers shall use standard attire, flags and signals and shall follow the flagging procedures set forth in the TMUTCD. If, in the opinion of the Engineer, any of the above requirements are not complied with, the Engineer may do such work as he may consider necessary; however, this shall not change the legal responsibilities set forth in this Item. The expense for such work will be borne by the Contractor and the cost thereof shall be deducted from any moneys due or to become due to the Contractor. 7.8. Barricades and Danger, Warning and Detour Signs and Traffic Handling. The Contractor shall have the sole responsibility for providing, installing, moving, replacing, maintaining, cleaning and removing upon completion of work all barricades, warning signs, barriers, cones, lights, signals and other such type devices and of handling traffic as shown on the plans or as directed/approved by the Engineer. All barricades, 37 7.9 to 7.10 warning signs, barriers, cones, lights, signals and other such type devices shall conform to details shown on the plans or those indicated in the TMUTCD. The Contractor may provide spe L:: signs not covered by the plans to protect the traveling public against special conditions or hazards, provided, however, that such signs are fast approved by the Engineer. Upon completion of the work, all barricades, warning signs, barriers, cones, lights, signals and other such type devices and evidence thereof shall be removed by the Contractor. If, in the opinion of the Engineer, any of the above requirements are not complied with, the City of Round Rock may do such work as they may consider necessary to fulfill these requirements; however, this shall not change the legal responsibilities set forth in this Item. The expense for such work will be borne by the Contractor and the cost thereof shall be deducted from any moneys due the Contractor or to become due to the Contractor. 7.9. Use of Explosives. When the use of explosives is necessary for the prosecution of the work, the Contractor shall use the utmost care not to endanger life or property. All explosives shall be stored in a secure manner and all storage places shall be marked clearly "DANGEROUS - EXPLOSIVES ". The method of storing and handling explosives and highly flammable materials shall conform with Federal, State and local laws, ordinances and regulations. In advance of doing any blasting work involving the use of electric blasting caps within 200 feet of any railroad track, the Contractor shall give at least 48 hours advance notice to the nearest Roadmaster. 7.10. Protection of Adjoining Property. The Contractor shall take proper measures to protect the adjacent or adjoining property which might be injured by any process of construction, and, in case of any injury or damage resulting from any act or omission on the part of or on behalf of the Contractor, he shall restore at his own expense the damaged property to a condition similar or equal to that existing before such injury or damage was done, or he shall make good such injury or damage in an acceptable manner. 38 7.11 to 7.12 7.11. Responsibility for Damage Claims. The Contractor agrees to indemnify and save harmless the Engineer, the City of Round Rock, their agents and employees from all suits, action or claims and from all liability and damages for any and all injuries or damages sustainad a:., parson or property in consequence of any neglect in the performance of the contract by the Contractor and from any claims or amounts arising or recovered under the "Workers' Compensation Laws' ; Chapter 101, Texas Civil Practice and Remedies Code (Texas Tort Claims Act) or any other laws. He shall further so indemnify and be responsible for all damages or injury to property of any character occurring during the prosecution of the work resulting from any act, omission, neglect or misconduct on his part in the manner or method of executing the work; or from failure to properly execute the work; or from defective work or materials. The Contractor's attention is directed to the fact that pipelines and other underground installations as may or may not be shown on the plans may be located within the right of way. The locations shown on the plans have been taken from the best available information. The Contractor shall save the Engineer and the City of Round Rock harmless from any and all suits or claims resulting from damage by his operations to any pipeline or underground installation. In addition, the Contractor shall submit, at the pre-construction conference, his scheduled sequence of work to the respective utility owners so that any necessary adjustments of their utilities that conflict with the proposed work may be coordinated and scheduled. 7.12. Contractor's Responsibility for Work. Until final written acceptance of the project by the Engineer, the Contractor shall have the charge and care thereof and shall take every precaution against injury or damage to any part thereof by the action of the elements or from any other cause, whether arising from the execution or from the nonexecution of the work. The Contractor shall rebuild, repair, restore and make good all injuries or damages to any portion of the work occasioned by any of the above causes before final acceptance and shall bear the expense thereof except for damage to vehicle impact attenuators (crash cushions and guardrail end treatments) which are a portion of the work, not damaged by the Contractor or his operations, and except for damage to the work due to Acts of God such as earthquake, tidal wave, tomado, hurricane or other cataclysmic phenomena of nature or acts of governmental authorities. In case of suspension of work for any cause, the Contractor shall be responsible for the preservation of all materials. He shall provide suitable drainage of the roadway and shall erect temporary structures where required. The Contractor shall maintain the roadway in good and passable 39 7.12 condition until final acceptance, except as outlined below for opening the roadway to traffic. cept in cases of damage by the Contractor or thy., by the Contractor's operations, all work required for the repair and/or replacement of damaged vehicle impact attenuators (crash cushions and guardrail end treatments) which are a portion of the work, will be paid for as "Extra Work ", in accordance with Article 4.3. Except for damage by the Contractor or that caused by the Contractor's operations, the Contractor will not be responsible for repair of damage to existing appurtenances such as guard fence, bridge wings and railing, illumination assemblies, underpass structures, traffic barriers, delineator assemblies, signs, sign bridges, vehicle impact attenuators (crash cushions and guardrail end treatments) and traffic signals, where such damage is caused by (a) motor - vehicle, seacraft, aircraft or railroad -train collision; or (b) vandalism. Such release from responsibility for damage includes only appurtenances, or portions thereof, which were existing at the beginning ing of the proposed work and for which no work is proposed under this contract; or for existing appurtenances that do require work under this contract but for which no work has yet begun. Except for damage caused by the Contractor's operations, the release from responsibility also includes damage to existing appurtenances, to the existing pavement structure and to other existing structures which are damaged by fire or by chemical spills which are a result of motor - vehicle, seacraft, aircraft or railroad -train operation or accidents. In the event of damage to existing appurtenances, etc., as described in this article, the Contractor will be required to plan and prosecute his work so as not to interfere with or hinder the completion of the work required for this damage repair. An extension of time may be granted, if necessary, for delays caused to the Contractor by the damage- repair work. Wherever in the opinion of the Engineer any roadway or portion thereof is in suitable condition for travel, it shall be opened to traffic, as may be directed, and such opening shall not be held to be in any way the final acceptance of the roadway or any part of it or as a waiver of any of the provisions of the contract. Where it is considered by the Engineer to be in the public interest and so ordered in writing by him, any substantially completed roadway or portion thereof may be opened to traffic as follows: 40 7.13 to 7.14 (1) When work is suspended for a considerable period of time at the convenience of the City of Round Rock, the City will assume the responsibility for maintaining the entire roadway during the period of suspension; or (2) When the roadway or portion thereof is opened to traffic during construction operations at the convenience of the City of Round Rock, the City will assume responsibility for the maintenance of the traveled way and shoulders during the period in which it is opened to traffic. The City of Round Rock in assuming responsibility for maintenance under this provision may require the work to be done in accordance with Article 4.3, or may do it with its own forces; provided, however, this shall not change the legal responsibilities set out in Article 7.11. Upon completion of all work provided for in the contract for any individual limits, control or project, the Engineer may make an inspection, and if the work is found to be satisfactory the Contractor will be released from further maintenance on that portion of the work, except for damage caused by the Contractor or his operations. Such partial acceptance will be made in writing and shall in no way void or alter any terms of the contract. Other specific units of the project will be accepted on an individual basis when shown on the plans or as approved by the Engineer. 7.13. Personal Liability of Public Officials. In carrying out the provisions of the contract or in exercising any power or authority granted thereunder, there shall be no liability upon the Engineer or his authorized assistants, either personally or otherwise, as they are agents and representatives of the City of Round Rock. 7.14. Responsibilities to the Railroad Companies. If the project crosses or is in close proximity to a railroad, the Contractor shall conduct his operations in such manner as not to interfere with, hinder or obstruct the Railroad Company in any manner whatever in the use or operation of its trains or other property. Whether the Contractor's work will be on or in the vicinity of an at -grade railroad crossing, involves incidental work on railroad right of way or involves construction of a railroad grade separation structure, the Contractor shall notify the Railroad Company's Division Engineer and the City of Round Rock's Project Engineer at least three (3) days prior to the performance of any work on the Railroad right of way, unless otherwise shown in the contract. 41 7.14 During the time this work is in progress the Contractor shall assign such responsible supervisory personnel as are necessary to assure that due caution is observed by his workmen to keep the tracks and adjacent areas clear of debris and/or road materials and equipment which might damage the tracks and railroad facilities or obstruct the safe passage of trains. In addition to the above, if the work requires construction, other than paving or surfacing, in the vicinity of the tracks (or shoofly), the Railroad Company will provide flaggers during the periods when beams are being erected and slab forms are being both constructed and removed over the tracks, when pilings are being driven or shafts drilled adjacent to the tracks and at such other tines that the tracks may be subject to obstruction due to the construction operations. This flagging service will be paid for by the City of Round Rock as a Force Account Item with the Railroad Company and will be at the expense of the Contractor. In the performance of said work no construction material or equipment shall be stored on the Railroads right of way nearer than 15 feet from the centerline of any tracks. No forms or temporary false work shall be within 8.5 feet horizontally from centerline of any tracks or within 22 feet vertically above the top of rails of any track, unless otherwise shown on the plans. Subject to the above conditions, the Contractor is allowed access on railroad right of way and is authorized to cross the tracks for the purpose of constructing a grade separation structure and approaches if shown on the plans. When permitted by the Railroad Company, the Contractor will also be allowed to cross the tracks in hauling other roadway material across the tracks at points on the right of way near the structure. The Railroad Company will furnish and install and later remove standard crossing plank at the expense of the Contractor. If automatic warning devices are required for the temporary crossing as determined by the Railroad Company and the City of Round Rock, they will be provided without cost to the Contractor. It shall be the Contractor's responsibility to insure that the tracks are left clear of equipment and debris which would endanger the safe operation of railroad traffic. The Contractor shall provide one crossing watchman on each side of the crossing to direct his equipment when he is hauling across the tracks. Any railroad flaggers required by the Railroad Company for protection of this crossing due to the hauling operations will be paid for by the City of Round Rock as a Force Account Item with the Railroad Company and will be at the expense of 42 7.15 to 7.17 the Contractor. Equipment traffic shall be halted a safe distance away from the crossing upon the approach of railroad traffic. The Railroad Company may wqu..e the Contractor to execute an "Agreement for Contractor's Temporary Crossing ". If required, it is the Contractor's responsibility to secure this agreement at no expense to the City of Round Rock. 7.15. Abatement and Mitigation of Excessive or Unnecessary Construction Noise. Throughout all phases of the construction of this project, including the moving, unloading, operating and handling of construction equipment prior to commencement of work, during the project and after the work is complete, the Contractor shall make every reasonable effort to minimize the noise imposed upon the immediate neighborhood surrounding the area of construction. Particular and special efforts shall be exercised by the Contractor to avoid the creation of unnecessary noise impacts on adjacent sensitive receptors in the placement of non - mobile equipment such as air compressors, generators, pumps, etc. The placement of temporary parked mobile equipment with the engine running shall be such as to cause the least disruption of normal adjacent activities not associated with the work to be performed by the Contractor. All equipment associated with the work shall be equipped with components designed by the manufacturer wholly or in part to suppress excessive noise and these components shall be maintained in their original operating condition considering normal depreciation. Noise-attenuation devices installed by the manufacturer such as mufflers, engine covers, insulation, etc., shall not be removed nor rendered ineffectual nor be permitted to remain off the equipment while the equipment is in use. 7.16. Work Near Electrical Power Lines. Any operations by the Contractor which are located near any electrical power lines shall be accomplished using established industry and utility safety practices. The Contractor shall consult with the appropriate utility company prior to beginning any such work. All associated costs will be the responsibility of the Contractor. 7.17. Preservation of Cultural Resources. Where material sources and waste sites are not listed in the contract, the Contractor shall provide sources of material and waste sites acceptable to the Engineer 43 7.18 to 7.19 As soon as the Contractor determines the location of specific material sources (base material, aggregate, common borrow, sandpits, etc.) and waste sites for project use and prior to any surface disturbance of these material sources and :taste sites, the Engineer shall be nctified so that an...,.c.:..gieal surveys can be initiated, if needed. The Engineer will initiate archaeological surveys within a timely manner. Work in these areas and equipment storage areas, haul roads, etc., will not be permitted until surveys and any necessary testing have been completed and the City has determined that significant archaeological resources do not exist or have been satisfactorily mitigated. If the Contractor selects a commercial source that is in use, the requirements for archaeological clearance will not apply. However, if the Contractor owns a non - commercial source or if he negotiates with an owner to establish a pit, these requirements will apply. If sites, buildings and locations of historical, archaeological, educational or scientific interest are discovered within the right of way or within non- commercial material sources outside the right of way after construction operations are begun, operation in that particular area shall cease immediately and the sites, buildings or locations shall be investigated and evaluated by the City. When necessary, an extension of working time will be granted, for delays caused by the above investigations and evaluations. 7.18. Work in Waters of the United States. Where it becomes necessary for the Contractor to work in waters of the United States or their adjacent wetlands as delineated by the U.S. Army Corps of Engineers, the Contractor should be aware that a Section 404 permit may be required. The City will obtain any Section 404 permits prior to commencement of construction on a project by project basis. The Contractor will be required to adhere to any agreements, mitigation plans and standard best management practices required for a permit on any project. If the Contractor makes changes in the project construction method that would result in changes of project impacts to waters of the U.S., the Contractor will be responsible for any new Section 404 permit. 7.19. Work in Navigable Waters. Any operations by the Contractor relating to the placement of embankment into, or the placement or rehabilitation of structures in or over navigable waters of the U.S. as designated by the U.S. Army Corps of Engineers or the U.S. Coast Guard, 44 7.20 to 8.1 is subject to regulation by these agencies. Approval will be coordinated by the City and construction should not commence until the activity is approved by the regulatory agency. The Contractor will be required to adhere to the stipulations a tis, pc..n:. and the associated best management practices. If t:,., Contractor makes changes in the project construction method that would result in changes of project impacts to navigable waters of the U.S., the Contractor will be responsible for any new Section 9 permit from the U.S. Coast Guard. 7.20. Work Over the Recharge Zone of Protected Aquifers. Relating to work over the recharge zones of protected aquifers, as defined and delineated by the Texas Water Commission (TWC), the Contractor shall make every reasonable effort to minimize the degradation of water quality resulting from construction impacts. The Contractor will be required to follow best management practices and to use and maintain those sedimentation and water pollution control devices as required by the Engineer. If a Water Pollution Abatement Plan (WPAP) is required by the TWC, modification to the approved WPAP by the Contractor will require the Engineer's approval and be coordinated through the City with the TWC. ITEM 8 PROSECUTION AND PROGRESS 8.1. Assigning of Contract and Subcontracting. (1) Assigning of Contract. The Contractor will not be permitted to assign, sell, transfer or otherwise dispose of the contract or any portion thereof, or his rights, title, or interest therein without the approval of the City. Any assignment proposed by the Contractor must be deemed justified or legally acceptable by the City. (2) Subcontracting. The Contractor will not be permitted to sublet any portion of the contract without the approval of the Engineer. No subcontract will, in any case, relieve the Contractor of his responsibility under the contract and bonds. The Contractor shall perform with his own organization and with the assistance of workmen under his immediate superintendence, work of a value not less than 50 percent of the value of all work embraced in the contract exclusive of items not commonly found in 45 8.2 contracts for similar work, or which require highly specialized knowledge, craftsmanship and/or equipment not ordinarily available in the organizations of contractors performing work of the character embraced in the contract. Specialty _ems may be pert rmc.: by subcontract and the amount of any item so performed may be deducted from the total original contract amount before computing the amount of work required to be performed by the Contractor's own organization. "His own organization" shall be construed to include only workers employed and paid directly by the prime Contractor and equipment owned or rented directly by the prime Contractor, with or without operators. Such term does not include employees or equipment of a subcontractor, agent of the prime Contractor, or any other entity. The City reserves the right to require copies of cancelled checks from the prime Contractor to verify direct payment of laborers and equipment sufficient to meet the above requirements. The Contractor shall give assurance that the minimum wage for labor and the maximum amount to be deducted for board, if furnished, as stated in the governing provisions shall apply to labor performed on all work sublet. Written consent to sublet any portion of the contract shall not be construed to relieve the Contractor of any responsibility for the fulfillment of the contract. 8.2. Prosecution of Work. Prior to beginning construction operations, a preconstruction conference between the Contractor and the Engineer will be conducted. The Contractor shall begin the work to be performed under the . contract within 30 days after the date of the authorization to begin work as shown on the work order and shall continuously prosecute same with such diligence as will enable him to complete the work within the time limit specified. He shall notify the Engineer at least 24 hours before beginning work and any new operation. The Contractor shall not start new operations to the detriment of work already begun. The prosecution of the work shall be conducted in such a manner as to impose minimum interference to traffic. Also, prior to beginning construction operations, the Contractor shall submit to the Engineer for approval a bar chart outlining the schedule of all planned major work activities or major phases that he intends to follow in order to complete the contract within the allotted time. A beginning date and a duration in working days shall be shown for each work activity or phase. An estimated production rate for each activity or phase shall also be shown. Material procurement, known utility relocations and other activities which 46 83 may affect the completion of the project should be included with the work activities shown on the bar chart. A project status meeting w.,: ix held with the Engineer during the fast week of each third month after work begins. The progress of the work will be reviewed during this meeting. In the event the progress review indicates the Contractor is behind in the schedule, he will be expected to accelerate his work at his own cost until such time as his work is on schedule. The Engineer may require the Contractor to submit a revised schedule reflecting the Contractor's accelerated work effort. If a Critical Path Method (CPM) schedule is specified on the plans in lieu of a bar chart, such schedule must use the Arrow Diagram Method (ADM) or the Precedence Diagram Method (PDM). All planned major work activities and sequences as well as material procurements, known utility relocations and other activities which may affect the completion of the project should be included in the CPM. The review of the progress of the work at project status meetings will be as previously outlined for bar charts. The Contractor may submit a revised bar chart or CPM schedule if, in his opinion, additional work, unforeseen conditions or delays beyond his control affect the completion of the project. The Engineer will promptly review the new schedule and will have the right of approval. The approved revised schedule will be used to evaluate the progress of the project. The original bar chart or CPM and any subsequent revisions must be signed by an officer of the Contractor's firm. Neither a bar chart nor CPM schedule will be required if so specified on the plans. The observance of the requirements herein is an essential part of the work to be done under the contract. No direct compensation will be allowed for fulfilling this requirement, as such work is considered subsidiary to the various bid items of the contract. 8.3. Workers and Equipment. The Contractor shall furnish such suitable machinery, equipment and construction forces as may be necessary, in the opinion of the Engineer, for the proper prosecution of the work, and failure to do so may cause the Engineer to withhold all estimates which have or may become due and the Engineer may suspend the work until his requests are complied with. 47 8.4 All workers employed by the Contractor shall have such skill and experience as will enable them to properly perform the duties assigned. Any person employed by the Contractor or a subcontractor who, in the opinion of the Engineer, does not perform his work in a p. y . skillful manner, or who is disrespectful, intemperate, disorderly or otherwise objectionable, shall at the written request of the Engineer be forthwith discharged and shall not be employed again on any portion of the work without the written consent of the Engineer. All workers installing electrical materials, including conduit and duct cable in trenches, service poles and all other system electrical apparatus, shall be directly supervised by persons who have completed an approved course in electrical underground installations. The Contractor shall furnish evidence of satisfactory completion of the Underground Electrical Installation for Roadway Illumination and Signal Control course taught by the Texas Engineering Extension Service for all personnel responsible for direct supervision of electrical installation work on this project. 8.4. Temporary Suspension of Work. The Engineer will have authority to suspend the work, wholly or in part, for such period as he may consider necessary. The "Time Charge" will be suspended during such period only if the cause or reason for the suspension is not under the control of the Contractor. Notice of such suspension with the reasons therefor will be given the Contractor in writing. The Contractor shall not suspend work without written approval of the Engineer. If the performance of all or any portion of the work is suspended or delayed by the Engineer, in writing, for an unreasonable period of time (not originally anticipated, customary or inherent to the construction industry) and the Contractor believes that additional compensation and/or contract time is due as a result of such suspension or delay, the Contractor shall submit to the Engineer a written request for an adjustment, within seven (7) calendar days of receipt of the notice to resume work. The request shall set forth the reasons and support for such an adjustment. The Engineer will evaluate the Contractor's request upon receipt. If the Engineer agrees that the cost and/or time required for the performance of the contract has increased as a result of such suspension and the suspension was caused by conditions beyond the control of and not the fault of the Contractor, its suppliers, or subcontractors at any approved tier, and not caused by weather, the Engineer will make an adjustment (excluding profit) and modify the contract in writing accordingly. The Contractor will be notified of the Engineer's 48 determination, whether or not an adjustment of the contract is warranted. 8.5 to 8.6 No contract adjustment will be allowed unless the Contractor has rifted the request for an adjustment v'ithin tit:: No contract adjustment will be allowed under this Article to the extent that performance would have been suspended or delayed by any other cause, or for which an adjustment is provided for or excluded under any other term or condition of this contract. 8.5. Computation of Contract Time for Completion. The Contractor shall complete the work within the number of working days stated in the contract. For the purpose of computation of working days, time charges will be considered to begin 15 calendar days after the date of the written authorization by the Engineer to begin work, unless otherwise provided in the contract. The Engineer will furnish the Contractor a monthly statement on forms furnished by the City, showing the number of working days charged during the month, the total number of working days allowed in the contract and the working days remaining under the contract. The Contractor shall review the monthly statement of time charges and will be allowed up to the end of the next estimate period to protest the correctness. This protest shall be in writing, and shall show cause Not filing a protest by the end of the next estimate period for any time statement will indicate the Contractor's approval of the time charges as shown on that time statement and future consideration of that statement will not be permitted. If the satisfactory completion of the contract requires unforeseen work or work and materials in greater amounts than those set forth in the contract, then additional working days or suspension of time charges will be allowed the Contractor equal to the time which, in the opinion of the Engineer, the work as a whole is delayed. 8.6. Failure to Complete Work on Time. If the Contractor fails to complete the contract in the working days specified, the time charge will be made for each working day thereafter. The time set forth in the proposal for the completion of the work is an essential element of the contract. For each working day under the conditions described in the preceding paragraph that any work remains uncompleted after the expiration of the working days specified in the contract, together with any additional working days allowed, the amount per 49 8.7 to 8.8 day shown in the proposal will be deducted from the money due or to become due the Contractor, not as a penalty, but as liquidated damages. S. 0. . u..:donment of Work or Default of Contract. If the Connractor fails to begin the work within the time specified; fails to perform the work with sufficient workmen and equipment; has insufficient materials to insure the completion of the work within the contract time; performs the work unsuitably; neglects or refuses to remove materials or perform anew such work as may have been rejected as being defective or unsuitable; discontinues the prosecution of the work without authority; becomes insolvent or is declared bankrupt; commits any act of bankruptcy or insolvency; makes an unauthorized assignment for the benefit of any creditor; or from any other cause whatsoever does not carry on the work in an acceptable manner, the Engineer may give notice in writing to the Contractor and his Surety of such delay, neglect or default, specifying the same. If the Contractor within a period of 10 days after such notice does not proceed in accordance therewith, then the City will, upon written notification from the Engineer of the fact of such delay, neglect or default and the Contractor's failure to comply with such notice, have full power and authority, without violating the contract, to take the prosecution of the work out of the hands of the Contractor and to appropriate or use any or all materials and equipment on the ground as may be suitable and acceptable, and enter into an agreement for the completion of the contract according to the terms and provisions thereof or use such other methods as may be required for the completion of the contract in an acceptable manner. All costs and charges incurred by the City together with the costs of completing the work under contract shall be deducted from any moneys due or which may become due the Contractor. In case the cost so incurred by the City is less than the amount which would have been payable under the contract, if the work had been completed by the Contractor, the City will be entitled to receive the difference. In case such cost exceeds the amount which would have been payable under the contract, then the Contractor and the Surety shall be liable and shall pay to the City the amount of such excess. 8.8. Termination of Contract. The City may terminate the contract in the event of a court order prohibiting construction activities. The City may also terminate the contract in the event of a national emergency and when the work to be performed under the contract is stopped directly or indirectly, because of the freezing or diversion of 50 8.9 to 8.10 materials, equipment or labor, as the result of an order or a proclamation of the President of the United States or an order of any Federal Authority. When cansac,.,, or nmi; portion thereof, are terminated, and the Contractor is released before all items of work included in the contract have been completed, payment will be made for the work completed at contract unit prices and no claim for loss of anticipated profits shall be considered. Reimbursement for organization of the work and moving equipment to and from the job will be considered where the volume of the work completed is too small to compensate the Contractor for these expenses under the contract unit prices, the intent being that an equitable settlement will be made with the Contractor, as determined by the Engineer. When contracts, or any portion thereof, are permanently terminated, acceptable materials, obtained by the Contractor for the work, that have been inspected, tested and accepted by the Engineer, and that are not incorporated in the work, will be purchased from the Contractor at the actual cost as shown by receipted bills and the actual cost records at such points of delivery as may be designated by the Engineer. Termination of a contract, as stated above, will not relieve the Contractor or his Surety of the responsibility of replacing defective work as required by the contract. 8.9. Railroad Construction. When work to be done within the limits of a project involves a railroad company, the Contractor will be required to plan and prosecute his work to avoid interference with, or hindrance to, that portion of the work that is the responsibility of the railroad company. The observance of this is an essential part of the work to be done under the contract. No direct compensation will be allowed for fulfilling this requirement as such work is considered subsidiary to the various bid items of the contract. An extension of working time will be granted, if necessary, for delays caused to the Contractor by the railroad company. 8.10. Hazardous Materials. Materials utilized in the project shall be free of any hazardous material as defined in Item 1, "Definition of Terms ". When the Contractor encounters existing materials on sites owned or controlled by the City of Round Rock or in required material sources that are suspected 51 8.10 by visual observation or smell to contain hazardous materials, the Contractor shall immediately notify the Engineer. The City of Round Rock will be responsible for the testing for and removal or disposition of hazardous materials on sites owned or controlled by the City of Rounc, The Engineer may suspend the work wholly or in part during the testing, removal or disposition of hazardous materials on sites owned or controlled by the City of Round Rock. When materials delivered to the project are suspected by visual observation or smell to contain hazardous materials, they shall be tested for contamination. All testing shall be by a commercial laboratory approved by the Engineer. When materials delivered to the project are found to be contaminated, the material shall be removed and disposed of by the Contractor. The testing for and removal or disposition of such hazardous materials delivered to the project by the Contractor shall be at the Contractor's expense. No suspending of the "Time Charges" and no extensions of working time will be granted to the Contractor resulting from hazardous material which he has delivered. The Contractor shall indemnify and save harmless the City of Round Rock and its representatives, for the generation and/or disposition of hazardous materials generated by the Contractor on all work done by the Contractor on State owned or controlled sites. Further, the Contractor shall indemnify and save harmless the City of Round Rock and its representatives from any liability or responsibility arising out of the generation or disposition of any hazardous materials obtained, processed, stored, shipped, etc., on sites not owned or controlled by the City of Round Rock. Should the City of Round Rock be required to make any payments or pay any costs or fees or make restitution as a result of the Contractor's actions, the Contractor shall reimburse the City of Round Rock for any and all payments of moneys. The rules, regulations, policies, procedures, standards, applications and reports of the various State agencies including but not limited to the Texas Water Commission (TWC), the Texas Water Well Drillers Board (TWWDB) and the Railroad Commission (RRC), and of the applicable federal departments and agencies including but not limited to the Environmental Protection Agency (EPA), Department of Energy (DOE), Department of Transportation (DOT) and the Occupational Safety and Health Administration (OSHA) shall apply to all operations of the Contractor, including but not limited to the following: sampling, plugging, cleaning, testing removing, disposing and backfilling. 52 ITEM 9 MEASUREMENT AND PAYMENT 9.1 to 9.2 9.1. Measurement of Quantities. All work completed under contract will be measured by the Engineer according to United States standard measures unless otherwise specified. All longitudinal measurements for surface area will be made along the actual surface of the roadway and not horizontally, unless otherwise specified. No deduction will be made for structures in the roadway having an area of nine (9) square feet or less. For all transverse measurements for areas of base courses, surface courses, and pavements, the dimensions to be used in calculating the pay areas will be the neat dimensions and shall not exceed those shown on plans or ordered in writing by the Engineer. All materials which are specified for measurement by the cubic yard in vehicles shall be hauled in approved vehicles and measured therein at the point of delivery on the roadway. Vehicles for this purpose may be of any type or size satisfactory to the Engineer provided that the body is of such type that the actual contents may be readily and accurately detemilned. Each approved vehicle shall bear an identification mark indicating specific approval by the Engineer. The Inspector may reject all loads not hauled in such approved vehicles. In those items which provide for payment by "Plan Quantity ", the calculations used to determine such quantities shall be made by standard methods of calculation, using the methods described in the governing specification, and may or may not represent the exact quantity of material moved, handled or placed in the roadway or structure during the execution of the contract. The quantities shown on the plans, adjusted in accordance with the governing specification when required, will be the quantity for which payment will be made. When the Engineer and Contractor agree in writing, the final payment for the pay items of sprinkling, rolling, stripping, scraper work, disking, blading, bulldozer work or road grader work may be fixed at plan quantity if the proposal quantity multiplied by the unit bid price is less than 5250.00. This provision will apply regardless of whether the final quantity required is greater than or less than the quantity stated in the proposal. 9.2. Scope of Payment. The Contractor shall accept the compensation, as provided in the contract, as full payment for furnishing all materials, supplies, labor, tools and equipment necessary to complete the 53 9.3 to 9.4 work under the contract; for any loss or damage which may arise from the nature of the work, or from the action of the elements, except as noted in Article 7.12, and as provided in Articles 8.4 and 9.7., until the final acceptance by the rngiawr, for any infringement of patent, trademark, or .opyright; and for completing the work according to the plans and specifications. The payment of any current or partial estimate shall in no way affect the obligation of the Contractor at his expense to repair or renew any defective parts of the construction or to replace any defective materials used in the construction and to be responsible for all damages due to such defects if such defects or damages are discovered on or before the final inspection and acceptance of the work. 93. Payment for Extra Work. Extra work ordered, performed and accepted will be paid for in accordance with Article 4.3. 9.4. Force Account. When extra work is ordered to be performed on a "Force Account" basis, payment for same will be made as follows: The Contractor and the City will agree in writing before beginning the work on the rate of wage which the Contractor will receive for all labor and foremen. The Contractor will be paid said rate for each hour that the labor and foremen are actually engaged in the work except that in the event that the particular laborers and foremen anticipated to be used in the work are not available then the individuals involved in the work will be reimbursed at the rate shown on the payrolls. In no case will the rate of wage be Tess than the minimum shown in the contract for a particular category. The Contractor will receive an additional 25% as compensation based on the total wages paid said laborers and foremen. No charge will be made by the Contractor for organization or overhead expenses. For cost of premiums on public - liability and workers - compensation insurance, Social- Security and unemployment - insurance taxes, an amount equal to 55 percent of the sum of the labor cost, excluding the 25 percent compensation provided above, will be paid to the Contractor. The actual cost of the Contractors bond on the extra work will be paid. No charge for superintendence will be made unless considered necessary and ordered by the Engineer. The Contractor will receive the actual cost, including freight charges, of the materials used on such work to which cost will be added a sum equal to 25 percent thereof as compensat ion. When material invoices indicate a discount may be taken, the actual cost will be the invoice price minus the discount. 54 9.4 For Contractor owned machinery, trucks, power tools or other equipment which are necessary for use on force account work, the Rental Rate Blue Book as modified by the following will be used to establish hourly rates. Equipment used sh:.:1 Ix, at t.. .ales in effect for each section of the Blue Book at the time o: use. The following formula shall be used to compute the hourly rates: H= M X R I X R7 + OP 176 Where H = Hourly Rate M = Monthly Rate RI = Rate Adjustment Factor R2 = Regional Adjustment Factor OP = Operating Costs If Contractor -owned equipment is not available and equipment is rented from outside sources, the hourly rate will be established by dividing the actual invoice cost by the actual number of hours the equipment is involved in the work. The City of Round Rock reserves the right to limit the hourly rate to comparable Blue Book rates. When the invoice specifies that the rental rate does not include fuel, lubricants, repairs and servicing, the Rental Rate Blue Book hourly operating cost shall be added for each hour the equipment operates. If a rate has not been established for a particular piece of equipment in the Rental Rate Blue Book, the Engineer will allow the Contractor a reasonable hourly rate, as agreed upon in writing before such work is begun. This price will include the cost of fuel, lubricants and repairs. If the Contractor has to mobilize equipment from an off - project site, rates for the hauling equipment and personnel will be included as part of the force account work. The established equipment hourly rates will be paid for each hour that the equipment is involved in the work to which will be added 15 percent as compensation. In the event that the equipment is used intermittently during the work, full payment for an eight -hour day will be made if the equipment is not idle more than four (4) hours of the day. If the equipment is idle more than four (4) hours in a day, then payment will be made only for the actual hours worked. 55 9.5 The compensation, as herein provided for,' shall be received by the Contractor as payment in full for extra work completed on the "Force Account" basis and will include use of small tools, overhead expense and profit. The Contractor's re present .t % ,ur...ir:, Inspector shall compare records of extra work completed on the "Force Account" basis at the end of each day. Copies of these records will be made upon suitable forms provided for this purpose by the City and signed by both the City's and the Contractor's representatives, one copy being forwarded to the Engineer and one to the Contractor. All claims for "Extra Work" performed on the "Force Account" basis shall be submitted to the Engineer by the Contractor upon statements to which shall be attached copies of invoices covering the cost of, and the freight charges on, all materials used in such work, and such statements shall be filed not later than the tenth day of the month following that month in which the work was actually performed. When extra work is ordered to be performed on a "Force Account" basis, and the estimated cost is less than $5000.00, payment of same may be made on the basis of a certified correct invoice submitted to the Engineer by the Contractor. The invoice shall include the Contractor's actual cost for materials, labor, equipment and incidentals necessary to complete the extra work. The invoice will also include additional compensation allowed above, in this article, as well as the cost of the Contractor's bond on the extra work. 9.5. Partial Payments. Once each month, the Engineer will make an approximate estimate, in writing, of the materials in place, the amount of work performed and the value thereof at the contract unit prices. In addition to the above and upon presentation of copies of invoices, freight bills or other acceptable evidence to establish cost, an estimate shall be made and included for the invoice cost of acceptable reinforcing steel, structural steel, precast concrete members, stone, gravel, sand or any other non - perishable materials delivered on the work or in acceptable storage places and which have not been used in the work prior to such estimate. For contracts of $100,000.00 or more, the invoice(s) or other acceptable evidence to establish cost submitted by the Contractor for a particular material must total $1,000.00 or more before it can be eligible for partial payment. For contracts less than $100,000.00, invoices as previously described must total $200 or more before the particular material can be eligible for partial payment. 56 9.5 For materials where storage on or near the project is not practical and for acceptable structural components (structural steel, concrete members, piling, etc.) fabricated in accordance with details shown on the plans and stored in any location approved by the Engineer, an ,.ill be made and included for the invoice cost, exclusive of any transportation costs, of the material involved after the Contractor has furnished the Engineer with a copy of the invoice. Only materials which are completely constructed and/or fabricated on the Contractor's order for a specific project, and are so marked, and on which an approved Test Report has been issued, are eligible. This may also include the following items: concrete traffic barrier, precast concrete box culverts, concrete piling, reinforced concrete pipe and illumination poles. Any repairs required, after fabricated materials have been approved for storage, shall require approval by the Engineer prior to being made and shall be made at the expense of the Contractor. The Contractor shall furnish the City with a paid invoice on all material on hand within 60 days (two estimate cycles). The paid invoice shall contain a signed statement by the Contractor indicating that payment for the material shown on the invoice has been made. Repeated failure to provide a signed paid invoice within 60 days will result in the removal of the particular material from the monthly estimates. This material will not be considered for partial payment on subsequent monthly estimates. The Contractor shall submit, with each request for partial payment, a statement certifying that he has not previously received payment from the City for the same material. For precast concrete products which may be completely fabricated or constructed by the Contractor for which invoices or freight bills are not pertinent, and which have been stored in acceptable storage places, and which have not been used in the work, an estimate will be made and payment based on a certified statement of cost as provided by the Contractor and approved by the Engineer. Partial payments for any material on hand or in acceptable storage shall not exceed the bid price less reasonable placement cost as approved by the Engineer. From the total of the amounts so ascertained will be deducted five (5) percent to be retained until after the completion of the entire work to the satisfaction of the Engineer, and the remaining 95 percent of the amount so 57 9.6 to 9.7 ascertained will be paid to the Contractor less such amounts as may be required by the contract to be deducted. Partial estimates showing an amount o: w . p,,:armed since the last preceding estimate of less than $1,000.00 may be withheld until the amount of work performed on a partial estimate is at least $1,000.00. Sixty percent of the retainage will be paid immediately after the "Final Acceptance ". 9.6. Acceptance and Final Payment. When the work provided for in the contract has been completed by the Contractor, and all parts of the work have been approved and accepted by the Engineer, a final estimate showing the amount of the work and the amount due the Contractor under the contract will be prepared by the Engineer. The amount of the final estimate, less any sums previously paid under the contract will be paid to the Contractor. 9.7. Differing Construction -site Conditions. During the progress of the work, if subsurface or latent physical conditions are encountered at the site, differing materially from those indicated in the contract, or if unknown physical conditions of an unusual nature, differing materially from those ordinarily encountered and generally recognized as inherent in the work provided for in the contract, are encountered at the site, the Party discovering such conditions shall promptly notify the other Party in writing of the specific differing conditions before they are disturbed and before the affected work is performed. Upon written notification, the Engineer will promptly investigate the conditions, and if he determines that the conditions materially differ and cause an increase or decrease in the cost or time required for the performance of any work under the contract, an adjustment, excluding loss of anticipated profits, will be made and the contract modified in writing in accordance with Article 9.3. The Contractor will be notified of the Engineer's determination whether or not an adjustment of the contract is warranted. No contract adjustment which results in a benefit to the Contractor will be allowed unless the Contractor has provided the required written notice in accordance with Article 4.4. 58 9.8 No contract adjustment will be allowed under this clause for any effects caused on unchanged work. Plans Quantity Measurement. When plans quantity m..wurcment is specified for an item, adjustment of quantities will be made by the following: If the quantities measured as outlined under "Measurement" vary from those shown in the proposal and on the "Estimate and Quantity" sheet by more than 5 % (or as stipulated under the measurement article for the Item), either party to the contract may request, in writing, an adjustment of the quantities by each separate bid item, except that when stated in the particular item, the adjustment will be made based upon a designated element shown in the Item. The party to the contract which requests the adjustment shall present, to the other, one copy of field measurements and calculations showing the revised quantities in question. These revised quantities, when approved by the Engineer, together with all other quantities under the same bid item, shall constitute the final quantity for which payment will be made. w When quantities are revised by a change in design, the "Plan Quantity" will be increased or decreased by the amount involved in the design change. Payment for revised quantities will be paid for at the unit price bid for that bid item, except as provided for in Article 4.2. 59 ITEM 10 PLANS NOTICE The Plans, along with the current City of Round Rock and Texas Department of Transponatir,.. „ ,.._.::..ds for the work covered by this Cortract, are cn :ar separate cover, but they are considered as attached, and are a part of this Contract. ITEM 11 SPECIAL PROVISIONS In addition to the standard specifications identified in Item 10, the following special provisions are included in this contract. Each prospective BIDDER should be familiar with all of these provisions, which agree to be included in this Contract. In the event of conflicts between standards or specifications between jurisdictions, the construction standards and specifications of the Texas Department of Transportation shall govem unless otherwise directed by the ENGINEER. 60 1993 Specifications SPECIAL PROVISION SCHEDULE OF LIQUIDATED DAMAGES For Amount of Contract Amount of Liquidated From More To and Damages Per Than Including Working Day $ 0 $ 100,000 $ 350 100,000 500,000 450 500,000 1,000,000 650 1,000,000 2,000,000 800 2,000,000 5,000,000 950 5,000,000 10,000,000 1,250 10,000,000 20,000,000 1,600 20,000,000 Over 20,000,000 2,700 1_1 000_2693 4_00 Special Provisions 61 1993 Specifications SPECIAL PROVISION TO ITEM 1 DEFINITION OF TERMS For this project, Item 1, "Definition of Terms ", of the Standard Specifications, is hereby amended with respect to the clauses cited below and no other clauses or requirements of this Item are waived or changed hereby. Article 1.4. Bidder is voided and replaced by the following: 1.4. Bidder. An individual, partnership, limited liability company, corporation or any combination thereof submitting a proposal. Article 1.7. Commission is voided and replaced by the following: 1.7. Commission. The Texas Transportation Commission. Article 1.13 Construction Bulletin C_14 is voided and replaced by the following: 1.13. Construction Bulletin C 14. All references to Construction Bulletin C_14 for the design of asphaltic concrete pavement shall be understood to denote Test Method Tex 204 F. All references to Construction Bulletin C 14 for the calibration of cold aggregate feeds shall be understood to denote the plant manufacturer's recommended calibration procedures or other method acceptable to the Engineer. Article 1.14. Contract is voided and replaced by the following: 1.14. Contract. The agreement between the State and the Contractor covering the furnishing of materials and performance of the work. The contract will include, but not be limited to the Plans, Standard Specification incorporated by reference, Special Provisions, Special Specifications, Contract Bonds, Supplemental Agreements and Change Orders. Article 1.21. Departmental Material Specifications is voided and replaced by the following: 1.21. Departmental Material Specifications. Specifications for various materials published by the Materials Section of the Construction Division (CSTM). Departmental Material Specifications are now referred to as DMS XXXX in lieu of D 9 XXXX. 1_3 001 114 5_99 Special Provisions 62 Article 1.47. Proposal is voided and replaced by the following: 1.47. Proposal. The offer of the bidder made out on the prescribed form, including addenda, giving unit bid prices for performing the work described in the plans and specifications. 1.65. Supplemental Agreements is _. 1emented by the following: A supplemental agreement will be used by the Department whenever the modifications include: (1) assignment of the contract from one entity to another, (2) an agreement with the surety to complete a defaulted contract, or (3) other cases desired by the Department. This Item is supplemented by the following: 1.74. Mathematically Unbalanced Bid. A bid containing lump sum or unit bid items which do not reflect reasonable actual costs plus a reasonable proportionate share of the bidder's anticipated profit, overhead costs and other indirect costs. 1.75. Materially Unbalanced Bid. A bid which generates a reasonable doubt that award to the bidder submitting a mathematically unbalanced bid will result in the lowest ultimate cost to the State. 1.76. Change Order. A written description by the Department covering modifications to the original contract necessary to complete the contracted work. 1.77. Subcontractor. An individual, partnership, limited liability company, corporation or any combination thereof to which the Contractor sublets, or proposes to sublet, any portion of a contract. 1.78. Disadvantaged Business Enterprise (DBE). A small business concern, certified by the Department, which is 51 percent owned by one or more minorities or women, or in the case of a publicly owned business, at least 51 percent of the stock is owned by one or more minorities or women, and whose management and daily business operations are controlled by one or more such individuals. 1.79. Historically Underutilized Business (HUB). A corporation, sole proprietorship, partnership, or joint venture formed for the purpose of making a profit, which is certified by the General Services Commission,' and in which 51 percent of the company is owned by one or more persons who are socially disadvantaged because of their identification as members of certain groups including Black Americans, Hispanic Americans, Women, Asian Pacific Americans, or Native Americans and have suffered the effects of discriminatory practices or similar insidious circumstances over which they have no control; and have a proportionate interest and demonstrate active participation in the control, operation and management of the business affairs. 2_3 001 114 5_99 Special Provisions 63 1.80. Routine Maintenance Contract. A contract paid out of maintenance funds, for work performed to preserve and repair the roadways and rights of way, with all its components, to its designed or accepted configuration. Components include travelway surfaces, shoulders, roadside, drainage facilities, bridges, tunnels, signs, markings, lighting fixtures, etc. 1.81. Bidding Capacity. The maximum dollar value a Contractor may have under contract at any given time. 1.82. Available Bidding Capacity. Bidding capacity less uncompleted work under contract. 1.83. Debar (Debarment). To disqualify (the disqualification of) a Contractor from bidding on or entering into a contract, or from participating as a Contractor or Subcontractor. 1.85. Nonhazardous Recyclable Material. A material that has been recovered or diverted from the nonhazardous waste stream for purposes of reuse or recycling in the manufacture of products that may otherwise be produced using raw or virgin materials. 3_3 001 114 5_99 Special Provisions 64 1993 Specifications SPECIAL PROVISION TO ITEM 2 INSTRUCTIONS TO BIDDERS For this project, Item 2, "Instructions to Bidders ", of the Standard Specifications, is hereby amended with respect to the clauses cited below and no other clauses or requirements of this item are waived or changed hereby. Article 2.4. Competency of Bidders is voided and replaced by the following: 2.4. Competency of Bidders. The bidder must be capable of performing the work bid upon and shall submit prior to requesting a bidding pro_ posal, a completed "Bidders Questionnaire ", along with any additional information requested in that form. The "Bidders Questionnaire" form may be obtained from the Construction Division, Texas Department of Transportation, Austin, Texas 78701. The "Bidders Questionnaire", once filed and approved by the Department enables the Contractor to bid on contracts on which prequalification is waived. The "Bidders Questionnaire" must be filed at least ten (10) days prior to the date upon which bids are to be submitted and is good for a one (1) year period. Forms for resubmission will be provided the month before the anniversary date of the latest approved Bidder's Questionnaire. CONTRACTORS NOW PREQUALIFIED WITH THE DEPARTMENT WILL NOT BE REQUIRED TO MAKE THE SPECIAL SUBMISSIONS HEREIN LISTED. 1_1 002 073 2_00 Special Provisions 65 1993 Specifications SPECIAL PROVISION TO ITEM 2 INSTRUCTIONS TO BIDDERS For this project, Item 2, "Instructions to Bidders ", of the Standard Specifications, is hereby amended with respect to the clauses cited below and no other clauses or requirements of this Item are waived or changed hereby. Article 2.1. Contents of Proposal Forms is voided and replaced by the following: 2.1. Requests for, Issuance of, and Contents of Proposal Forms (1) Requests for Proposal Forms. A request for a proposal form may be made orally or in writing. (2) Issuance of Proposal Forms. (a) Issuance of Proposal Forms for Construction and Maintenance Contracts. The Department will, upon receipt of a request, issue a proposal form for a construction or maintenance contract as follows: 1. For a project on which audited financial prequalification is required, only to a prequalified bidder, and only if the estimated cost of the project is within that bidder's available bidding capacity; and 2. For a project on which audited financial qualification is waived under Article 2.4, only if the estimated cost of the project is within that bidder's available bidding capacity. (b) Non issuance of Proposal Forms for Construction and Maintenance Contracts. The Department will not issue a proposal form requested by a bidder for a construction or maintenance contract: 1. For a federal aid project, if at the time of the request the bidder is disqualified by an agency of the federal government as a participant in programs and activities involving federal assistance and benefits; 1_5 002 074 2_00 Special Provisions 66 2. For all projects, if at the time of the request the bidder is suspended or debarred by order of the Commission, or is prohibited from rebidding a specific project because of default of the first awarded bid; 3. For all projects, if at the time of the request the bidder has not fulfilled the requirements for qualification Lndc_ Alt;cle 2.4; 4. For all projects, if at the time of the request the bidder has failed to attend a mandatory pre_bid conference; or 5. For all projects, if the bidder or a subsidiary or affiliate of the bidder has received compensation from the Department to participate in the preparation of the plans or specifications on which the bid or contract is based. (3) Contents of Proposal Forms. A proposal form will include: 1. The location and description of the proposed work; 2. An estimate of the various quantities and kinds of work to be performed or materials to be furnished; 3. A schedule of items for which unit prices are requested; 4. The time within which the work is to be completed; and 5. The special provisions and special specifications. Article 2.5. Preparation of Proposal is voided and replaced by the. following: 2.5. Preparation of Proposal. The bidder shall submit his proposal on the form furnished to him by the Department except as provided below. The blank spaces for each item as required in the proposal shall be filled in by writing in words in ink except as provided below. The bidder shall submit a unit price, in dollars and /or cents, for each item for which a bid is requested (including a zero if appropriate), except in the case of a bid item for which there is an alternate bid item. In such case, prices must be submitted for the base bid or for the items of one or more of the alternates. A bid item left blank, except in the case of an alternate, will constitute an incomplete bid. The proposal shall be executed in ink in the complete and correct name of the bidder making the proposal and shall be signed by the person or persons authorized to bind the bidder. Bidders, at their option, in lieu of hand writing the unit prices in words in ink in the proposal, may submit an original computer printout sheet bearing the certification reflected on the "Example of Bid Prices 2_5 002 074 2_00 Special Provisions 67 Submitted by Computer Printout" and signature for the bidding firm. The unit prices shown on acceptable printouts will be the unit prices used to tabulate the bid and used in the contract if awarded by the Commission. As a minimum, computer printouts must contain the information in the arrangement shown on the "Example of Bid Prices Submitted by Computer Printout" form in the proposal. Fst�_l: ^ 6. RejAction of Proposals. The s._o_1 paragraph is voided and replaced by the following: Any proposal that has one or more of the deficiencies listed below will be considered to be nonresponsive and will not be read publicly. 1. The proposal certification and /or affirmation are not signed. 2. The proposal guaranty is not in compliance with the requirements contained in Article 2.7 of this provision relating to the proposal guaranty. 3. The proposal is submitted by an unqualified bidder. 4. The bidder did not attend a specified mandatory pre_bid conference. 5. The proposal is in a form other than the official proposal form issued to the bidder. 6. The proposal was not in the hands of the letting official at the time and location specified in the advertisement. 7. The unit prices are written in the proposal in numerals. 8. The proposal submitted has too few or too many bid items due to the bidder not submitting the proposal and all addenda issued. 9. A computer printout proposal, when used, does not have the unit bid prices entered in designated spaces, does not include the proper certification, is not signed in the name of the firm to whom the proposal was issued, or omits required bid items or includes items not shown in the proposal. 10. The bidder was not authorized to be issued a proposal under Subarticle 2.1.(2). 11. If more than one proposal involving a bidder under the same or different names is submitted, the Department will not accept and will not read any of the proposals submitted by that bidder. 12. The bidder fails to acknowledge or improperly acknowledges receipt of all addenda issued. Article 2.7. Proposal Guaranty. The first paragraph is voided and replaced by the following: 3_5 002 074 2_00 Special Provisions 68 The proposal shall be accompanied by a proposal guaranty in the amount indicated in the proposal. The proposal guaranty shall be payable to the Texas Transportation Commission and shall be a cashier's check, money order or teller's check drawn by or on a state or national bank, or a savings and loan association, or a state or federally chartered credit union (collectively referred to as "bank "). The type of check or money order must be indicated on the face of the instrument and the instrumen m,.at no more than 90 days old. A check must be payable at or through the institution issuing the instrument, or must be drawn by a bank on a bank, or payable at or through a bank. The Department will not accept as a proposal guaranty: 1. Personal checks or certified checks; or 2. Other types of money orders. On those projects estimated by the Department to involve less than $300,000, a bidder may submit a bid bond as the required proposal guaranty in lieu of a cashier's check, teller's check or money order. The bid bond must be on the form specified by the department, with powers of attorney attached, and in the amount specified on the bid bond form. Bid bonds will only be accepted from surety companies authorized to execute a bond under and in accordance with state law. Article 2.8. Delivery of Proposal is voided and replaced by the following: Article 2.8. Delivery of Proposal. The bidder shall place the completed proposal form, the certifications required under Article 2.5, and the proposal guaranty, in a sealed envelope so marked as to indicate its contents. When submitted by mail, this envelope shall be placed in another envelope which shall be sealed and addressed as indicated in the official advertisement of the project. It is the bidder's responsibility to ensure that the sealed proposal arrives at the location described - in the official advertisement of the project, on or before the hour and date set for the opening thereof, and must be in the hands of the Letting Official by that time, regardless of the method chosen by the bidder for delivery. Article 2.10. Withdrawal of Proposal is voided and replaced by the following: 2.10. Withdrawal of Proposal. A bidder may withdraw a proposal by submitting a request in writing to the Letting Official. The Department will not accept telephone or telegraph requests, but will accept a properly signed telefacsimile request. The request must be made by a person authorized to bind the bidder, and must be in the hands of the Letting Official before the scheduled bid opening. Article 2.11. Public Opening of Proposals is voided and replaced by the following: 4_5 002 074 2_00 Special Provisions 69 2.11. Public Opening of Proposals. Bids will be opened and read at a public hearing conducted by the Director of the Department's Construction Division, or his or her designee, on behalf of the Commission. Each hearing shall be in the City of Austin, at the time and location specified in the advertisement. Bids for contracts with an engineer's estimate of less than $300,000 may be opened and read aL a public hearing conducted by the Distri�L Engineer, or his or her designee on behalf of the Commission. Each such hearing shall be held at the District Headquarters in the District in which the work is to occur. Article 2.12. Disqualification of Bidder. The second, third and fourth paragraphs are voided and not replaced. Article 2.15. Child Support Order Compliance is voided and replaced by the following: Article 2.15. Child Support Order Compliance. A child support obligor who is more than 30 days delinquent in paying child support and a business entity in which the obligor is a sole proprietor, partner, shareholder or owner with an ownership interest of at least 25 percent is not eligible to receive payments from state funds under a contract to provide property, materials, or services; or receive a state_funded grant or loan. By signing the contract, the Contractor, under penalty of perjury under the laws of the State of Texas, certifies that the sole proprietor, partner, shareholder or owner of the firm is not 30 or more days delinquent in providing child support. By signing the contract, the Contractor makes material representation of fact upon which reliance is placed as the Department enters into the contract. If it is later determined that the Contractor knowingly rendered an erroneous representation, in addition to other remedies available, the Department may terminate the contract for cause or default. The Contractor shall provide immediate written notice to the Department if at any time it learns that its representation was erroneous when submitted or has become erroneous by reason of changed circumstances. 5_5 002 074 2_00 Special Provisions 70 1993 Specifications SPECIAL PROVISION TO ITEM 3 AWARD AND EXECUTION OF CONTRACT For this project, Item 3, "Award and Execution of Contract ", of the Standard Specifications, is hereby amended with respect to the clauses cited below, and no other clauses or requirements of this item are waived or changed hereby. Article 3.1. Consideration of Bids. The second paragraph is voided and replaced by the following: In determining the amount of the bid as well as computing the amount due for payment of each item under the contract, the State reserves the right to round off all unit bids involving fractional parts of a cent to the nearest one tenth cent. Proposal entries of no dollars and no cents or zero dollars and zero cents will be interpreted to be one tenth of a cent ($.001) and will be entered in the bid tabulation as $.O01. Any entry less than $.001 will be interpreted and entered as $.001. If a bidder submits both a completed proposal form and a properly completed computer printout, the Department will use the unit bid prices shown on the computer printout to determine the total bid amount. If the computer printout is incomplete, the Department will use the completed proposal form to determine the total bid amount of the proposal. If a bidder submits two computer printouts reflecting different totals, both printouts will be tabulated and the Department will use the lower tabulation. If a unit bid price is illegible, the Department will make a documented determination of the unit bid price for tabulation purposes. If a unit bid price has been entered for both the regular bid and a corresponding alternate bid, the Department will determine the option that results in the lowest cost to the State and tabulate as such. If both the regular and alternate bid result in the same cost to the State, the Department will select the regular bid item or items. 1_4 003 048 3_00 Special Provisions 71 Article 3.2. Award of Contract is voided and replaced by the following: 3.2. Award of Contract. The award, if it is made, will be made within 30 days after the opening of the proposal. The Commission may reject any and all bids. The Commission will reject all bids if: There is reason to believe have existed among the bidders. All participants in such collusion will not be allowed to bid on future proposals for the same work. 2. The low bid is determined to be both mathematically and materially unbalanced. If the apparent low bidder has mathematically and materially unbalanced their bid they will not be allowed to bid on future proposals for the same work. 3. The lowest bid is higher than the Department's estimate and the Commission determines that re advertising the project for bids may result in a significantly lower low bid. 4. The lowest bid is higher than the Department's estimate and the Commission determines that the work should be done by Department forces. If the Commission does not reject all bids, it will award the contract to the lowest bidder, except as provided in the following paragraph. For non federal aid contracts, the award will not be made to a nonresident bidder unless the nonresident bidder's bid is lower than the lowest bid submitted by a Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. Article 3.3. Return of Proposal Guaranty is supplemented by the following: No more than 72 hours after bids are opened, the Department will return cashier's checks, teller's checks and money orders of all bidders except the apparent low bidder. Bid bonds will be retained by the Department. Article 3.4. Execution of Contract, Bonds and Certificate of Insurance is voided and replaced by the following: 3.4. Execution of Contract, Bonds, Certificate of Insurance, Furnishing Ownership Information, DBE /HUB Information and the List of Quoting Suppliers and Subcontractors. Except as provided in the following paragraph, within 15 days after written notification of award of a contract, the successful bidder must execute and furnish to the Department the contract with: 2_4 Special Provisions 003 048 3_00 72 1. A performance bond and a payment bond, if required, with powers of attorneys attached, each in the full amount of the contract price, executed by a surety company or surety companies authorized to execute surety bonds under and in accordance with the laws of the State of Texas, and 2. all contracts except routine maiate___ :..c - ontracts, a certificate of insurance showing coverages in accordance with contract requirements. For routine maintenance contracts, the Contractor shall provide the Department with the certificate of insurance prior to the beginning of work. 3. For all contracts except routine maintenance contracts, a list of all suppliers and subcontractors that quoted on the contract. This list shall include names, addresses, telephone numbers and type(s) of work quoted. 4. On the form provided by the department, the names and social security numbers of all individuals owning 25 percent or more of the firm, or firms in the case of a joint venture. Within 14 days after award of a contract containing a DBE or HUB goal, the successful bidder who is not a DBE or HUB must submit all the information required by the Department relating to the DBE or HUB participation to be used to achieve the contract's DBE or HUB goal. When requested, additional time, not to exceed 15 days, may be granted based on the documentation submitted by the Contractor. The successful bidder must comply with the requirements of the preceding paragraph within 15 days of written notification of acceptance by the Department of the successful bidder's documentation to achieve the DBE or HUB goal. The performance bond and payment bond are to be furnished as a guarantee of the faithful performance of the work and for the protection of the claimants for labor and materials as outlined in Item 1, "Definition of Terms ". When the amount of the contract exceeds $100,000, a performance bond and a payment bond will be required. When the amount of the contract is less than or equal to $100,000 but greater than $25,000, only a payment bond will be required. When the amount of the contract is $25,000 or less, neither a performance bond nor a payment bond will be required. Article 3.6. Failure to Execute Contract, Bonds and Certificate of Insurance, is voided and replaced by the following: 3.6. Failure to Execute Contract, Bonds, Certificate of Insurance, Furnishing Ownership Information, DBE /HUB Information and the List of Quoting Suppliers and Subcontractors. 3_4 003 048 3_00 Special Provisions 73 Should the bidder to whom the contract is awarded refuse or neglect to execute and file the contract, bonds, Certificate of Insurance, furnish ownership information, DBE /HUB information and the list of quoting suppliers and subcontractors within 15 days after written notification of the award of the contract, the proposal guaranty filed with the bid shall become the property of the State, not as a penalty, but as liquidated damayo. A bidder who forfeits his proposal juaie.;ty in accordance with this article will not be considered in future proposals for the same work unless there has been a substantial change in design of the project subsequent to the forfeiture of the proposal guaranty. 4_4 003 048 3_00 Special Provisions 74 1993 Specifications SPECIAL PROVISION TO ITEM 4 SCOPE OF WORK For this project, Item 4, "Scope of Work", of the Standard Specifications, is hereby amended with respect to the clauses cited below and no other clauses or requirements of this item are waived or changed hereby. Article 4.3. Extra Work. The second sentence is voided and replaced by the following: However before any extra work is begun, a "Change Order" shall be executed establishing the "Unit Price" or "Force Account" basis of payment as provided under Article 9.4 and time adjustment for the change. 1_1 004 014 3_99 Special Provisions 75 1993 Specifications SPECIAL PROVISION TO ITEM 5 CONTROL OF THE WORK For this project, Item 5, "Control of the Work ", of the Standard Specifications, is hereby amended with respect to the clauses cited below and no other clauses or requirements of this Item are waived or changed hereby. Article 5.5. Coordination of Plans, Specifications and Special Provisions. The first sentence is voided and replaced by the following: The specifications accompanying plans, special provisions and supplemental agreements or change orders are essential parts of the contract and a requirement occurring in one is as binding as though occurring in all. 1_1 005 002 6_94 Special Provisions 76 1993 Specifications SPECIAL PROVISION TO ITEM 6 CONTROL OF MATERIALS For this project, Item 6, "Control of Materials ", of the Standard Specifications, is hereby amended with respect to the clauses cited below and no other clauses or requirements of this Item are waived or changed hereby. Article 6.1. Sources of Supply and Quality of Materials, is supplemented by the following: Hazardous recycled materials will not be allowed as replacement materials in TxDOT specification items. Use of Nonhazardous Recyclable Materials (NRMs) is allowed and sources of such materials will be considered by the Engineer in the same manner as other sources submitted for approval by the Contractor unless the specification for that item of work includes specific instructions regarding use of such NRMs. If the material contains constituents not normally found in the virgin material it is replacing, the Contractor must establish to the satisfaction of the Engineer that these constituents will not adversely affect the performance of the item of construction, threaten the waters of the state, cause a nuisance, or endanger human health and /or welfare. The Contractor shall also determine if (NRMs) being used are regulated under 30 Texas Administrative Code (TAC) Chapters 312, 330, 332, 334, or 335 and shall be responsible for complying with all general prohibitions, notification requirements, and shipping and reporting requirements stipulated therein. The Contractor shall furnish to the TxDOT Engineer a written certification sealed by a Texas Licensed Professional Engineer that the NRMs are used in accordance with TxDOT requirements as stipulated in the DMS 11000, "Guidelines for Evaluating and Using Nonhazardous Recyclable Materials (NRMs) ". Certain NRMs routinely in use in TxDOT construction and maintenance projects including crushed concrete, reclaimed asphalt pavement (RAP), fly and bottom ashes from electrical utility plants, ground granulated blast furnace slag, cement, tire rubber, plastics, ceramics, and glass are exempt from TxDOT's certification requirements, as long as the NRMs have not come in contact with hazardous materials. Materials that are TxDOT property are also exempt from the certification requirements. TxDOT reserves the right to review the analytical data for any NRM and to perform verification tests, as desired. 1_1 006 018 6_99 Special Provisions 77 1993 Specifications SPECIAL PROVISION TO ITEM 6 CONTROL OF MATERIALS For this project, Item 6, "Control of Materials ", of the Standard Specifications, is hereby amended with respect to the clauses cited below and no other clauses or requirements of this Item are waived or changed hereby. Article 6.1. Sources of Supply and Quality of Materials, is supplemented by the following, The Contractor shall buy materials produced in Texas for use in this contract when the materials are available at comparable price and in a comparable period of time. When requested by the State, the Contractor shall furnish documentation of purchases or a description of good faith efforts to do so. 1_1 006 021 1_00 Special Provisions 78 1993 Specifications SPECIAL PROVISION TO ITEM 7 "LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC" For this project, in addition to any forms of insurance or bond required under the terms of the contract and specifications, the Contractor will be required to carry insurance in the following kinds and amounts: 1. Comprehensive General Liability Policy. The Contractor shall furnish evidence to the Texas Department of Transportation that, with respect to the operations he performs, he carries a standard Comprehensive General Liability Insurance Policy providing limits of not less than two million dollars($2,000,000) for bodily injury and property damage per occurrence and not less than two million dollars($2,000,000) aggregate for all occurrences. If any part of the work is sublet similar insurance shall be provided by or in behalf of the subcontractors to cover their operations. 2. Contractors' Protective Liability Insurance. The Contractor shall furnish evidence to the Texas Department of Transportation that, with respect to the operations performed for him by subcontractors, he carries in his own behalf a Contractors' Protective Liability Insurance policy providing for a limit of not less than two million dollars ($2,000,000) for bodily injury and property damage per occurrence and not less than two million dollars ($2,000,000) aggregate for all occurrences. 3. Railroads' Protective Liability (which includes Bodily Injury, Property Damage and Physical Damage Insurance). The Contractor shall furnish an original policy to the Texas Department of Transportation for and in behalf of the Railroad which, with respect to the operations he or any of his contractors perform, provides the standard Railroad Protective Liability policy, with a limit of not less than two million dollars ($2,000,000) for bodily injury, property damage and physical damage to property and not less than six million dollars ($6,000,000) aggregate for all occurrences. With respect to the above outlined insurance requirements for Railroads, the following shall govern: a. Where one Railroad Company is involved, the Contractor shall provide one insurance policy in the name of the Railroad Company. However, if more than one grade separation is involved 1_2 007 004 11_93 Special Provisions 79 on the project at entirely separate locations on the line or lines of the same Railroad Company, separate coverage shall be provided, each in the amounts stated above. Dual lane structures at the same highway location will be considered as one structure and only one policy will be required. b. Where more than or R ;;itroad Company is operating on the sr..� right of way or where several Railroad Companies are involved and operate on their own separate rights of way, the Contractor shall provide separate insurance policies in the name of each Railroad Company. c. If, in addition to a grade separation, other work is proposed on a Railroad Company's right of way at a location entirely separate from the grade separation, insurance coverage for this work shall be included in the policy covering the grade separation. d. If no grade separation is involved but other work is proposed on a Railroad Company's right of way, all such other work may be covered in a single policy for that railroad even though the work may be at two or more separate locations. If other work is proposed on two or more Railroad Companies' rights of way or where other work is proposed involving two or more Railroad companies operating on the same right of way, separate insurance policies must be provided for each Company. 4. General. No work on Railroad Company's property to be performed by the Contractor shall be commenced until the Contractor has furnished the Texas Department of Transportation certification of required "Comprehensive General liability Policy" and an original policy of required "Railroad Protective Liability (which includes Bodily Injury, Property Damage and Physical Damage Insurance)" for each Railroad Company named, as required by Paragraph No. 3, above. The insurance, as specified in paragraphs numbered 1 and 2 above, shall be carried until all work required to be performed under the terms of the contract is satisfactorily completed as evidenced by the formal acceptance by the Texas Department of Transportation. The insurance, as specified in paragraph number 3 above, shall be carried until all work to be performed on the railroad right of way has been completed and the temporary grade crossing, if any, is no longer used by the Contractor. No direct compensation will be made to the Contractor for providing the insurance policies required herein as the costs involved shall be included in the unit prices bid for the several pay items of the proposal. 2_2 007 004 11_93 Special Provisions 80 1993 Specifications SPECIAL PROVISION TO ITEM 7 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC For this project, Item 7, "Legal Relations and Responsibilities to the Public ", of the Standard Specifications, is hereby amended with respect to the clauses cited below and no other clauses or requirements of this Item are waived or changed hereby. Article 7.4. Insurance is voided and replaced by the following: 7.4. Insurance. As specified in Article 3.4 and prior to the beginning of work, the Contractor shall provide the Department with the Department's Certificate of Insurance covering the below listed insurance coverages: A. Comprehensive General Liability Insurance Amounts _ Bodily Injury $500,000 each occurrence Property Damage $100,000 each occurrence $100,000 for aggregate or Commercial General Liability Insurance Amount $600,000 combined single limit B. Comprehensive Automobile Liability Insurance or Texas Business Auto Policy Amounts _ Bodily Injury $250,000 each person $500,000 each occurrence Property Damage $100,000 each occurrence This insurance shall be kept in force until the work described in this contract has been completed and accepted by the Department. If for any reason insurance coverage is not kept in force, all work will be stopped until an acceptable Certificate of Insurance is provided the Department. The State shall be included as an "Additional Insured" by Endorsement to policies issued for coverages listed in A and B above. A "Waiver of Subrogation Endorsement" in favor of the State shall be a part of each policy for coverages listed in A and B above. The Contractor shall be responsible for any deductions stated in the policy. 1_4 007 602 9_00 Special Provisions 81 C. Workers' Compensation Insurance. By signing this proposal the bidder certifies that, if awarded the contract for the work covered by this proposal, he /she /they and all subcontractors and suppliers will comply with all applicable laws, rules, and regulations pertaining to workers' compensation insurance legitimate alternates thereto. Article 7.8. Barricades and Danger, Warning and Detour Signs and Traffic Handling. The third paragraph is voided and replaced by the following: 7.8. Barricades and Danger, Warning and Detour Signs and Traffic Handling. Upon completion of the work, with the exception of performance test, maintenance and vegetative establishment periods, all standard barricades and signs and other traffic control devices shall be removed by the Contractor. In those instances where the above mentioned periods are still in effect, the Contractor shall utilize temporary traffic control devices conforming to the TMUTCD to accommodate work performed during these periods. Article 7.11. Responsibility for Damage Claims is supplemented by the following: The Contractor may not assert any claim or bring any type of legal action (including Original Action, Third Party Action, or Cross Claim) against any Commissioner, or individual employee of the Texas Department of Transportation for any cause of action or claim for alleged negligence arising out of the project or contract. In the event any such claim is asserted or any such legal action is brought by the Contractor, the Contractor will be ineligible to bid on any contract with the Texas Department of Transportation during the pendency of such claim or legal action. Article 7.12. Contractor's Responsibility for Work is voided and replaced by the following: 7.12. Contractor's Responsibility for Work. Until final written acceptance of the project by the Engineer, the Contractor shall have the charge and care thereof and shall take every precaution against injury or damage to any part thereof by the action of the elements or from any other cause, whether arising from the execution or from the nonexecution of the work. In case of suspension of work for any cause, the Contractor shall be responsible for the preservation of all materials. He shall provide suitable drainage of the roadway and shall erect temporary structures where required. The Contractor shall maintain the roadway in good and passable condition until final acceptance, except as outlined below for opening the roadway to traffic. 2_4 007 602 9_00 Special Provisions 82 Wherever in the opinion of the Engineer, any roadway or portion thereof is in suitable condition for travel, it shall be opened to traffic, as may be directed, and such opening shall not be held to be in any way the final acceptance of the roadway or any part of it or as a waiver of any of the provisions of the contract. Where it is considered by the Engineers to be in the public interest and so ordered in writing by him, any substax—i,_]; completed roadway or pnrtion thereof may be opened to traffic as follows: (1) When required by plans, job sequence or the approved traffic control plan, with the Department accepting responsibility for maintaining that portion of the roadway opened to traffic. (2) When work is suspended for a period of time at the convenience of the State, the Department will assume the responsibility for maintaining the entire roadway during the period of suspension; or (3) When the roadway or portion thereof is opened to traffic during construction operations at the convenience of the State, the Department will assume responsibility for the maintenance of the traveled way and shoulders during the period in which it is opened to traffic. The State in assuming responsibility for maintenance under this provision may require the work to be done in accordance with Article 4.3, or may do it with its own forces; provided, however, this shall not change the legal responsibilities set out in Article 7.11. Except for damage by the Contractor or that caused by the Contractor's operations, the Contractor will not be responsible for repair of damage to existing facilities or completed and accepted work such as guard fence, bridge wings, and railing, illumination assemblies, underpass structures, traffic barriers, delineator assemblies, signs, sign bridges, changeable message signs, vehicle impact attenuators (crash cushions and guardrail end treatments) and traffic signals, where such damage is caused by (a) motor vehicle, seacraft, aircraft or railroad_ train collision; (b) vandalism; (c) Acts of God, such as earthquake, tidal wave, tornado, hurricane, or other cataclysmic phenomena of natures; or (d) Acts of Governmental Authorities. Upon completion of all work provided for in the contract for any individual limits, control or project, the Engineer may make an inspection, and if the work is found to be satisfactory, the Contractor will be released from further maintenance on that portion of the work, except for damage caused by the Contractor or his operations. Such partial acceptance will be made in writing and shall in no way void or alter any terms of the contract. Other specific units of the project will be accepted on an individual basis when shown on the plans or as approved by the Engineer. Article 7.17. Preservation of Cultural Resources. The first three (3) paragraphs are voided and replaced by the following: 3_4 Special Provisions 007 602 9_00 83 For all project specific locations (PSL's) (material sources, waste sites, parking areas, storage areas, field offices, staging areas, haul roads, etc.), the bidder certifies by signing this proposal, that if awarded the contract for the work covered by this proposal, he /she /they and all subcontractors and suppliers will comply with all applicable laws and regulations pertaining to the preservation of cultural resources, natural _—..-,rces, and the environment as issued by the following agencies. U.S. Department of Transportation U.S. Army Corps of Engineers U.S. Fish and Wildlife Service Environmental Protection Agency Texas Department of Transportation Texas Historical Commission Texas Parks and Wildlife Department Texas Natural Resources Conservation Commission. This Item is supplemented by the following Article: 7.22. Excluded Parties. The bidder certifies by signing this proposal, that if awarded the contract for the work covered by this proposal, he shall not enter into any subcontract with a subcontractor that is debarred or suspended by any federal agency. 4_4 007 602 9_00 Special Provisions 84 1993 Specifications SPECIAL PROVISION TO ITEM 8 PROSECUTION AND PROGRESS For this project, Item 8, "Prosecution and Progress ", of the Standard Specifications, is hereby amended with respect to the clauses cited below and no other clauses or requirements of this Item are waived or changed hereby. Article 8.1. Assigning of Contract and Subcontracting, Subarticle (1) Assigning of Contract, is voided and replaced by the following: (1) Assigning of Contract. The Contractor will not be permitted to assign, sell, transfer or otherwise dispose of the contract or any portion thereof, or his rights, title or interest therein without the approval of the Executive Director and /or his designee. Any assignment proposed by the Contractor must be deemed justified or legally acceptable by the Department. Article 8.1. Assigning of Contract and Subcontracting, Subarticle (2) Subcontracting. The first paragraph is voided and replaced by the following: (2) Subcontracting. The Contractor shall not sublet any portion of the contract without the approval of the Engineer. No subcontract will, in any case, relieve the Contractor of his responsibility under the contract and bonds. The Contractor shall perform work with his own organization on contract bid items amounting to not less than 30 percent of the total original contract price (25 percent, if the Contractor is a Historically Under utilized Business on a State funded project), excluding any specialty items designated by the Engineer. Such specialty items may be performed by subcontract. The amount of any specialty items so performed will be deducted from the total original contract price before computing the amount of work to be performed by the Contractor's own organization. The term "perform work with his own organization" refers to workers employed and paid directly by the Prime Contractor and equipment owned or rented by the Prime Contractor, with or without operators. Such term does not include employees or equipment of a subcontractor, agents of the Prime Contractor, or any other entity. The cost of equipment counts toward work performed only when the equipment is utilized by the Prime Contractor's employees in performance of the work. 1_8 008 189 9_00 Special Provisions 85 The term "specialty items" refers to work on contract bid items requiring highly specialized knowledge, abilities or equipment not usually available in the type of contracting organizations qualified and expected to bid on the contract as a whole. These specialty items will be designated by the Engineer. _ :e cost of materials paid by the Pri.. _tractor counts as work performed by that Contractor only when: (1) Said materials are incorporated into the project; and (2) The majority of the value of work involved in incorporating each material into the project is performed using the Contractor's own organization. The Department reserves the right to require copies of canceled checks and /or certified statements from the Prime Contractor to verify direct payment of labor, equipment, materials and subcontractors sufficient to meet the above requirements. Article 8.1. Assigning of Contract and Subcontracting, Subarticle (2) Subcontracting is supplemented by the following: In the case when a Contractor is found to be in default of the contract, the requirement that 30 percent of the work be done by the Contractor is suspended, but Department approval of all subcontractors continues to be required. Article 8.3. Workers and Equipment. The third paragraph is voided and replaced with the following: (1) Definitions: Electrical Work. Electrical work shall be defined as all work performed, either by bid Item or reference Item under the Items 610, 611, 612, 614, 616, 618, 620, 622, 628, 629, 652, 680 and other Items including special specifications that deal with either the distribution of electrical power greater than 50 volts or the installation of conduit and duct banks. Electrical work includes the installation of traffic signal cables, including connections and wiring of all parts of a traffic signal installation. The installation of the conduit system for communication and fiber optic cables will also be considered electrical work. The conduit and wiring associated with the installation of Item 624, "Ground Boxes" and Item 656, "Foundations", is considered electrical work. Electrical work does not include the installation of the communications or fiber optic cable, or the connections for low voltage and inherently power limited circuits such as electronic equipment or communications equipment. Mechanical assemblage of poles, structures or other 2_8 008 189 9_00 Special Provisions 86 hardware, or the placement of poles or structures, cabinets, enclosures or manholes under the above Items will not be considered electrical work as long as no wiring, wiring connections or conduit work is done at that time. - Certified Person. A certified person is defined as a person that su3mi`_a of the following, (a) A current and valid certification signifying successful completion of the Texas Engineering Extension Service (TEEX) course entitled, "TXDOT Electrical Systems ", and passing the associated test, or successful completion of the test only from the above mentioned course. (b) A current and valid journeyman's electrical license. The journeyman electrician shall be supervised or directed by a master electrician holding a current and valid master electrician license. A master electrician need not be on the project at all times work is being done but shall be the owner of the company or a full_time employee of the Contractor. The journeyman and master electrical licenses shall be issued by a city in Texas with population of 50,000 or greater, that issues licenses based on the passing of a written test and the demonstration of experience. Electrical licenses from other cities, inside or outside Texas, or by other states, will be acceptable if approved by the Engineer. In this case, the Contractor shall submit documentation on the requirements for obtaining that license. The Engineer's decision will be based on sufficient evidence that the license was issued based on the Contractor passing a written test that demonstrates in depth knowledge of the National Electrical Code and sufficient electrical experience commensurate with general standards for a master and journeyman electrician. The NEC Test for electrical licenses as described above shall be the Block Test, the Southern Building Code Test, or a test of similar difficulty as determined by the Engineer. (c) Up until January 1999, has completed the TEEX Course entitled, "Underground Electrical Installation for Roadway Illumination and Signal Control ". The Contractor shall furnish evidence of satisfactory completion of the course. This course will not suffice after January 1999 (2) Electrical Work Requirements. All workers performing electrical work shall be certified as defined above or shall be directly supervised by a person that is certified. This requirement applies to work bid under the Items shown above that define electrical work, for electrical work that is subsidiary to other Items of the contract, to other special specifications that involve electrical work, and to conduit and duct banks installed for future use. Conduit installed in precast concrete is excepted from this requirement if the conduit is placed in accordance with approved working drawings or shop drawings. 3_8 008 189 9_00 Special Provisions 87 For electrical work consisting of the installation of conduit in cast in place concrete sections, a non certified person may install the conduit but a certified person shall check the installation of the conduit prior to pouring concrete. The definition for "certified person" in this special provision does not apply to routine maintenance contracts; see the requirements for electrical qu -llf: :tions shown elsewhere in the routi.. ,a'ntenance specifications. The definition for "certified person" also does not apply when other electrical personnel qualifications are shown on the plans for special electrical projects such as pump stations, lift bridges, ferry slips, motor control centers, or three phase electrical power. Traffic signal cable, detector, indicator, and controller installation is excepted from this requirement if the plans specify other electrical certifications such as IMSA certification or the completion of other electrical installation courses. In this case, a certified person will be required only for the conduit, ground box, electrical service, electrical conductor (bid under Item 620), and the pole grounding. A qualified Contractor need not have an electrical license or certification to bid on this project but must obtain license or certification prior to beginning electrical work. A copy of licenses or certifications of all persons performing electrical work shall be submitted to the Engineer prior to the beginning of any electrical work. Article 8.3. Workers and Equipment. The following paragraph is added. The Contractor shall have a company representative that has received flagger training through courses such as those offered by the Texas Engineering Extension Service (TEEX) or the American Traffic Safety Services Association ( ATSSA). This representative shall be responsible for training or assuring that all flaggers used on this project are qualified to perform flagging duties. A certificate indicating completion of such course shall be available to the Engineer if requested. A qualified flagger is one that has attended courses such as those offered by TEEX, ATSSA, or through training provided by the trained official mentioned above. A list of all qualified flaggers shall be provided to the Engineer prior to beginning any flagging activities. Any modifications to this list shall also be provided to the project Engineer. Any flagger being used who is not included on the list as provided to the Engineer shall be removed from flagging duties and replaced with one who is qualified and included on the list. Article 8.7. Abandonment of Work or Default of Contract is voided and replaced by the following: 4_8 Special Provisions 008 189 9_00 88 8.7. Default of Contract. The Engineer may declare the Contractor to be in default of the contract if the Contractor: o Fails to begin the work within the time specified, or o Fails to perform the work with sufficient resources to assure timely completion, or o Fails to perform the work in accordance with the contract requirements or neglects or refuses to remove and replace rejected materials or unacceptable work, or o Discontinues the prosecution of the work without authority, and /or fails to resume work that has been discontinued within a reasonable time after notice to do so, or o For any other cause whatsoever does not carry on the work in an acceptable manner. The Engineer will give notice in writing to the Contractor and its Surety of such delay, neglect or default. If the Contractor, within a period of 10 days after such notice, does not proceed in accordance therewith, the Department will, upon written notice, have full power and authority, without violating the contract, to take the prosecution of the work out of the hands of the Contractor. The Department will provide written notice of default to both the Contractor and the Surety. Time charges shall continue until completion of the project. The Department will determine the method used for the completion of the remaining work as outlined below: The Department may complete the work utilizing any or all materials at the project site which are deemed suitable and acceptable. Any additional costs incurred by the Department for the completion of the work under the contract will be the responsibility of the Surety. The Department may, without violating the contract, demand that the Contractor's Surety complete the remaining work in accordance with the terms of the original contract. From the time of notification of the default until work resumes (either by the Surety or the Department), the Department will maintain barricades and signs and will do any other work necessary to protect the public. All costs associated with this work will be deducted from monies due the Contractor. If the Department should determine that the Surety will complete the work under the contract, the Surety shall assume responsibility for maintenance of barricades and signs upon the resumption of the work by the Surety. 5_8 008 189 9_00 Special Provisions 89 All monies earned but not disbursed under the contract to the Contractor on the date of default will be held by the Department until final completion of the project. Upon resumption of the work after the default, monthly progress payments will be made to the Surety. All costs and charges incurred by the Department as a result of the default, including the cost of completing the work under contract, costs of maintaining barricades and signs and work necessary to protect the travelling public, and any appl'_z4bla liquidated damages or disincentives will be deducted from monies due the Contractor for completed work. If such costs exceed the sum that would have been payable under the contract, the Surety shall be liable and shall pay the Department the balance of such costs in excess of the contract price. In case the costs incurred by the Department are less than the amount which would have been payable under the contract if the work had been completed by the Contractor, the Department will be entitled to retain the difference. In the case when a Contractor is found to be in default of the contract, the requirement that 30 percent of the work to be done by the Contractor is suspended, but Department approval of all subcontractors continues to be required. Any approved Subcontractors, including DBE's /HUB's must continue to be used in completing the work. If it is determined, after the Contractor is declared in default, that the Contractor was not in default, the rights and obligations of the parties will be the same as if the termination had been issued for the convenience of the public as provided in Article 8.8. Article 8.8. Termination of Contract is voided and replaced by the following: 8.B. Termination for Convenience. The Department may terminate the contract in whole or in part whenever: The Contractor is prevented from proceeding with the work as a direct result of an executive order of the President of the United States or the Governor of the State. The Contractor is prevented from proceeding with the work due to a national emergency and when the work to be performed under the contract is stopped directly or indirectly, because of the freezing or diversion of materials, equipment or labor, as the result of an order or a proclamation of the President of the United States or an order of any Federal Authority. The Contractor is prevented from proceeding with the work by reason of a preliminary, special, or permanent restraining order of a court of competent jurisdiction where the issuance of the restraining order is primarily caused by acts or omissions of persons or agencies other than the Contractor. 6_8 008 189 9_00 Special Provisions 90 The Department determines that termination of the contract is in the best interest of the State or the public. This includes but is not limited to the discovery of significant hazardous material problems, right of way acquisition problems, or utility conflicts that would cause substantial delays and /or expense to the project. (1) Procedures and Submittals. The Engineer will deliver to the _ *ractor a Notice of Termination spec_Ifyi..g the extent of terminatinn and the effective date. After receipt of a Notice of Termination the Contractor shall immediately proceed with the following obligations: 1. Stop work as specified in the notice. 2. Place no further subcontracts or orders for materials, services, or facilities, except as necessary to complete the continued portion of the contract. 3. Terminate all subcontracts to the extent they relate to the work terminated. 4. Complete performance of the work not terminated. 5. Settle all outstanding liabilities and termination settlement proposals resulting from the termination for public convenience of this contract. 6. Create an inventory report for the Engineer of all acceptable materials and products obtained by the Contractor for the contract that have not been incorporated in the work that was terminated. The inventory report will include a description, quantity, source and cost for each of the acceptable materials and products. In addition, the report will indicate whether the Department has already compensated the Contractor for the materials or products through a previous material on hand payment. 7. The Contractor shall take any action necessary, or that the Engineer may direct, for the protection and preservation of the materials and products related to the contract that are in the possession of the Contractor and in which the Department has or may acquire an interest. (2) Settlement Provisions. When contracts, or any portion thereof, are terminated, and the Contractor is released before all items of work included in the contract have been completed, then within 180 days of the date of the notice of termination, the Contractor shall submit a final termination settlement proposal to the Department, the intent being that an equitable settlement will be made with the Contractor. The Engineer will prepare a change order that reduces the affected quantities of work and adds acceptable costs for termination. No claim for loss of anticipated profits shall be considered. The department will pay for: (a) All work completed at the unit bid price and partial payment for incomplete work. (b) Reasonable demobilization costs; (c) Accounting, legal, clerical and other expenses reasonably necessary for the preparation of termination settlement proposals and support data - 7_8 008 189 9_00 Special Provisions 91 (d) The termination and settlement of subcontracts, including yard and material leases; (e) Storage, transportation, restocking and other costs incurred reasonably necessary for the preservation, protection, or disposition of the termination inventory. If the Contractor fails to submit the proposal within the time s.11c ;:c_:, the Department may determine the smu.:.,i , iue to the Contractor and make compensation. If the Contractor and the Department fail to agree on the settlement amount, the Contractor may file a formal claim with the Department in accordance with the contract claim procedure. If the contract is terminated, acceptable materials obtained by the Contractor for the work, that have been inspected, tested and accepted by the Engineer, and that are not incorporated in the work, will be purchased from the Contractor at the actual cost as shown by receipts and the actual cost records at such points of delivery as may be designated by the Engineer. The Contractor shall maintain and make available all project cost records to the Department to the extent necessary to determine the validity and amount of each item claimed. Termination of a contract, as stated above, will not relieve the Contractor or his Surety of the responsibility of replacing defective work as required by the contract. 88 Special Provisions 008 189 9_00 92 1993 Specifications SPECIAL PROVISION TO ITEM 9 MEASUREMENT AND PAYMENT For this project, Item 9, "Measurement and Payment ", of the Standard Specifications, is hereby amended with respect to the clauses cited below and no other clauses or requirements of this item are waived or changed hereby. Article 9.4. Force Account is supplemented by the following: The prime Contractor will be paid for administrative cost only when extra work, ordered by the Engineer, is performed by a subcontractor or a collection of subcontractors. The payment for administrative cost will not exceed five percent (55) of the total subcontracted extra work. Article 9.5. Partial Payments is voided and replaced by the following: 9.5. Partial Payments. Once each month, the Engineer will make an estimate, in writing, of the materials in place, the amount of work performed and the value thereof at the contract prices. In addition to the above, and upon request by the Contractor presented on forms provided by the Department, an estimate shall be made and included for the invoice cost of acceptable reinforcing steel, structural steel, precast concrete members, stone, gravel, sand or any other non _perishable materials delivered on the work or in storage places acceptable to the Engineer and which have not been used in the work prior to such estimate. The request shall be submitted on TxDOT Forms 1914 and 1915. The Contractor may reproduce this form for use on automated equipment, provided that it is an exact duplicate containing all the required information and certifications. Should the Contractor elect to request payment for materials on hand, the Contractor shall, on a monthly basis, continue to submit a request for materials on hand payment until such time as a zero balance is attained. A zero balance shall be required prior to project completion and final acceptance. A zero balance is hereby defined as a total value of material on hand of $0.00. For materials where storage on or near the project is not practical and for acceptable structural components (structural steel, concrete members, piling, etc.) fabricated in accordance with details shown on the plans and stored in any location approved by the Director of Materials and Tests an estimate will be made and included for the invoice cost exclusive of any transportation costs, of the material 1_4 009 062 10 99 Special Provisions 93 involved. Only materials which are completely constructed and /or fabricated on the Contractor's order for a specific project, and are so marked, and on which an approved Test Report has been issued, are eligible. This may also include the following items: concrete traffic barrier, precast concrete box culverts, concrete piling, reinforced concrete pipe and illumination poles. Any repairs required, after fabricated materials have h€_r approved for storage, shall requires approval by the Engineer prior to being made and shall be made at the expense of the Contractor. The Contractor shall obtain Paid Invoices for all materials included in any Request for Materials on Hand Payment within 60 days (two estimate cycles). Materials for which the Contractor does not have a Paid Invoice within the prescribed period will no longer be eligible for payment. For precast products which may be completely fabricated or constructed by the Contractor for which invoices or freight bills are not pertinent, and which have been stored in acceptable storage places, and which have not been used in the work, an estimate will be made and payment based on a certified statement of cost as provided by the Contractor and approved by the Engineer. Partial payments for any material on hand or in acceptable storage shall not exceed the actual cost of the material as established by paid invoice or the bid price, whichever is less. By submitting a request for material on hand payment, the Contractor expressly authorizes the Department to audit the Contractor's material on hand records, and /or to perform process reviews of the Contractor's record keeping system. In the event that the Department determines the Contractor to be in violation of any of the requirements of this provision, the Department reserves the right to exclude payment for any and all materials on hand for the duration of the contract. The Contractor shall be responsible for the retention of all records relating to material on hand payment for a period of three years after project completion. - - From the total of the amounts so ascertained will be deducted five (5) percent to be retained until after the completion of the entire work to the satisfaction of the Engineer, and the remaining 95 percent of the amount so ascertained will be paid to the Contractor less such amounts as may be required by the contract to be deducted or as otherwise stated herein. For projects using nonhazardous recycled materials (NRMS) as defined in this special provision, from the total of the amounts so ascertained will be deducted 4 (four) percent to be retained until after the completion of the entire work to the satisfaction of the Engineer, and the remaining 96 percent of the amount so ascertained will be paid to the Contractor less such amounts as may be required by the contract to be deducted. 2_4 009 062 10_99 Special Provisions 94 NRMS shall be as defined in Item 6, "Control of Materials" and the use of NRMS shall be in accordance with Departmental Material Specification (DMS) 11000, "Guidelines for Evaluating and Using Nonhazardous Recyclable Materials (NRMS) in TxDOT Projects." The Contractor shall submit all documentation required by Item 6, "Control of Materials" and DMS 11C 1 1.cluding quantities prior to the beginning of work. Partial estimates showing an amount of work performed since the last preceding estimate of less than $1,000.00 may be withheld until the amount of work performed on a partial estimate is at least $1,000.00. Sixty percent of the retainage will be paid immediately after the "Final. Acceptance" for 5% projects. Fifty percent of the retainage will be paid immediately after the 'Final Acceptance" for 4% projects. The Contractor shall pay the subcontractor for work performed within 10 days after the Contractor receives payment for the work performed by the subcontractor. Also, any retained monies on a subcontractor's work shall be paid to the subcontractor within 10 days after satisfactory completion of all the subcontractor's work. Completion of all the subcontractor's work shall include test, maintenance and other similar periods that are the responsibility of the subcontractor. For the purpose of this Item, satisfactory completion shall have been accomplished when (1) The subcontractor has fulfilled the contract requirements of both the Department and the subcontract for the subcontracted work, including the submission of all submittals required by the specifications and the Department, and (2) The work done by the subcontractor has been inspected and approved by the Department and the final quantities of the subcontractor's work have been determined and agreed upon. The inspection and approval of a subcontractors work does not eliminate the Contractor's responsibilities for all the work as defined in Item 7, Article 7.12. "Contractor's Responsibility for Work ". The above requirements are also applicable to all subtler subcontractors and the above provisions shall be made a part of all subcontract agreements. Failure to comply with any of the above requirements may cause the Engineer to withhold all estimates which have or may become due and the Engineer may suspend the work until his requests are complied with. 3_4 009 062 10_99 Special Provisions 95 For contracts that provide for a separate vegetative establishment, maintenance, or performance period following the completion of all other construction of the improvement, the Department may release a portion of the amount retained provided all other work is completed as determined by the Engineer. Prior to such release, all submissions and final quantities must be completed and accepted for all the other work. The u...� retained after such release shall b. 61f."icient to ensure compliance with the contract. 4_4 009 062 3.0_99 Special Provisions 96 1993 Specifications SPECIAL PROVISION TO ITEM 502 BARRICADES, SIGNS AND TRAFFIC HANDLING For this project, Item 502, "Barricades, Signs and Traffic Handling ", of the Standard Specifications, is hereby amended with respect to the clauses cited below and no other clauses or requirements of this Item are waived or changed hereby. Article 502.2. Construction Methods The first paragraph is voided and replaced by the following: All barricades, signs and other types of devices listed above shall conform to the requirements of the plans, the Texas Manual on Uniform Traffic Control Devices (TMUTCD) and the Compliant Work Zone Traffic Control Devices (CWZTCD) list. In cases of disagreement between these documents, the CWZTCD list shall govern over plans, and the TMUTCD shall govern over both the CWZTCD list and plans. Article 502.4. Payment. Paragraphs "(1) ", "(2) ", "(4)" and "(6)" are voided and replaced by the following: (1) The total payment for this Item will not exceed 10 percent of the total contract amount prior to "Final Acceptance ". The portion of the contract amount for this Item in excess of 10 percent of the total contract amount, less any adjustments as specified below, will be paid on the next estimate cycle after the retainage estimate. (2) Payment for this Item will begin on the first payable estimate after barricades, signs and traffic handling devices have been installed in accordance with the TCP and construction has begun. (4) The quantity under this Item will not exceed the total plan quantity except when modified by change order. Also when work is suspended for the convenience of the Department, through no fault of the Contractor, additional quantity may be paid when approved by change order. (6) If the contract is completed prior to payment of the amount allowed by (1), (3) and (7), the balance due will be paid on the next estimate cycle after the retainage estimate. When the plans establish pay items for particular work called for in the TCP and /or plans, that work will be measured and paid for under the governing items. 1_1 502 018 12_98 Special Provisions 97 1993 Specifications SPECIAL PROVISION TO ITEM 531 SIDEWALKS For this project, Item 531, "Sidewalks ", of the Standard Specifications, is hereby amended with respect to the clauses cited below and no other clauses or requirements of this Item are waived or changed hereby. Article 531.4. Measurement is voided and replaced by the following: 531.4. Measurement. Sidewalks will be measured by the linear foot or by the square yard of surface area, complete in place. Wheelchair ramps will be measured as each wheelchair ramp, complete in place. Article 531.5. Payment is supplemented by the following: Wheelchair ramps measured as provided under "Measurement" will be paid for at the unit price bid for "Wheelchair Ramp" of the type specified. This price shall be full compensation for furnishing all materials required; removal of existing sidewalk and curb or curb and gutter in conflict with the proposed placement; surface preparation of base; placement of proposed curb and gutter associated with the proposed wheelchair ramp; and for all manipulations, labor, tools, equipment and incidentals necessary to complete the work. 1_1 531 014 5_95 Special Provisions 98 1993 Specifications SPECIAL PROVISION TO ITEM 610 ROADWAY ILLUMINATION ASSEMBLIES For this project, Item 610, "Roadway Illumination Assemblies ", of the Standard Specifications, is hereby amended with respect to the clauses cited below and no other clauses or requirements of this Item are waived or changed hereby. Article 610.2. General. The third paragraph is voided and replaced by the following: Roadway Illumination assemblies shall be fabricated in accordance with shop drawings approved by the department. The Contractor may either submit drawings for this project or may use pre_approved standard shop drawings. For submitted drawings, the Contractor shall furnish six (6) sets of shop drawings of the complete assembly in accordance with Item 441, "Steel Structures ", except that the drawings shall be submitted to the Engineer at the project address. For pre_approved drawings, the standard shop drawings shall have been previously submitted by a fabricator and approved by the Department. Such approved shop drawings will be shown on the plans by fabricator's name, drawing number and revision date. No other standard drawings will be allowed for this project except that the Engineer may approve, in writing, the use of updated drawings in cases where standard drawings have been updated and the updated version has been approved by the Department. Any deviation from pre_approved shop drawings will require resubmission of shop drawings of the complete assembly as described above. Any fabricator that wishes to have standard shop drawings pre_approved prior to contract letting by the Department, or wishing to modify or update previously approved standard shop drawings, may submit the proposed standard drawings to the Director of the Traffic Operations Division, Texas Department of Transportation, 125 East llth Street, Austin, Texas 78701_2483. Prior to beginning fabrication, regardless of pre_approved shop drawings or submitted shop drawings, two (2) copies of the completed material identification form shall be furnished to the Engineer in accordance with Item 441, "Steel Structures". 1_1 610 002 10_95 Special Provisions 99 1993 Specifications SPECIAL PROVISION TO ITEM 625 ZINC_COATED STEEL WIRE STRAND For this project, Item 625, "Zinc Coated Steel Wire Strand", of the Standard Specifications, is hereby amended with respect to the clauses cited below and no other clauses or requirements of this Item are waived or changed hereby. Article 625.4. Measurement and Payment is voided and replaced by the following: 625.4. Measurement. This Item will be measured by the linear foot of wire strand. 625.5. 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 "Zinc Coated Steel Wire Strand" of the various sizes specified. This price shall be full compensation for furnishing, installing and testing wire strands; and for all labor, tools, equipment and incidentals necessary to complete the work. 1_1 625 004 11_94 Special Provisions 100 1993 Specifications SPECIAL PROVISION TO ITEM 666 REFLECTORIZED PAVEMENT MARKINGS For this project, Item 666, "Reflectorized Pavement Markings ", of the Standard Specifications, is hereby amended with respect to the clauses cited below and no other clauses or requirements of this Item are waived or changed hereby. Article 666.2. Materials, Subarticle (2) Type II Marking Materials is voided and replaced by the following: Type II markings are paint_type materials that are applied at ambient or slightly elevated temperatures. Type II marking materials shall conform to Departmental Materials Specifications 0_9_8200, "Traffic Paints" and 0_9_8290, "Glass Traffic Beads." For Type I (drop on glass beads only) and Type II markings the Departmental Materials Specifications 0_9_8290, "Glass Traffic Beads" dated August 1995, or later, requires a larger diameter glass bead as a part of the gradation requirements. Article 666.2. Materials, Subarticle (3) Source of Supply. The first paragraph is voided and replaced by the following: All Type I and Type II marking materials shall be purchased on the open market. Article 666.2. Materials, Subarticle (3) Source of Supply. The third, fourth and fifth paragraphs are voided and not replaced. Article 666.4. Construction Methods, Subarticle (3) Application of Type I Markings, is supplemented by the following: When shown in the plans or approved by the Engineer in writing, the Contractor shall use the following material instead of Type II marking material as a sealer for Type I markings: An acrylic sealer consisting of an acrylic resin at 20 percent by weight of solids applied at an application rate of 0.005 gallon per square foot applied a minimum of 30 minutes before the application of the Type I marking. Article 666.6. Measurement is supplemented by the following: Acrylic sealer, when used as a sealer for Type I markings, shall be measured and paid for at the unit price bid for Type II markings. 1_1 666 018 10_96 Special Provisions 101 1993 Specifications SPECIAL PROVISION TO ITEM 680 INSTALLATION OF HIGHWAY TRAFFIC SIGNALS For this project, Item 680, "Installation of Highway Traffic Signals ", of the Standard Specifications, is hereby amended with respect to the clauses cited below and no other clauses or requirements of this Item are waived or changed hereby. Article 680.3. Sampling and Testing is voided and replaced by the following: 680.3. Sampling and Testing. Sampling and testing of traffic signal controller assemblies shall be in accordance with Test Method Tex_1170_T. 1_1 680 007 8_99 Special Provisions 102 1993 Specifications SPECIAL PROVISION TO ITEM 686 TRAFFIC SIGNAL POLE ASSEMBLIES (STEEL) For this project, Item 686, "Traffic Signal Pole Assemblies (Steel)", of the Standard Specifications, is hereby amended with respect to the clauses cited below and no other clauses or requirements of this Item are waived or changed hereby. Article 686.4. Optional Pole Designs. The sixth paragraph is voided and replaced by the following: The maximum design yield strength for ASTM A572 or A595 materials shall be 50 ksi except that the maximum design yield strength for A595 material may be 55 ksi for pole shafts. Article 686.6. Materials. The third paragraph is supplemented by the following: This minimum yield strength, however, shall be 55 ksi when the maximum design yield strength of 55 ksi is used. Article 686.7. Fabrication. The fourth paragraph from the end is voided and not replaced. Article 686.8. Construction Methods. The fifth paragraph is voided and not replaced. Article 686.8. Construction Methods. The fourth sentence of the seventh paragraph is voided and not replaced. 1_1 686 003 10_00 Special Provisions 103 1993 Specifications SPECIAL PROVISION TO SPECIAL SPECIFICATION ITEM 6000 TRAFFIC SIGNAL CONTROLLER ASSEMBLY For this project, Special Specification Item 6000, "Traffic Signal Controller Assembly ", is hereby amended with respect to the clauses cited below and no other clauses or requirements of this Item are waived or changed hereby. Article 13. Test and Acceptance of Controller Cabinet Assembly. The second paragraph is voided and replaced by the following: Sampling and testing shall be in accordance with the Construction Division, Materials Section Manual of Testing Procedures, Test Method Tex 1170 T. During shop testing the controller will be set up to provide the operation specified on the plans. The Contractor shall reimburse the Department for any retesting required during acceptance. The cost for each retest will be based on time and charges and is estimated at $ 1,500.00 per test. 1_1 6000 4_00 Special Provisions 104 ITEM 12 STANDARD SPECIFICATIONS NOTICE The Texas Department of Transportation Standard Specifications are on file at the office of the ENGINEER and may be inspected at the request of each BIDDER. In the event of conflicts between standards or specifications between jurisdictions, the construction standards and specifications of the Texas Department of Transportation shall govern unless otherwise directed by the ENGINEER. The materials and construction methods used to construct this project shall conform to the 1993 Edition of the Texas Department of Transportation's , . •. Environmental construction shall comply with the Texas Department of Transportation Standard Specifications. Underground Electric Construction shall conform to the Standard Specification as issued by the Texas Department of Transportation. These specifications will be considered to be a part of the Contract for this work. Each prospective BIDDER should be familiar with all of the provisions of these specifications, which agree to be included in this Contract. Special specifications are provided in the following pages. Special Provisions 105 ITEM 13 SPECIAL SPECIFICATIONS NOTICE Special specifications are provided in the following pages. These specifications will be considered to be a part of the Contract for this work. Each prospective BIDDER should be familiar with all of the provisions of these specifications, which agree to be included in this Contract. In the event of conflicts between standards or specifications between jurisdictions, the construction standards and specifications of the Texas Department of Transportation shall govern unless otherwise directed by the ENGINEER. Specifications 106 1993 Specifications 1. Description. This item shall govern for furnishing and installing digital loop vehicle detector units of the various types as shown on the plans. 2. General. These are the minimum requirements for a digital, solid state, self tuning, inductive loop detector unit with extend and delay features for installation in traffic signal controllers and signal systems. (1) Unless otherwise specified herein, loop detector units provided under this item shall meet the requirements of NEMA TS_1. (2) Loop detector units shall be digital solid state devices designed for 120 volt 60 Hz AC operation and stand alone shelf mounting. (3) Unless otherwise shown on the plans, loop detector units shall be single channel units. (4) The case of the loop detector unit may be of metal or an impact resistant plastic material designed to permit easy access to the internal components. (5) Each loop detector unit shall have a unique permanent serial number on the outside of the main chassis. 3. General Design. SPECIAL SPECIFICATION ITEM 6001 DIGITAL LOOP VEHICLE DETECTOR UNIT (1) All circuit tracks shall have a conductivity equivalent to at least two (2) ounces per square foot of copper. (2) Lightning protection shall be installed within the loop detector unit. The protection shall enable the amplifier to withstand the discharge of a 10 microfarad capacitor charged to plus or minus 1000 volts directly across the detector input pins with no load present. The protection shall enable the loop detector unit to withstand the discharge of a 10 microfarad capacitor charged to plus or minus 2000 volts directly across either the detector inputs or from either side of the detector inputs to earth ground. For this test, the detector chassis shall be grounded and the detector inputs shall have a five (5) ohms dummy resistive load attached. 1_6 6001.000 9_93 Specifications 107 (3) An overcurrent protection device shall be provided on all loop detector units. For shelf mounted vehicle loop detector units the fuse or circuit breaker shall be accessible from either the front or back of the unit. Any other overcurrent protection device may be mounted internally. (4) The output from the loop detector unit shall be solid state and optically isolated. (5) Unless otherwise shown on the - plans, the loop detector unit shall be supplied with the delay and extend output features described below: (a) Delay output A variable delay circuit shall be furnished to provide a delayed output. This circuit shall be variable from 0 to at least 20 seconds in one (1) second increments. Detection of a vehicle shall be delayed for the amount of time selected, therefore providing no detector output until a vehicle has been present in the loop for this length of time. This timing shall reset each time the loop is vacated; however, the delay circuit shall be disabled immediately when 120 VAC is present on Pin J of the MS3106A_18 1P connector for this channel. (b) Extend Output A variable extend circuit shall be furnished to provide a carryouts output. This circuit shall be variable from 0 to at least 15 seconds in 0.25 second increments. Detector actuation shall be extended after the vehicle leaves the loop. The timing circuit shall reset after the extension has expired; however, the extend circuit shall not be disabled when 120 VAC is present at Pin J of the connector described herein. The timing shall be digital and all programming settings shall be accomplished by pins, thumbwheels, or dip switches. Unless otherwise shown on the plans, the delay and extend features described above shall not be required to function simultaneously. (6) All programming (extend, delay, retention of presence, etc.) shall be external and located on the face of the unit. (7) The loop input shall be isolated from the detector circuitry by means of an isolated transformer. 4. Functional Design. (1) The loop configurations referred to in this specification shall be those located at the Department's Loop Detector test facility which consists of the following: (a) Four 6 x 6 foot, three turn loops connected in series /parallel. (b) One 6 x 10 foot, two turn loops. 2_6 6001.000 9_93 Specifications 108 (c) One 6 x 80 foot, one turn loop. (d) One 6 x 30 foot quadrapole, 2_4_2 turn loop. (e) Two high speed 6 x 6 foot three turn loops. (2) The detector unit shall detect all vehicles which traverse public streers and highways and which o;_a'..'. of sufficient conductive material, suitably located to permit recognition by the detector system. For this specification teat vehicles shall be as follows: (a) Class 1 _ A standard 10 speed, 26 inch bicycle. (b) Class 2 50 cc motorcycle. _ (c) Class 3 _ Automobile ranging from 1700 to 2000 pounds. (d) Class 4 Standard C_50 tractor trailer combination. (3) The detector unit shall detect all of the vehicles described above with all of the configurations specified herein. (4) When detecting test vehicles of the same class as described herein and on any of the test configurations, each channel of the detector unit shall include means to adjust sensitivity such that it shall not produce an output when the test vehicle is more than 36 inches from the perimeter of the loop. The detector unit shall have a minimum of three (3) sensitivity selections for each channel. (5) The detector unit shall detect all vehicles described herein on any of the loop configurations described herein traveling in the speed range of three (3) miles per hour to 60 miles per hour. (6) Retention of presence detection shall be programmable from 0 to 900 seconds in two (2) second increments or less. This feature shall be user selectable by a switch on the face of each unit. Upon termination of the time programmed for presence, the unit shall either retune to the environment immediately or upon the loss of green for that phase. This option shall also be user selectable by a switch on the face of each unit. (7) The detector, after being actuated continuously for any period, shall regain 100% sensitivity within 0.5 second after the loop is cleared of vehicles. (8) Each detector channel shall function in the following two (2) front panel selectable modes: (a) Presence When a Class 2 vehicle or larger occupies the center of any of the test loops (except for the Class 2 vehicle in the 6 x 80 foot loop), the detector shall maintain a detection output for the length of time the vehicle is in the loop and for the time period programmed for presence. 3_6 6001.000 9_93 Specifications 109 (b) Pulse A vehicle passing over a loop shall cause an actuation lasting betwe 75 milliseconds and 150 milliseconds. If a vehicle stops in the loop area, the loop detector unit shall, within five (5) seconds, detect subsequent vehicles passing over the unoccupied area of the loop. (9) Upon restoration of electrical power after a power failure of any length, the detector shall automatically return to its normal state of ,lion within 15 seconds. (10) In addition to the requirements of NEMA TS 1_7.2.20, the detector shall continue to operate when the resistance between ground and either loop input is varied from 100 megohms to 50 ohms. (11) If a detector loop circuit becomes open, the detector shall produce an output that shall remain until the malfunction is corrected. (12) The connector shall be a MS3106A_18_1P and shall have the following pin terminations: Pin A Line Neutral (AC_) Pin B Isolated Solid State Output (emitter) Pin C Line, 115 VAC plus or minus 15% (AC +) Pin D Loop Input Pin E Loop Input Pin F Spare Pin G Spare Pin H Chassis Ground Pin I Isolated Solid State Output (collector) Pin J 120 VAC Output From Green Load Switch for This Phase All loop detector units called for in the plans or specifications shall be installed in the controller cabinet using harnesses four (4) feet in length with the compatible MS connector and the above pinout configuration. (13) If dual channel loop detector units are specified on the plans, each unit shall be provided with dual MS3106_18_1P connectors and harnesses for field compatibility. (14) Indicator(s) shall be provided to distinguish between detection, detection delay, or detection extended. 6001.5. Functional Tests. At the option of the Engineer, any or all of the tests described may be performed at the Department's Austin facilities prior to installation in the controller. (1) In the presence mode, a Class 1, 2, 3, and 4 vehicle stopped over a 6 x 6 foot three (3) turn loop with 100 foot lead in shall be detected. Class 3 and 4 vehicles shall be continuously detected for a minimum of 15 minutes when so programmed or for at least one_half hour. 4_6 6001.000 9_93 Specifications 110 (2) All classes of vehicles moving over a 6 x 6 foot three (3) turn loop with 100 foot lead in shall generate a single pulse output from the loop detector unit in the pulse mode. (3) There shall be no crosstalk between adjacent loops connected to separate channels or loop detector units with or without a vehicle on one of the loops after the loop detector units are adjusted. (4) A 6 x 6 foot three (3) turn loop connected to a detector in the presence mode shall detect a Class 3 vehicle for not less than 15 minutes and shall, upon departure of this vehicle from the zone of detection recover and, after one (1) second, detect a Class 2 vehicle. (5) The 6 x 80 foot loop connected to a detector unit with 100 feet of lead_in shall detect Class 2, 3, and 4 vehicles. The vehicles shall enter the zone of detection at ten (10) miles per hour and the Class 2 shall be detected for a minimum of three (3) minutes. Class 3 and 4 vehicles shall be detected for the time programmed. (6) The 6 x 30 foot loop adjusted (sensitivity) for any one (1) class of vehicles shall not detect a numerically equal class vehicle passing 36 inches outside any part of the loop's perimeter. (7) A Class 1 vehicle traveling at three (3) miles per hour over either a 6 x 6 foot three (3) turn loop or a 6 x 30 foot quadrapole loop shall be detected. (8) A 6 x 6 foot loop with 100 foot lead_in connected to a detector unit shall continue to operate in accordance with this specification while resistance to ground on one (1) of either loop lead is varied from 100 megohms to 50 ohms gradually in a 15 minute period. As loop integrity is restored gradually in the same time interval, the unit shall continue to operate in accordance with this specification. (9) When an open circuit induced in a loop circuit is restored, the detector unit shall automatically become operational within 15 seconds, or upon termination of the time programmed for the retention of presence feature. (10) A 1550 picofarad capacitor will be connected in parallel across a functioning 6 x 6 loop with 100 foot lead_in with a Class 3 vehicle over the loop. The loop detector unit shall continue to function in accordance with this specification. (11) The loop detector unit, when connected to a 6 x 6 three (3) turn loop with 100 foot lead in shall detect all classes of vehicles traveling from three (3) miles per hour to 60 miles per hour. 5_6 6001.000 9_93 Specifications 111 (12) The loop detector unit, when connected to a 6 x 80 foot single turn loop shall detect Class 2, 3, and 4 vehicles moving at three (3) miles per hour. (13) All of the above tests shall also be performed with 1000 foot lead_in except subarticles 5.(8) and (9). (14) Other NEM:. T: environmental tests may be performed. (15) The Engineer may require that two (2) sample detector units be forwarded to the Department's test facility in Austin for examination. 6. Documentation. One (1) complete set of documentation described below shall be provided for every four (4) loop detector units for the project or two (2) complete sets shall be provided for each controller assembly for the project, whichever is greater. (1) Complete and accurate schematic diagrams. (2) Complete installation procedures. (3) Complete performance specifications (both electrical and mechanical) on the unit. (4) Complete parts list including names of vendors for parts not identified by universal part numbers such as JEDEC, RETMA, or EIA. (5) Pictorial of components layout on circuit board. (6) Complete maintenance and troubleshooting procedures. (7) Complete stage_by_stage explanation of circuit theory and operation. 7. Guaranty. If it is normal trade practice for the manufacturer to furnish a guaranty for the work provided herein, the Contractor shall turn this guaranty over to the Engineer for potential dealing with the guarantor. The extent of such guaranty will not be a factor in selecting the successful bidder. 8. Measurement and Payment. The work performed, materials furnished and all labor, tools, equipment and incidentals necessary to complete the work under this item will not be measured or paid for directly, but will be considered subsidiary to the various bid items of the contract. 6_6 6001.000 9_93 Specifications 112 1993 Specifications SPECIAL SPECIFICATION ITEM 6003 VEHICLE LOOP WIRE SEALANT 1. Description. This item shall govern for furnishing and installing loop wire sealant for use in the installation of vehicle detector loops in asphaltic and concrete pavements a shown on the plans. 2. General. (1) The sealant shall be a one _part polyurethane material and shall be suitable for use in both asphaltic and concrete pavement. (2) The sealant shall be designed to enable traffic to pass over the filled slot immediately after application without tracking or stringing. (3) The sealant shall not shrink in volume during or after its curing process. 3. Physical Properties. The sealant shall have a minimum shelf life of 12 months. The sealant shall have certain physical properties in its uncured and cured states. They are as follows: (1) Physical Properties of the Uncured (Wet) Sealant: Property Requirement Standard Weight 10.1 lbs /gal ASTM E201 plus or minus 1.0 lb. Total Solids 75_86% ASTM D1353 by weight 18 hours at 200 F Viscosity 5 K_85K CPS Brookfield RVF No. 6 Spindle at 20 RPM, 77 F, 50% Rel. Hum. Curing Time Touch: 24 Hr Max Complete 36 hr Max ASTM D1640 40 Mil Film 77 F, 505 Rel. Hum. 1_3 6003.000 7_93 Specifications 113 (2) Physical Properties of the Cured Sealant: Property Requirement Standard Hardness 65 _ 85 ASTM D2240 (Indentation) Model 1700 77 F, 50% Rel. Hum. Tensile 125 psi minimum ASTM D412 Strength Die C Pulled at 20 IPM Elongation 200% Minimum ASTM D412 Die C Pulled at 20 IPM Adhesion 15 pounds /inch ASTM D903 (Peel width Canvas to Strength) Concrete Application Temp. Range Service Temp. Range +40 F to 130 F _ 40 F to 150 F RESISTANCE: The cured sealant shall have the following chemical resistances: Deicing No Effect ASTM D471* Gasoline Slight Swell ASTM D471* Hydraulic No Effect ASTM D471* Brake Fluid Motor Oil No Effect ASTM D471* Sodium No Effect ASTM 0471* Chloride (5 %) *The ASTM Test shall be conducted at 23 C plus or minus 2 C for a period of 22 hours. 2_3 6003.000 7_93 Specifications 114 4. Application of Sealant. (1) Unless otherwise shown on the plans, the Contractor shall apply the sealant using his own equipment. (2) The Contractor shall apply the sealant as shown on the plans or as di_ec'_ed by the Engineer and in accordance the manufacturer's directions. 5. Certification. The Contractor shall provide written certification from the manufacturer stating that the material supplied meets the requirements of this specification. The Department reserves the right to perform any or all of the tests described in this specification to insure compliance. Failure of a sample will require that the loops be removed and replaced with new sealant meeting this specification. 6. Measurement and Payment. The work performed, materials furnished and all labor, tools, equipment and incidentals necessary to complete the work under this Item will not be measured or paid for directly, but will be considered subsidiary to the various bid items of the contract. 3_3 6003.000 7_93 Specifications 115 1993 Specifications 1.0 DESCRIPTION SPECIAL SPECIFICATION ITEM 6004 THREE CONDUCTOR NEUTRAL SUPPORTED SECONDARY CABLE (TRIPLEX) This specification describes the minimum requirements for polyethylene insulated, three conductor, neutral supported secondary cable (Triplex) rated at 600 VAC. 2.0 MATERIAL 2.1 Cable under this specification shall consist of a bare neutral messenger and two polyethylene insulated conductors. The cable shall meet the applicable requirements of NEMA specification WC 5 Section 7.3 for service drop cables. 2.2 The insulated conductors shall be aluminum 1350 with a minimum tensile strength of 17,000 psi. 2.3 The stranding shall conform to ASTM B231 Class A or B, or to ASTM B400. 2.4 The size of the conductors shall be as specified on the plans or other specifications. 2.5 The uninsulated neutral conductor shall be steel reinforced alu minum (ACSR) and shall meet the requirements of ASTM B232. The neutral conductor shall be the same AWG gauge as the insulated aluminum power conductors for AWG 6 and larger. 2.6 The ACSR stranding for sizes 4/0 AWG and smaller shall be 7_wire strand (6 aluminum around 1 steel). 2.7 The conductor insulation shall be high_density polyethylene con_ taining anti oxidant and ultraviolet stabilizers suitable for exposure to direct sunlight, urban or industrial atmospheric contaminants and all stresses expected in normal installations between _25 C to 75 C. 2.8 The insulation thickness of conductor sizes of 2 AWG and smaller shall be a minimum of 40 mils. 2.9 Insulated conductors shall be twisted around the neutral conduc_ tor with a lay of 25 to 60 times the diameter of one of the insulated conductors. The direction of lay shall be the same as that of the outer layer of wires of the neutral conductor. 1_2 6004.000 9_93 Specifications 116 2.10 Each length of insulated conductor shall show the type of insu lation (PE), the name of the manufacturer, the voltage rating and the gauge of the conductor. 2.11 Samples may be taken from each shipment of each size of electri_ cal conductor. If these samples fail to meet the physical dimension inspection requirements the Contr &. to - hall replace the cable at his own expense. 2.12 The Engineer may sample the cable and test for compliance to this specification. All such tests will be made at the expense of the Department. In the event the cable, when tested, fails to meet the requirements of this specification, the Contractor will replace the cable at his own expense. 3.0 CONSTRUCTION METHODS 3.1 The Triplex cable shall be installed according to the plans and to the National Electrical Code requirements for aluminum conductor service drop cables. 3.2 Splices shall be made using approved splicing methods and shall be insulated with approved thermosetting compound, heavy duty heat shrinkable tubing with sealant, or heat shrinkable tape with sealant suitable for outdoor use. Care shall be taken to prevent formation of aluminum oxide at the splices. 3.3 The messenger cable shall be grounded to earth ground at each pole. Resistance to ground after installation shall be less than 10 ohms at any point. 3.4 After installation and prior to connection, all or part of the system may be tested at the Engineer's option. Cable testing less than 10 megohms insulation resistance at 500 volts shall be replaced by the Contractor at his expense. 4.0 GUARANTEE If it is the normal trade practice for the manufacturer to fur_ nish a guaranty for the work provided herein, the Contractor shall deliver the guaranty to the Engineer. The extent of such guaranty will not be a factor in selecting the successful bidder. 5.0 MEASUREMENT AND PAYMENT Work performed and materials furnished as prescribed by this Item will not be measured or paid for directly but will be considered subsidiary to Item 680, "Installation of Highway Traffic Signals ". 2_2 6004.000 9_93 Specifications 117 1993 Specifications SPECIAL SPECIFICATION ITEM 6007 ROADWAY LIGHTING ON TRAFFIC SIGNAL POLE 1. Description. This Item shall govern for furnishing and installing roadway lighting fixtures of the various types mounted on traffic signal pole luminaire mast arms. 2. General. All materials, sampling and construction methods shall be in accordance with the details shown on the plans, the requirements of this Item and the pertinent requirements of the following Items: Item 610, "Roadway Illumination Assemblies" Item 620, "Electrical Conductors" Item 628, "Electrical Services" 3. Materials. When a lighting contactor and photo_electric control (photocell) is not required or provided for in the electrical service, fixtures shall be equipped with a standard three (3) prong photocell receptacle and a photocell shall be installed on the fixture. 4. Construction Methods. Unless otherwise shown on the plans, electrical conductors shall be installed inside the traffic signal pole and shall extend in one continuous length from the luminaire to the base of the pole. Unless otherwise shown on the plans, watertight fused connectors shall be installed in the pole base in each line conductor. See the Roadway Illumination Details (RID (1) through (3)) and the Electrical Details (ED (1) through (3)) for additional details. 5. Measurement. Roadway lighting on traffic signal poles will be measured as each roadway lighting fixture complete in place. 6. 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 "Roadway Lighting on Traffic Signal Pole" of the various types specified. This price shall be full compensation for furnishing, installing and testing all luminaires, ballasts, lamps, conductors inside the pole, connectors at the base of the pole (when required); and for all labor, tools, equipment and incidentals necessary to complete the work, except as shown below. Poles and mast arms for roadway lighting on traffic signal poles will be paid for under Item 686, "Traffic Signal Pole Assemblies (Steel) ". 1_1 6007.000 9_93 Specifications 118 1993 Specifications SPECIAL SPECIFICATION ITEM 6008 PEDESTAL POLE ASSEMBLIES 1. General. This Item shall govern for furnishing and installing the various types of pedestal pole assemblies shown on the plans. The term "pedestal pole assembly" as used herein shall constitute the complete assemblage of parts including pole shaft, base, anchor bolts, anchor bolt nuts, anchor bolt template, shims and miscellaneous components except foundation and signal heads. All pedestal pole assemblies shall conform to the detailed drawings and requirements shown on the plans as to height, general design and finish. All materials and construction methods, including shop drawings, shall be in accordance with the pertinent provisions of Special Specification Item "Roadside Flashing Beacon Assemblies ", except as modified herein. The pole shaft shall be fabricated from new 4 inch steel pipe (4.026 I.D., 4.500 O.D.). The base shall be fitted with a 1/2 13 NC female threaded hole for grounding. The base shall be properly grounded with connectors designed for this purpose. A set of three (3) "U" shaped galvanized steel shims 1/16 inch thick and three (3) 1/8 inch thick to fit around the anchor bolts, shall be furnished with each pole to permit proper alignment. The steel pole shall be provided with a galvanized finish unless otherwise shown on the plans. Any part of steel pedestal poles from which the galvanizing has been knocked or chipped off down to bare metal in fabrication, transit or erection shall be repaired by application of galvanizing_repair compounds. The galvanizing repair shall be applied so as to provide a pole assembly which is neat in appearance. 2. Painted Finish. When painting is required by the plans, the pedestal pole shall receive System II aluminum in accordance with Item 446, "Cleaning, Paint and Painting", unless otherwise shown on the plans. 3. Measurement. This Item will be measured as each pedestal pole assembly complete in place. 4. 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 "Pedestal Pole Assemblies ". This price shall be full compensation for furnishing and installing the base, shaft, shims and anchor bolts; and for all labor, tools, equipment and incidentals necessary to complete the work. 1_1 6008.000 9_93 Specifications 119 1993 Specifications SPECIAL SPECIFICATION 6210 Internally Lighted Street Name Signs 1. Description. This Item shall govern for internally lighted street name signs attached to traffic signal poles as shown on the plans. 2. Materials. All materials furnished by the Contractor shall be new and in accordance with the NEC. Signs and sign messages shall conform to the dimensions and details shown on the plans and the requirements shown below. Signs shall have single side message or double side message as shown on the plans. Materials shall conform to Departmental Materials Specification D -9 -8311. The Contractor shall make brochure and/or shop drawing submittals on the fixtures, sign, sign message and mounting hardware. The Contractor shall submit six (6) sets of submittals to the Engineer for approval. Unless otherwise shown on the plans or required in this specification, all fasteners and screws in or on the fixture shall be stainless steel type 302 or 305, brass or aluminum. All steel nuts, bolts, and hardware for sign attachment shall be galvanized in accordance with ASTM A153. Clamp on street name sign mast arms, when required, shall be in accordance with the details shown on the plans. Unless otherwise approved by the Engineer, each sign shall use two (2) cool white T12 slimline lamps. Each lamp shall operate from a single lamp ballast. Fluorescent lamp ballasts shall have a high power factor and be capable of starting lamps at 0 F and above. Ballasts shall be single lamp type. Ballasts shall be rated at 200 milliamperes for six (6) foot lamps and 425 milliamperes for eight (8) foot lamps. Ballasts shall be suitable for slimline 425 milliampere lamps. Ballasts shall be U.L. listed for outdoor operation on 120 volt 60 hz. circuits and shall conform to the requirements of ANSI Standard C 82.1 and C 82.2. Lampholders shall be U.L. listed as suitable for the prescribed use and shall de- energize the primary system of the ballast when a lamp is removed. Lampholders shall be spring compression type, incorporating a circular cross section of neoprene rubber, which will effectively seal against the lamp shoulder, to resist entrance of moisture to the lampholder electrical contacts. All wiring connections within the sign fixture shall terminate on a phenolic barrier type two (2) pole terminal block rated at 30 amperes, 600 volts. Fuses shall be of the miniature, slow blow type, with appropriate rating and shall be provided in the primary circuit of each ballast. Fuse holders shall be the surface mounting type with threaded bayonet knob which grips fuse body tightly for extraction. 1 -3 6210 2 -95 120 Conductors inside fixture on loadside of power supply terminal block shall be U.L. listed appliance material (AWM), 18 AWG minimum, stranded copper wire with 2/64 inch thermoplastic insulation rated at 1000 volts, 90 C. Screened weep holes shall be located at strategic points in the bottom of the housing assembly to allow drainage of condensation. Sign fixture housing shall be constructed of extruded, cast and/or fabricated aluminum compodents. The top shell and bottom pan assembly shall be constructed of extruded aluminum alloy 6063 -T6 and shall be joined to end plates by continuous weld joints. The design of the housing shall afford provisions for continuous gasketing between housing and sign frame members to resist entrance of moisture, dirt and insects. Gaskets between sign panel frame and sign housing shall be closed cell neoprene sponge rubber, neatly applied with a suitable heat resistant adhesive, which will not allow the gaskets to slip at a temperature of up to 160 F. Sign panels shall be fully framed and gasketed. Sign panel framing gaskets shall be extruded silicon rubber, providing a barrier between the frame members and the panel substrate to seal against moisture and dirt. Single sided signs shall have aluminum panels, minimum 0.050 inch thick, placed on back side of fixture in sign panel position. Aluminum panels shall be framed and gasketed in the same manner as sign panels. Reflectors shall be formed aluminum of 0.040 inch minimum thickness. Finish surface of the reflectors shall be baked white enamel or catalyzed polyurethane finish with a minimum reflectance value of 86 %. The design of the reflectors shall afford even illumination to the entire surface of the sign panels. A full length extruded aluminum hinge, integral with the sign housing and the top panel framing member of the sign panel shall afford the means of attachment or removal of the panel without the use of tools. Two (2) knurled knobs or thumb screws and two (2) 1/4 -20 captive nuts, or two (2) 1/4 turn wing -head fasteners, shall be provided at the bottom of the sign panel frame to secure the panel in the closed position. The mounting block clevis pin shall be minimum 3/8 inch stainless steel bar through oil - impregnated bronze sleeve bearings to allow for controlled movement of the sign swing under wind gust loads. An adjustment bolt for each mounting block shall be provided to permit leveling of the sign. Mast arm clamp brackets and hanger bars shall be formed of heat treated aluminum bar stock or galvanized steel and shall be of adequate design and strength. 3. Sampling. Sampling of fixtures will be in accordance with Test Method Tex - 714 -I, except that the minimum sample number shall be ore. 4. Construction Methods. Internally lighted street name signs shall be fabricated and installed in accordance with the details and dimensions shown on the plans. Signs shall be installed level and brackets shall be plumb. Completed installation shall present a neat and professional appearance. 2 -3 6210 2 -95 121 Erection of signs located near any overhead utilities shall be accomplished using established industry and utility safety practices. The Contractor shall consult with the appropriate utility company prior to beginning such work. The internally lighted street name sign shall be powered from the same service pole that provides power to the traffic signal on which the sign is mounted. Contractor shall install 20 amp circuit breaker and photocell when necessary. Signs shall be grounded by an insuiateu or bare equipment grounding conductor comtecieu between the fixture and the equipment grounding conductor in the base of the pole (due to electrical isolation provided by sleeve bearings). 5. Measurement. This Item will be measured as each unit installed, complete in place. 6. 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 bid price for "Internally Lighted Street Name Signs ", of the size and type specified on the plans. This price shall be full compensation for furnishing and erecting the signs; for furnishing and erecting the support arm clamp assembly; for furnishing and installing liquid tight flexible metal conduit; for all required circuit breakers and photocells; and for all labor, tools, equipment and incidentals necessary to complete the work. 3 -3 6210 2 -95 122 1993 Specifications SPECIAL SPECIFICATION ITEM 6504 TESTING, TRAINING, DOCUMENTATION AND WARRANTY 1.0 DESCRIPTION This Item shall govern for the testing, training, documentation and warranty on electronic communication, data management and control equipment whose furnishing and installation is described in another specification. The equipment specification shall be referred to as the parent specification. Where differences occur between this specification and the parent specification, the parent specification shall govern. 2.0 TESTING REQUIREMENTS 2.1 DESIGN APPROVAL TEST The Contractor shall conduct a Design Approval Test to determine if the design of the equipment meets the requirements of the parent specification. A Design Approval Test shall be performed on units randomly selected from the prototype design manufacturing run, or if only one design prototype is manufactured, the tests shall be performed on that unit. If there are multiple types of the unit being supplied, a sample of each type shall be provided and tested. The test shall be conducted in accordance with the test procedures supplied under Section 2.5, "Test Procedures Documentation ". The Engineer will accept certification from an independent testing lab that the Design Approval Test has been satisfactorily completed. The Contractor shall arrange for and conduct the tests in accordance with the testing requirements stated herein. The Engineer shall be notified a minimum of ten (10) working days before tests are to be conducted. The Engineer and /or his representative reserves the right to witness all tests. The Design Approval Test shall include the following: 2.1.1 TEMPERATURE AND CONDENSATION The equipment shall meet the performance requirements, specified in the parent specification, when subjected to the following conditions in the order specified below: A. The equipment shall be stabilized at 30 F (_34 C) and tested as specified in Sections 2.2.3.3 " Low_Temperature Low_Voltage 1_7 6504.000 11_95 Specifications 123 Tests" and 2.2.3.4 "Low_Temperature High_Voltage Tests" of the NEMA standard TS1. B. Moisture shall be made to condense on the equipment by allowing it to warm up to room temperature in an atmosphere having relative humidity of at least 40 %. The equipment shall operate for two hours, while „eL, without degradation or failure. C. The equipment shall be stabilized at 165 F (74 C) and tested as specified in Sections 2.2.3.5 " High_Temperature High Voltage Tests" and 2.2.3.6 " High_Temperature Low_Voltage Tests" of the NEMA standard TS1. 2.1.2 RELATIVE HUMIDITY The equipment shall meet the performance requirements, specified in the parent specification, within 30 minutes of being subjected to a temperature of 165 F (74 C) and a relative humidity of 18 percent for 48 hours. 2.1.3 PRIMARY POWER VARIATION The equipment shall meet the performance requirements, specified in the parent specification, when the nominal input voltage is varied as specified in Sections 2.2.3.3 "Low Temperature Low_ Voltage Tests ", 2.2.3.4 "Low Temperature High_Voltage Tests" 2.2.3.5 "High_Temperature High_Voltage Tests" and 2.2.3.6 "High_ Temperature Low_Voltage Tests" of the NEMA standard TS1. 2.1.4 POWER SERVICE TRANSIENTS The equipment shall meet the performance requirements, specified in the parent specification, when subjected to the power service transient specified in Section 2.1.6, "Transient, Power Service ", of the NEMA standard TS1. The equipment shall meet the performance requirements specified in the parent specification. 2.1.5 VIBRATION The equipment (excluding cabinets) shall show no degradation of mechanical structure, soldered components, or plug_in components and shall operate in accordance with the manufacturer's equipment specifications after being subjected to the vibration tests as described in Section 2.2.5, "Vibration Test ", of the NEMA standard TS1. 2.1.6 CONSEQUENCES OF DESIGN APPROVAL TEST FAILURE If the unit fails the Design Approval Test, the design fault shall be corrected and the entire Design Approval Test shall be repeated. All units shall be modified, without additional costs to the Department, to include design changes required to pass the Design Approval Test. 2_7 6504.000 11_95 Specifications 124 If a unit has been modified as a result of a Design Approval Test failure, a report shall be prepared and delivered to the Engineer prior to shipment of the units. The report shall describe the nature of the failure and the corrective action taken. 2.2 DEMONSTRATION TEST The Contractor shall conduct a Demonstration Test on all units at a Contractor provided facility within the metropolitan area. All tests shall be conducted in accordance with Section 2.5, "Test Procedures ". The Engineer shall be notified a minimum of ten (10) working days before tests are to be conducted. The Engineer and /or his representative reserves the right to witness all tests. Each unit shall pass each of the following tests: 2.2.1 EXAMINATION OF PRODUCT Each unit shall be examined carefully to verify that the materials, design, construction, markings and workmanship comply with the requirements of the parent specification. 2.2.2 CONTINUITY TESTS The wiring shall be checked to determine conformance with the requirements of the appropriate paragraphs in the parent specification. 2.2.3 OPERATIONAL TEST Each unit shall be operated for at least 15 minutes to permit equipment temperature stabilization, and to check and record an adequate number of performance characteristics to ensure compliance with the requirements of the parent specification. 2.2.4 CONSEQUENCES OF DEMONSTRATION TEST FAILURE If any unit fails to pass the Demonstration Test, the unit shall be corrected or another unit substituted, at the discretion of the manufacturer, and the Demonstration Test successfully repeated. Minor discrepancies noted in testing of the item shall be corrected within a maximum of 30 days of written notice of the discrepancies. Major discrepancies that in the opinion of the Engineer will substantially delay receipt and acceptance of the item will be cause for rejection of the item. If a unit has been modified as a result of a Demonstration Test failure, a report shall be prepared and delivered to the Engineer prior to installation of the unit. The report shall describe the nature of the failure and the corrective action taken. 3_7 6504.000 11_95 Specifications 125 If a failure pattern develops among similar units, the Engineer may direct that design and construction modifications be made to all units without additional cost to the Department or an extension of the contract period. 2.3 STAND ALONE TESTS The Contractor shall conduct a Stand_Alone Test for each unit after installation. The test shall exercise all stand alone (non_ network) functional operations. The test shall be conducted in accordance with the test procedures supplied under Section 2.5, "Test Procedures Documentation ". The Engineer shall be notified a minimum of five (5) working days before tests are to be conducted. The Engineer and /or his /her representative reserves the right to witness all tests. 2.3.1 CONSEQUENCES OF STAND ALONE TEST FAILURE If any unit fails to pass the Stand_Alone Test, the unit shall be corrected or another unit substituted, at the discretion of the manufacturer, and the test successfully repeated. Minor discrepancies noted in testing of the item shall be corrected within a maximum of 30 days of written notice of the discrepancies. Major discrepancies that in the opinion of the Engineer will substantially delay receipt and acceptance of the item will be cause for rejection of the item. If a unit has been modified as a result of a Stand Alone Test failure, a report shall be prepared and delivered to the Engineer prior to the retesting of the unit. The report shall describe the nature of the failure and the corrective action taken. If a failure pattern develops among similar units, the Engineer may direct that design and construction modifications be made to all units without additional cost to the Department or extension of the contract period. 2.4 SYSTEM INTEGRATION TEST The Contractor shall conduct a System Integration Test on the complete functional system as defined in the parent specification. The test shall demonstrate all control and monitor functions described in the parent specification for a minimum of 72 hours. The test shall be conducted in accordance with the test procedures supplied under Section 2.5, "Test Procedures Documentation ". The Engineer shall be notified a minimum of ten (10) working days before tests are to be conducted. The Engineer and /or his /her representative reserves the right to witness all tests. 4_7 6504.000 11_95 Specifications 126 2.4.1 CONSEQUENCE OF SYSTEM INTEGRATION TEST FAILURE If equipment fails the System Integration Test, the equipment shall be corrected and no substitutions will be allowed without repeating the entire testing procedure on the substituted unit and the complete Systems Integration Test shall be repeated. Minor discrepancies note -. i 'resting of the item shall be corrected within a maximum of 30 days of written notice of the discrepancies. Major discrepancies that in the opinion of the Engineer will substantially delay receipt and acceptance of the item will be cause for rejection of the item. If a unit has been modified as a result of a System Integration Test failure, a report shall be prepared and delivered to the Engineer prior to the retesting of the unit. The report shall describe the nature of the failure and the corrective action taken. If a failure pattern develops among similar units, the Engineer may direct that design and construction modifications be made to all units without additional cost to the Department or extension of the contract period. 2.5 TEST PROCEDURES DOCUMENTATION The Contractor shall provide five (5) copies of all Design Approval, Demonstration, Stand Alone and System Integration test procedures and data forms for the Engineer's approval. These procedures and forms shall be submitted at least sixty (60) days prior to the day the tests are to begin. The test procedures shall include the sequence in which the tests will be conducted. The test procedures shall have the Engineer's approval prior to submission of equipment for tests. The Contractor shall furnish data forms containing all of the data taken, as well as quantitative results for all tests. The data forms shall be signed by an authorized representative (company official) of the equipment manufacturer. One copy of the completed and signed data forms shall be sent to the Engineer. This data form shall be the basis for review and rejection or acceptance. 3.0 TRAINING Operational and maintenance training shall be provided to designated personnel during installation, testing and debugging. This training shall be provided through practical demonstrations, seminars and other related technical procedures. Training will be limited to a maximum of ten (10) people and shall be provided at a time and location approved by the Engineer. The training shall include, but not be limited to, the following: A. "Hands_on" operation for each type of equipment. 5_7 6504.000 11_95 Specifications 127 B. Explanation of all system commands, their function and usage. C. Required preventative maintenance procedures. D. Servicing procedures. E. System "troubleshooting" or problem identification procedures. A minimum of forty (40) hours of instruction shall be provided for the operational and maintenance procedures. The Contractor shall submit an outline of the proposed training material to the Engineer for approval at least 60 days before the training is to begin. 4.0 DOCUMENTATION Unless otherwise specified by the parent specification, five (5) complete sets of the operation and maintenance manuals shall be provided. The manuals shall include the following: 1. Complete and accurate schematic diagrams. 2. Complete installation procedures. 3. Complete performance specifications (functional, electrical, mechanical and environmental) on the unit. 4. Complete parts list including names of vendors for parts not identified by universal part numbers such as JEDEC, RETMA, or EIA. 5. Pictorial of component layout on circuit board. 6. Complete maintenance and troubleshooting procedures. 7. Complete stage_by_stage explanation of circuit theory and operation. Schematics shall be updated at the end of the project to show "as_ built" conditions. 5.0 WARRANTY Equipment furnished and installed for this project shall be guaranteed to perform according to the manufacturer's published specifications. Equipment shall be warranted against defects and /or failure in design, materials and workmanship in accordance with the manufacturer's standard warranty. The Contractor shall assign, to the Department, all manufacturer's normal warranties or guarantees on all such electronic, electrical and mechanical equipment, materials, technical data, and products furnished for and installed on the project. Defective equipment shall be repaired or replaced, at the manufacturer's option, during the warranty period at no cost to the Department. All equipment used on this project shall have no less than 95 percent of the manufacturer's standard warranty remaining on the date that equipment invoices are submitted by the Contractor for payment. Any equipment with less than 95 percent of its warranty remaining will not be accepted by the Department. 6_7 6504.000 11_95 Specifications 128 6.0 MEASUREMENT AND PAYMENT The work performed, materials furnished and all labor, tools, equipment and incidentals necessary to complete the work under this Item will not be measured or paid for directly, but will be considered subsidiary to the various bid items of the contract. 7_7 6504.000 11_95 Specifications 129 1993 Specifications SPECIAL SPECIFICATION ITEM 6519 DIGITAI. CARD RACK DETFCTOR ASSEME= (8 SLOT RACK) 1) Description This Item shall govern for furnishing, and making operational a Digital Card Rack Detector Assembly in designated field locations and equipment cabinets as shown on the plans and as detailed in the Special Specifications. 2) Detector Unit (1) General Requirements (A) Loop detector units provided under this item shall meet or exceed the requirements of NEMA TS_1, unless otherwise specified in this specification. (B) The loop detector units shall be digital solid state devices designed for 24 +/_ 2.5 VDC operation and card mounting. Each detector channel shall not consume more than 50 mA. (C) Each loop detector unit shall sequentially scan two detector channels. (D) The front panel of the loop detector unit shall be of metal or an impact resistant plastic material designed to permit easy access to the internal components. (E) The detector unit shall have a minimum of eight sensitivity selections for each channel. (F) Each detector unit channel shall be supplied with the delay and extend output features described below: (I) Delay Output A variable delay circuit shall be furnished to provide a delayed output. This circuit shall be variable from 0 to at least 30 seconds in one second increments. Detection of a vehicle shall be delayed for the amount of time selected, therefore providing no detector output until a vehicle has been present in the loop for this length of time. This timing shall reset each time the loop is vacated; however, the delay circuit shall be disabled immediately when logic ground is present on pin 1 for channel A or pin 2 for channel B. (II) Extend Output A variable extend circuit shall be furnished to provide a carryover output. This circuit shall be variable 1_9 6519.000 1_96 Specifications 130 from 0 to at least 15 seconds in 0.25 second increments or smaller. Detector actuation shall be extended after the vehicle leaves the loop. The timing circuit shall reset after the extension has expired; however, the extend circuit shall not be disabled when logic ground is present at pin 1 or pin 2 of the connector described herein. The timing sh11 be digital and all programming settin5_ ltha11 be accomplished by thumbwheels or dip switches. The delay and extend features described above shall both be programmable for a detector channel. (G) Each detector unit channel shall function in the following two front panel selectable modes: (I) Presence When a NEMA class 2 vehicle or larger occupies the center of any of the test loops (except for the class 2 vehicle in the 6 x BO foot loop), the detector unit channel shall maintain a detection output for the length of time the vehicle is in the loop and for the time period programmed for the extend output. (II) Pulse A vehicle passing over a loop shall cause an actuation lasting between 75 milliseconds and 150 milliseconds. If a vehicle stops in the loop area the detector unit shall, within three seconds, detect subsequent vehicles passing over the unoccupied area of the loop. (H) Maximum presence time shall be switch programmable from 1 to 15 minutes in one minute increments or less. Upon termination of the time programmed for maximum presence, the unit shall optionally, via dip switch programming, either retune to the environment immediately or upon the loss of green for that phase. (I) The detector unit channel, after being actuated continuously for any period, shall regain 100% of the selected sensitivity within 0.5 seconds after the loop is cleared of vehicles regardless of the duration of presence. (J) Each detector unit channel shall have a minimum of 3 switch selectable operating frequencies. (K) The loop input for each channel shall be isolated from the detector circuitry by means of an isolation transformer. (L) The outputs from each detector unit channel shall be solid state and optically isolated. (M) A switch or switch position shall be provided on the front panel to disable each channel output. (N) If a detector loop circuit becomes open, the detector unit channel shall produce an output that shall remain until the malfunction is corrected. 2_9 Specifications 6519.000 1_96 131 (0) The detector unit channel shall be set to produce an output in response to a 0.135 or greater negative change in loop inductance within not more than 5 ms. When the change is removed, the detector unit channel shall terminate its output within not more than 5 ms. (P) All sensitivity, frequency and mode programming for each channel shall be external a♦.1 on the face of the unit. ExteLl, delay and maximum presence time programming may be via dip switches on the circuit board. (Q) Indicator(s) on the front panel shall be provided to distinguish between detection, detection delay, or detection extended for each channel. (R) Upon restoration of electrical power after a power failure of any length, the detector unit channel shall automatically return to its normal state of operation within 2 seconds. (S) In addition to the requirements of NEMA TS 1_15.2.21, the detector unit channel shall continue to operate when the resistance between ground and either loop input is varied from 100 megohms to 50 ohms. (T) The connector on the detector card shall be a 2 x 22 pin PCB edge connector with pins on 0.156" centers and gold flashed contacts. The pin assignments shall be as follows: Pin No. Function A Logic Ground B Detector DC Supply C External Reset D Channel A loop Input E Channel A loop Input F Channel A output (collector) H Channel A output (emitter) J Channel B loop Input K Channel B loop Input L Chassis Ground W Channel B output (collector) X Channel B output (emitter) 1 Channel A Delay Inhibit 2 Channel B Delay Inhibit 6 Detector Address Bit No. 0 10 Detector Address Bit No. 1 15 Detector Address Bit No. 2 19 Data Transmit 21 Data Receive (U) All circuit traces shall have a conductivity equivalent to at least two ounces per square foot of copper. 3_9 6519.000 1_96 Specifications 132 (V) Lightning protection shall be installed within the loop detector unit. The protection shall enable the amplifier to withstand the discharge of a 10 microfarad capacitor charged to plus or minus 1000 volts directly across the detector input pins with no load present. The protection shall enable the loop detector unit to withstand the 'ischarge of a 10 microfarad capaLit__ _,: to plus or minus 2000 volts directly across either the detector inputs or from either side of the detector inputs to earth ground. For this test, the detector chassis shall be grounded and the detector inputs shall have a dummy resistive load attached equal to 5.0 ohms. (2) Functional Requirements (A) The loop configurations referred to in this specification shall be those located at the Department's loop detector test facility. The loop configuration shall consist of the following, (I) four 6 x 6 foot, three turn loops connected in series /parallel. (II) Two 6 x 30 foot, two turn loops. (III) One 6 x 80 foot, one turn loop. (IV) Two high speed 6 x 6 foot three turn loops. (B) The detector unit channel shall detect all vehicles which traverse public streets and highways and which consist of sufficient conductive material, suitably located to permit recognition by the detector system. For this specification test vehicles shall be as follows, (I) Class 1 _ A standard 10 speed, 26 inch bicycle. (II) Class 2 _ 50 CC motorcycle. (III) Class 3 _ Automobile ranging from 1700 to 2000 pounds. (IV) Class 4 Standard C_50 tractor trailer combination. (C) The detector unit channel shall detect all of the vehicles described above with all of the configurations specified herein. (D) When detecting test vehicles of the same class as described herein and on any of the test configurations each channel of the detector unit shall include means to adjust sensitivity such that it shall not produce an output when the test vehicle is more than 36 inches from the perimeter of the loop. (E) The detector unit channel shall detect all vehicles described herein on any of the loop configurations described herein traveling in the speed range of three miles per hour to 80 miles per hour. 4_9 6519.000 1_96 Specifications 133 3) Detector Card Rack (1) General Requirements (A) The card rack shall accommodate up to eight (8) detector units. (B) The detector card rack frame 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. The top front edge of the rack shall be reinforced to ensure structural rigidity (a 90 degree bend is acceptable). 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 single tools. (C) Each slot in the card rack shall mate with a 2 x 22 pin card edge connector with 0.156" pin spacings and match the detector card edge connector, Key slots shall be between pins B & C and between pins M & N. Each card edge connector shall be secured to the rack by means of threaded hardware to provide mechanical rigidity while still maintaining ease of replacement. (D) A11 wiring to the rack shall enter and exit in the lower left rear corner when viewed from the front. It shall be labeled and neatly run to other parts of the cabinet and detector termination panel. (E) The slots shall be numbered 1 to 8 left to right when viewed from the front of the rack. (F) 3 Each rack slot shall be wired as follows: Pin No. Function A Logic Ground B Detector DC Supply C External Reset - D Channel A Loop Input E Channel A Loop Input F Channel A Output (Collector) H Channel A Output (Emitter) J Channel B loop Input K Channel B loop Input L Chassis Ground W Channel B Output (Collector) X Channel B Output (Emitter) 1 Channel A Delay Inhibit 2 Channel B Delay Inhibit 6 Detector Address Bit No. 0 10 Detector Address Bit No. 1 15 Detector Address Bit No. 2 19 Data Transmit 21 Data Receive 5_9 6519.000 1_96 Specifications 134 All loop inputs shall be wired with shielded twisted pair leads to improve signal isolation. All grounds within the twisted pair leads shall be connected to a chassis ground bus bar on the back of the rack. (G) The external reset inputs (pin C) shall be bussed to a common and wired to the Detector Panel. (H) The channel loop outputs (_) shall not be bussed together in the rack assembly. (I) The channels shall be wired to the Detector Panel and labeled as follows: SLOT CHANNEL DETECTOR No. CHANNEL DETECTOR No. 1 2 3 4 5 6 7 8 1 B 2 3 B 4 5 B 6 7 B 8 9 B 10 11 B 12 13 B 14 15 B 16 (j) The Detector DC Supply (Pin B) shall be bussed to a common point and wired to the Detector Panel. (K) The Chassis Ground (Pin L) shall be bussed to a common point and wired to the Detector Panel. (L) The Data Transmit (Pin 19) shall be bussed to a common point and wired to the Detector Panel. (M) The Data Receive (Pin 21) shall be bussed to a common point and wired to the Detector Panel. (N) The Logic Ground (Pin A) shall be bussed to a common point and wired to the Detector Panel. (0) The Data Address Bits No. 0, No. 1, and No. 2 shall be connected to the logic ground as follows: SLOT CHANNELS BIT No. 0 BIT No. 1 BIT No. 2 1 1 _ 2 OFF OFF OFF 2 3 4 4 ON OFF OFF _ 3 5 6 OFF ON OFF 4 7 _ 8 ON ON OFF 5 9 _ 10 OFF OFF ON 6 11 _ 12 ON OFF ON 7 13 _ 14 OFF ON ON 8 15 16 ON ON On OFF = not connected, ON = connected to Logic Ground 6_9 6519.000 1_96 Specifications 135 4) Power Supply (1) General Requirements (A) The power supply shall be a shelf mounted, enclosed 24 VDC power supply capable of supplying a minimum of 3.6 amperes. The front panel of t . lower supply shall provide a power on LED, a power on off switch, an appropriate sized fuse for the 120 VAC input line, and a connector. The connector shall have a metallic shell which is connected to the chassis ground internally and shall mate with an MS 3106A 19 1SW cable connector. Connector pin terminations shall be as follows: PIN FUNCTION A AC Neutral B Reserved C 120 VAC Line D Reserved E 24 VDC Output F Reserved G Logic Ground H Chassis Ground I Reserved J Reserved (B) One Power Supply Cable per power supply shall be furnished and installed in each cabinet as shown on the plans. The wires shall be terminated to bus bars or to terminals on the front of the backpanel or detector panels 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. There shall be a minimum of ten (10) feet of cable from the mounting point on the panel to the connector. After all wires have been connected, the power supply cable shall be neatly bundled. 5) Functional Tests (1) General Requirements Any or all of the test described may be performed at the Department's Austin facilities. (1) In the presence mode, a class 1, 2, 3 and 4 vehicle stopped over a 6 x 6 foot three turn loop with 100 foot lead in shall be detected. Class 3 and 4 vehicles shall be continuously detected for a minimum of the time programmed for maximum presence or for at least one half hour. (2) All classes of vehicles moving over a 6 x 6 foot three turn loop with 100 foot lead in shall generate a single pulse output from the loop detector unit channel in the pulse mode. 7_9 6519.000 1_96 Specifications 136 (3) There shall be no crosstalk between adjacent loops connected to separate channels or loop detector units with or without a vehicle on one of the loops after the loop detector unit channels are adjusted. (4) A 6 x 6 foot three turn loop connected to a detector unit channel in the presence mode shall detect a class 3 vehicle for not less than 15 minutes and ahall, i'pc__ -ture of this vehicle from the zone of detection recover and, after one second, detect a class 2 vehicle. (5) The 6 x 80 foot loop connected to a detector unit channel with 100 feet of lead in shall detect class 2, 3 and 4 vehicles. The vehicles shall enter the zone of detection at ten miles per hour and stop. The class 2 vehicle shall be detected for a minimum of three minutes. Class 3 and 4 vehicles shall be detected for the time programmed for maximum presence. (6) The 6 x 30 foot loop adjusted (sensitivity) for any one class of vehicles shall not detect a numerically equal class vehicle passing 36 inches outside any part of the loop's perimeter. (7) A class 1 vehicle traveling at three miles per hour over either a 6 x 6 foot three turn loop with 100 foot lead in or a 6 x 30 foot quadrapole loop with 100 foot lead_in shall be detected. (8) A 6 x 6 foot loop with 100 foot lead in connected to a detector unit channel shall continue to operate normally while resistance to ground on one of either loop lead is varied from 100 megohms to 50 ohms gradually in a 15 minute period. As loop integrity is restored gradually in the same time interval, the unit shall continue to operate normally. (9) When an open circuit induced in a loop circuit is restored, the detector unit shall automatically become operational within 2 seconds, or upon termination of the time programmed for maximum presence. (10) A 150 picofarad capacitor will be connected in parallel across a functioning 6 x 6 loop with 100 foot lead in with a class 3 vehicle over the loop. The loop detector unit channel shall continue to function normally. (11) A loop detector unit channel connected to a 6 x 6 three turn loop with 100 foot lead in shall detect Class 2, 3, and 4 vehicles traveling from three miles per hour to 80 miles per hour. (12) A loop detector unit channel connected to a 6 x 80 foot single turn loop shall detect class 2, 3 and 4 vehicles moving at three miles per hour. (13) All of the above tests shall also be performed with 1000 foot lead_in except paragraphs 8 and 9. (14) Other NEMA environmental tests may be performed. 8_9 6519.000 1_96 Specifications 137 (15) The Engineer may require that two sample detector units, card rack, and power supply be forwarded to the department test facility in Austin for testing. 6) Documentation Requirements complete sets of docume- itation c' below shall be provided for every Digital Card Rack Inductive Loop Detector Assembly for the project. (1) Complete and accurate schematic diagrams. (2) Complete installation procedures. (3) Complete performance specifications (both electrical and mechanical) on the unit. (4) Complete parts list including names of vendors for parts not identified by universal part numbers such as JEDEC, RETMA, or EIA. (5) Pictorial of components layout on circuit board. (6) Complete maintenance and troubleshooting procedures. (7) Complete stage_by_stage explanation of circuit theory and operation. 7) Measurement The Detector Unit will be measured as each unit furnished, installed, made fully operational, and tested in accordance with this Special Specification. The Detector Card Rack will be measured as each unit furnished, installed, made fully operational, and tested in accordance with this Special Specification. The Power Supply will be measured as each unit furnished, installed, made fully operational and tested in accordance with this Special Specification. 8) 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 "Detector Unit ", "Detector Card Rack (8 Slot)" or "Power Supply ". This price shall be full compensation for all equipment described under this Item with all cables and connectors; all documentation and testing and furnishing all labor, materials, training, and equipment necessary to complete the work. 9_9 6519.000 1_96 Specifications 138 1993 Specifications (1) General. SPECIAL SPECIFICATION ITEM 6955 12 INCH LED TRAFFIC SIGNAL LAMP UNIT 1. Description. This specification describes the minimum acceptable design and performance requirements for a twelve (12) inch LED (light emitting diode) traffic signal lamp unit. 2. 12 INCH LED Traffic Signal Lamp Unit. (a) The LED traffic signal lamp unit shall be designed to retrofit existing traffic signal housings built to ITE Vehicle Traffic Signal Head Standards without the use of any special tools. (b) Installation of a retrofit replacement LED traffic signal lamp unit into an existing signal housing shall only require removal of the existing lens, reflector, and incandescent lamp, fitting of the new unit securely in the housing door, and connecting to existing electrical wiring or terminal block by means of simple connectors. (c) If proper orientation of the LED unit is required for optimum performance, prominent and permanent directional marking(s), that is an "UP arrow," for correct indexing and orientation shall exist on the unit. (d) The manufacturer's name, serial number and other necessary identification shall be permanently marked on the backside of the LED traffic signal lamp unit. A label shall be placed on the unit certifying compliance to ITE standards. (2) Physical and Mechanical Requirements. (a) The LED traffic signal lamp unit shall be a single, self_ contained device, not requiring on_site assembly for installation into an existing traffic signal housing. (b) The assembly and manufacturing process for the LED traffic signal lamp unit assembly shall be such as to assure all internal LED and electronic components are adequately supported to withstand mechanical shock and vibration from high winds and other vibration sources. 1_4 6955.000 9_98 Specifications 139 (c) Each LED traffic signal lamp unit shall comprise a UV stabilized polymeric outer shell, multiple LED light sources and a regulated power supply. LEDs are to be mounted on a polycarbonate positioning plate or conformally coated PC board. (3) Optical Light Output Requirements. (a) The LEDs shall be manufactured using A1InGaP (Aluminum Indium Gallium Phosphorous) technology or other LEDs with lower susceptibility to temperature degradation than A1GaAs (Aluminum Gallium Arsenic) LEDs. A1GaAs (Aluminum Gallium Arsenic) LEDs will not be allowed. (b) The color of the LED signal lamp shall be specified as on the plans. (c) Each LED traffic signal lamp shall meet minimum laboratory light intensity values, color (chromaticity), and light output distribution as described in ITE Standards, as shown in Section 11.04 Table 1 and Section 8.04 Figure 1 of the VTCSH (Vehicle Traffic Control Signal Head Standard). Each LED traffic signal lamp unit shall meet the minimum requirements for light output for the entire range from 80 to 135 volts. (4) Electrical. (a) Each unit shall incorporate a regulated power supply engineered to electrically protect the LEDs and maintain a safe and reliable operation. The power supply shall provide capacitor filtered DC regulated current to the LEDs per the LEDs' manufacturer's specification. (b) The LED traffic signal lamp unit shall operate on a 60 Hz AC line voltage ranging from 80 volts RMS to 135 volts RMS. The circuitry shall prevent flickering over this voltage range. Nominal rated voltage for all measurements shall be 117 volts RMS. (c) The LED traffic signal lamp unit shall be operationally compatible with controller units, conflict monitors, and malfunction management units currently used by the Texas Department of Transportation. (d) The module shall be designed to sense a loss of light output due to catastrophic LED failures of between 25 and 40 percent. Loss of light output due to LED failure will not be detected for losses of less than 25 percent but will be detected for any loss of light greater than 40 percent. The unit, upon sensing a valid loss of light, shall present an impedance of at least 500 Kohms to the AC line. 2_4 6955.000 9_98 Specifications 140 (e) Two, captive, color coded, 36 inches long, 600 V, 18 AWG minimum jacketed wires, conforming to the National Electric Code (NEC), rated for service at +105 C, are to be provided for an electrical connection. (f) One schematic diagram shall be provided for each LED lamp unit, a'ong ,:ny necessary installation instructi.nz (g) LEDs shall be arranged in no less than 5 equally loaded circuits. (h) The LED signal shall operate with a minimum 0.90 power factor. (i) Total harmonic distortion (current and voltage) induced into an AC power line by a signal module shall not exceed 20 percent. (5) Environmental Requirements. (a) The LED traffic signal lamp unit shall be rated for use in the ambient operating temperature range of _40 C to +74 C. (b) The unit shall be dust and moisture tight to protect all internal LED and electrical components. (c) The unit shall consist of a housing that is a sealed watertight enclosure that eliminates dirt contamination and allows for safe handling in all weather conditions. (6) Production Testing Requirements. (a) Each new LED traffic signal lamp unit shall be energized for a minimum of 24 hours at operating voltage and at a temperature of +60 C in order to cause any electronic infant mortality to occur, and to ensure electronic component reliability prior to shipment. (b) After the burn in procedure is completed, each LED traffic signal lamp unit shall be tested by the manufacturer for rated initial intensity at rated operating voltage. 3. Documentation Requirements. (1) Each LED traffic signal lamp unit shall be provided with the following documentation: (a) Complete and accurate installation wiring guide. (b) Contact name, address, telephone number for the representative, manufacturer, or distributor for warranty repair. 3_4 6955.000 9_98 Specifications 141 (2) The Contractor shall be required to submit a copy of the manufacturer's test report certified by an independent laboratory that the LED traffic signal lamp model submitted meets ITE Standards for light distribution, chromaticity, and power (consumption, power factor and harmonic distortion). 4. Warranty. The LFD traffic 'amp unit shall be warranted by the manufacturer against any failure due to workmanship or material defects within the first 60 months of purchase by Contractor. Repaired and replacement lamp units shall be warranted for the remainder of the original warranty period. 5. Measurement. This Item will be measured as each twelve (12) inch LED traffic signal lamp unit complete in place. 6. 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 "12 INCH LED Traffic Signal Lamp Unit", of the color and type specified. This price shall be full compensation for furnishing, installing and testing units and for furnishing all other materials, labor, tools, equipment and incidentals necessary to complete the work. 4_4 6955.000 9_98 Specifications 142 1993 Specifications SPECIAL SPECIFICATION ITEM 8217 ELECTRONIC COMPONENTS 1 Description. This Item shall govern for the furnishing and installation of electronic components used in the manufacture of all units of equipment. 2 Materials and Construction Methods. All components used shall, as a minimum, comply with Electronic Industries Association (EIA) and Joint Electronic Device Engineering Council (JEDEC) Specifications. Components shall generally be industry standard items and shall be available from several manufacturers. When special monolithic integrated circuits are necessary for cost effective designs, the multi source requirements may be waived at the discretion of the Engineer. Any electrical component weighing more than two (2) ounces shall be supported firmly by supports other than its own pins or electrical connectors. The circuit reference symbol for each component part shall be clearly marked next to the component where mounted. All components shall be down rated by 20 percent with regard to ambient temperature, applied voltage and power dissipation. The design life of all components, under 24 hours a day operating condition in their circuit application, shall not be less than ten (10) years, unless otherwise specified. Electronic components of two (2) and three (3) leads shall be soldered in place. The electronic circuitry shall be designed to ensure a reserve in the adjustment range from normal adjustment settings of all variable components. The range of adjustment shall be of sufficient magnitude to compensate for composite variations which may occur in the associated circuitry due to changes in part values during the normal or specified life of the device. The range of adjustment shall also be capable of compensating for variations resulting from replacement with parts within the specified tolerances. In addition to meeting the general requirements described above, the following specific requirements for different components shall also be satisfied: 1_5 8217.000 12_99 Specifications 143 (1) Capacitors. All capacitors shall be insulated and shall be marked with their capacitance value, working voltage and when applicable shall indicate polarity. Capacitors used shall be industrial grade. Capacitor encasements shall be resistant to cracking, peeling and discoloration due to humidity and changes in temperature. A capacitor which may be damaged by shock or vibration shall be supported mechanically by a clamp or fastener. Electrolytic capacitors shall be rated for at least 185 degrees F operation and shall not be used for capacitance values of less than 1.0 microfarad. If subjected, or possibly subjected to ripple voltage in excess of 10 percent of the actual D.C. voltage across the capacitor, the capacitor shall have a specific ripple or A.C. voltage rating. An aluminum electrolytic capacitor shall be used only in an application where it is continually energized. (2) Diodes. Diodes shall be marked with JEDEC part number, using either an industry approved color code or clearly legible printing. Polarity of diode shall also be indicated on the case by the use of the diode symbol, by the 360 degree band on the cathode end, or by the shape of case. Germanium diodes shall be permitted only when a low forward drop is required in logic circuit applications. Justification of such use shall be furnished for review and approval by the Engineer prior to incorporation into design. (3) Indicators. All indicators shall be solid state (LED). and shall have a minimum useful life of 25,000 hours. (4) Integrated Circuits. Every integrated circuit shall be subjected to at least one of the tests in each group shown below: Group 1 Stabilization Bake Temperature Cycling Power Burn in Group 2 Functional test with the device at the manufacturer's maximum specified temperature Static and dynamic test per manufacturer's data sheet 25 Specifications 8217.000 12_99 144 The manufacturer's part number and any information.required to properly install the integrated circuit assembly shall be clearly and legibly printed upon the package of all integrated circuits. (5) Potentiometers and Rheostats. Potentiometers used shall be industrial grade. The power rating of any potentiometer used shall be at least 100 percent greater than the maximum power requirements of the circuit. Potentiometers (excluding trimmer type potentiometers) of less than one (1) watt power rating shall not be used. (6) Printed Circuit Boards. (A) Design, Fabrication and Mounting. All printed circuit boards shall be made from NEMA Grade G_10 glass epoxy or the equivalent (refer to NEMA Publications No. L1 1_1982, Industrial Laminated Thermosetting Products). Circuit boards exceeding two (2) inches in any dimension shall have a nominal thickness of at least 1/16 inch. Circuit boards not exceeding two (2) inches in any dimension shall have a nominal thickness of at least 1/32 inch. Plated through holes shall be plated with the equivalent of one (1) ounce per square foot of copper. All electrical mating surfaces shall be made of non_corrosive material. The printed circuit board assembly shall be coated with a protective coating to combat mildew, moisture and fungus. Holes which carry electrical connections from one side of the board to the other shall be completely plated through. The design and fabrication of printed circuit boards and the mounting of parts and assemblies thereon shall conform to MIL STD 275 (latest revision) except as follows: 1. All semiconductor devices required to dissipate more than 250 milliwatts or any case temperature that is 20 F above ambient shall be mounted with spacers or transipads to prevent direct contact with the printed circuit boards. 2. When completed, all residual flux shall be removed from the printed circuit board. 3. The resistance between any two (2) isolated, independent conductor paths shall be at least 100 megohms when a 500 volt D.C. potential is applied. 35 Specifications 8217.000 12_99 145 Operating circuit components mounted on circuit boards shall be identified by characters which shall be legible and permanently printed on the circuit boards. The identifying characters shall be referenced to their respective components in the schematic diagram and in the parts list. (P) Soldering. Hand soldering shall comply with MIL_STD_55110. Automatic flow soldering shall conform to the following conditions: 1. Constant speed conveyor system. 2. Conveyor speed shall be the optimum to minimize solder peaks or points which form at component terminals. 3. Temperature control shall be within + or _ 10 F of the optimum range. 4. The soldering process shall result in the complete coverage of all copper runs, joints and terminals with solder except that which is covered by an electroplating process. 5. Wherever clinching is not used, a method of holding the components in the proper position for the flow process shall be provided. 6. If exposure to the temperature bath is of such a time_ temperature duration as to come within 80 percent of any component's maximum specified time temperature exposure, that component shall be hand soldered to the printed circuit board after the flow process has been completed. (7) Relays. Relays shall be replaceable without the use of special tools. All DC relays shall have diodes installed across the coils for transient suppression. (8) Resistors. Fixed composition insulated resistors shall be used conforming to the performance requirements of MIL_R_11. All resistors shall be insulated and shall be marked with their resistance value. Resistance values may be indicated by the EIA color codes. Resistors used shall be of 10 percent tolerance or better. The value of the resistors shall not vary by more than five (5) percent in the temperature range 0 F to plus 165 F. No resistors of a power rating exceeding two (2) watts shall be used unless special ventilation or heat sinking is provided. When used they shall be insulated from the printed circuit board. Resistors used shall be of the industrial grade and shall have a design life of at least 15 years. 4_5 8217.000 12_99 Specifications 146 (9) Transistors. Transistors shall be JEDEC registered devices. The JEDEC part number shall appear clearly evident on the case. Either the emitter or collector shall be designated as such by use of an industry approved marking technique. (10) Transformers. Transformers shall have the manufacturer's part number dearly and legibly printed on the case os frame. All leads of the transformer shall be color coded with approved Radio Electronics Television Manufacturers Association (RETMA) color code or numbered in a manner so as to facilitate proper installation. (11) Switches. Switch contacts shall be derated 50 percent from their maximum current ratings. 3. Measurement and Payment. The work performed, materials furnished, and all labor, tools, equipment and incidentals necessary to complete the work under this Item will not be measured or paid for directly, but shall be considered subsidiary to the various bid items of the contract. 5_5 8217.000 12_99 Specifications 147 1993 Specifications 1. Description. This specification describes the minimum acceptable design and performance requirements for a light emitting diode (LED) pedestrian traffic signal lamp unit. 2. Functional Requirements. (1) General. SPECIAL SPECIFICATION ITEM 8230 LED PEDESTRIAN SIGNAL LAMP UNIT (SYMBOLIC) (A) The lamp unit shall be designed to retrofit existing traffic signal housings built to the Institute of Transportation Engineers (ITE) Pedestrian Traffic Control Signal Indications standard without the use of any special tools. (B) Installation of a retrofit replacement lamp unit into an existing signal housing shall only require removal of the existing lens, reflector, and incandescent lamp, fitting of the new unit securely in the housing door, and connecting to existing electrical wiring terminal block. (C) If proper orientation of the lamp unit is required for optimum performance, prominent and permanent directional marking(s), that is an "UP" arrow, for correct indexing and orientation shall exist on the unit. (D) The manufacturer's name, serial number and other necessary identification shall be permanently marked on the backside of the lamp unit. A label shall be placed on the unit certifying compliance to ITE standards. (2) Physical and Mechanical Requirements. (A) The lamp unit shall be a single, self contained device, not requiring on_site assembly for installation into an existing traffic signal housing. (B) The assembly and manufacturing process for the lamp unit assembly shall be such as to assure all internal LED and electronic components are adequately supported to withstand mechanical shock and vibration from high winds and other sources. 1_4 8230.000 1_00 Specifications 148 (C) Each lamp unit shall comprise a W stabilized polymeric outer shell, multiple LED light sources, a regulated power supply and a polycarbonate back cover assembled in a silicon sealed unit. LEDs are to be mounted on a polycarbonate positioning plate or conformally coated PC board. (3) Optical and Light Outp,.. :;:�,iirements. (A) The LEDs shall be manufactured using A1InGaP (Aluminum Indium Gallium Phosporous) technology or other LEDs with low susceptibility to temperature degradation. A1GaAs (Aluminum Gallium Arsenic) LEDs will not be allowed. (B) The color of the lamp unit and whether it is a "Hand" (Don't Walk) or "Walking Person" (Walk) indication shall be as specified on the plans. (C) Each lamp shall meet minimum laboratory values for color (chromaticity) as described in the ITE Pedestrian Traffic Control Signal Indications standard. An independent lab report shall be supplied to TRF Signal Operations Lab for pre approval. (4) Electrical. (A) Each lamp unit shall incorporate a regulated power supply engineered to electrically protect the LEDs and maintain a safe and reliable operation. The power supply shall provide capacitor filtered DC regulated current to the LEDs per the LED manufacturer's specification. (B) The lamp unit shall operate on a 60 Hz AC line voltage ranging from 80 volts RMS to 135 volts RMS. The lamp unit circuitry shall prevent flickering over this voltage range. Nominal rated voltage for all measurements shall be 117 volts RMS. (C) The lamp unit shall be operationally compatible with controllers and malfunction management units (mmu) currently used by the Texas Department of Transportation. (D) Current conductors to the lamp unit shall be copper, 12 inches long, 221 degrees F insulation, and shall conform to the 1999 National Electric Code Article 402, "Fixture Wires". (E) One (1) schematic diagram shall be provided for each lamp unit, along with any necessary installation instructions. (F) LEDs shall be arranged in no less than five (5) equally loaded circuits for each lamp unit. (G) The lamp unit shall operate with a minimum 0.90 power factor. 2_4 8230.000 1_00 Specifications 149 (5) Environmental Requirements. (A) The lamp unit shall be rat€_ :— use in the ambient operating temperature range of _40 degrees F to +165 degrees F. 4. Warranty. (H) Total harmonic distortion (current and voltage) induced into an AC power line by the lamp unit shall not exceed 20 percent. (B) The lamp unit shall be dust and moisture tight to protect all internal LED and electrical components. (C) The lamp unit shall consist of a housing that is a sealed watertight enclosure that eliminates dirt contamination and allows for safe handling in all weather conditions. (6) Production Testing Requirements. (A) Each lamp unit shall be energized for a minimum of 24 hours at operating voltage and at a temperature of +140 degrees F in order to cause any electronic infant mortality to occur, and to ensure electronic component reliability prior to shipment. (B) After the burn in procedure is completed, each lamp unit shall be tested by an independent lab for rated initial intensity at rated operating voltage. 3. Documentation Requirements. (1) Each lamp unit shall be provided with the following documentation: (A) Complete and accurate installation wiring guide. (B) Contact name, address, telephone number for the representative, manufacturer, or distributor for warranty repair. (2) The Contractor shall submit a copy of a test report certified by an independent laboratory that the lamp model submitted meets ITE standards for light distribution, chromaticity, and power (consumption, power factor and harmonic distortion). (1) The lamp unit shall be warranted by the manufacturer against failure due to workmanship or material defects within the first 60 months of purchase by the Contractor. 3_4 8230.000 1_00 Specifications 150 (2) If any one (1) LED circuit should fail, it should be easily identifiable by visual inspection and replaced or repaired per the warranty. 5. Measurement. This Item will be measured as each LED pedestrian signal lamp unit complete in place. 6. 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 "LED Pedestrian Signal Lamp unit (Symbolic) ", of the type specified. This price shall be full compensation for furnishing, installing and testing units and for furnishing all other materials, labor, tools, equipment and incidentals necessary to complete the work. 4_4 8230.000 1_00 Specifications 151 1993 Specifications SPECIAL PROVISION TO SPECIAL SPECIFICATION 8230 -001 LED Pedestrian Signal Lamp Unit (Symbolic) For this project, Special Specification Item 8230, "LED Pedestrian Signal Lamp Unit (Symbolic)," is hereby amended with respect to the clauses cited below, and no other clauses or requirements of this Item are waived or changed hereby. Article 2. Functional Requirements, Subarticle (3) Optical and Light Output Requirements is supplemented by the following: (d) The color of the lamp unit and whether it is a "Hand" (Don't Walk) or "Walking Person" (Walk) indication shall be as specified on the plans. The symbolic messages shall be a minimum of 11 in. high and 6 in. wide. The "hand" (don't walk) symbol shall be portland orange in color and displayed on the left side of the signal head. The "walking person" (walk) symbol shall be lunar white in color and be displayed on the right. These colors shall be in accordance with the requirements set forth in the latest "Adjustable Face Pedestrian Signal Head Standard" of the Institute of Traffic Engineers. Both symbolic indications shall be solid. Outlined indications are not acceptable. 1 -1 8230 - -001 06 -02 152 1993 Specifications SPECIAL SPECIFICATION ITEM 8288 SPREAD SPECTRUM RADIO FOR TRAFFIC SIGNALS 1. Scope. This Item shall govern for furnishing and installing spread spectrum radios for use with traffic control systems. 2. Spread Spectrum Radio. The Spread Spectrum Radio shall consist of furnishing and installing the Spread Spectrum Radio, drop cables, connectors, power supply and lightning surge protector complete in place as shown on the plans. In addition to FCC requirements, the spread spectrum radios shall have the following operating characteristics as a minimum: FREQUENCY 902 928 MHz RANGE 15 Miles or greater REPEAT CAPABILITIES 1 repeater POWER 1.0 Watt Transmitting Power ENVIRONMENT Temperature range minus 22 F to 140 F FCC APPROVAL (Part 15) No License Requirements DATA CHARACTERISTICS Half or Full Duplex Operation as required per traffic signal equipment manufacturer's recommendation RS232C interface DB 25 connector at both ends of the cable 1,200, 2,400, 4,800, 9,600 bps or greater The radios shall be supplied with diagnostic software that shall be capable of testing the link between the master radio and the remote radios. The software shall be capable of detecting channels which are not adequate for the transmission of data and allow for the exclusion of these frequencies in the selection of frequencies to be scanned. 3. Radio Antenna. Radio antenna shall consist of furnishing spread spectrum radio antennas, drop cable, connectors and mounting hardware. This shall include all materials, labor and procedures required to completely install in place as shown on the plans. 1_4 8288.000 3_00 Specifications 153 Antenna, cable, and associated equipment shall be suitable for the location and the environmental conditions to be encountered and shall be selected to conform to the requirements of the transmitter and receiver. The radio antenna(s) shall have the following characteristics as a minimum: REMOTE SITE(S) Unidirectional (Yagi) Mounted vertically polarized MASTER SITE Omni directional ANTENNA FREQUENCY 902_928 MHz ANTENNA GAIN MAX 6 dB gain (dB refenced to half wave dipole) RANGE 15 Miles or greater IMPEDANCE MAX 50 ohm MEASUREMENT WIND RATING 125 miles per hour CONNECTORS Type "N" Male solder on connectors that match coaxial /h cable The antenna shall be mounted on either a traffic signal pole, an illumination pole, or a separate steel pole as directed by the engineer. The antenna shall be grounded to the metal support; at no time shall a wood pole or support be used. Complete manufacturer specifications shall be supplied for type of antenna. Specifications must include the exact gain for each antenna. Complete mounting hardware shall be included. Antenna system shall be set up according to manufacturer's recommendations. Antenna system shall be set up so that service to the entire point_multipoint system is free of any pattern distortions. 4. Cable. Cable shall consist of furnishing and installing the cable for the feedline that connects the Spread Spectrum Radios to the Antennas complete in place as shown on the plans. Each feedline (the cable that connects the transmitter /receiver to the antenna) shall be fitted with a connector, type "N" or better, and a coaxial protector (PolyPhaser IS SONX C2, Andrew APG BNFNF_ 090, Huber Suhner 3400 41 0048, or equivalent). The coaxi protector shall be mounted adjacent to and bonded to the cabinet ground bus. 2_4 8288.000 3_00 Specifications 154 Low loss cable shall be used for the feedline (LMR 400, Beldin 9913, or equivalent), and the cable type shall be selected to conform to the requirements of the transmitter and receiver and shall be suitable for the location and the environmental conditions to be encountered. Cable conductor and shield shall be copper only. Cable connectors shall be type N or better. Cable runs over 100 . feet in length shall be heliax type Complete manufacturer specifications shall be supplied for the type of cable used. Specifications shall include the amount of loss produced by different lengths (in linear feet) of cable. Installation of feedline connectors shall be in accordance with manufacturer's recommendations. Connectors that will be exposed to outdoor environments shall be weatherproofed according to manufacturer's recommendations. 5. Testing, Training, Documentation and Warranty. A test site survey shall be conducted by. the Contractor at each location prior to the installation of the radios and antennas to verify the capability of operation of the equipment. The Department reserves the right to conduct their own site survey as needed. The supplier of the spread spectrum radio system shall supervise the installation and testing of the equipment. A factory certified representative from the supplier shall be on_site during installation. Up to two (2) days of training shall be provided to personnel of the Department in the operation, setup and maintenance of the spread spectrum radio system. Instruction and materials shall be provided for a maximum of 20 persons and shall be conducted at a location selected by the Department. The Department shall be responsible for any travel, room and board expenses for its own personnel. Instruction personnel shall 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. All equipment shall have no less than 95 percent of the manufacturer's standard warranty remaining on the date that equipment invoices are submitted by the Contractor for payment. Any equipment with less than 95 percent of its warranty remaining will not be accepted by the Department. Ongoing software support by the manufacturer shall include updates of the spread spectrum radio software. These updates shall be provided free of charge during the warranty period. The update of the software to be NTCIP (National Transportation Communication for Intelligent Transportation System Protocol) compliant shall be included. 3_4 8289.000 3_00 Specifications 155 The manufacturer shall maintain a program for technical support and software updates following expiration of the warranty period. This program shall be made available to the Department in the form of a separate agreement for continuing support. 6. Measurement. This Item will be measured by each spread spectrum radio, L, each antenna and by the linear foot ..f ..able complete in place. 7. 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 "Spread Spectrum Radio ", "Antenna" of the types specified, "Coaxial Cable" and "Heliax Cable ". These prices shall be full compensation for furnishing, assembling and installing the spread spectrum radios, antennas, and the cable; for all mounting attachments; for all labor, tools, equipment, testing procedures and incidentals necessary to complete the work. 4_4 8288.000 3_00 Specifications 156 1993 Specifications FREQUENCY RANGE REPEAT CAPABILITIES POWER ENVIRONMENT FCC APPROVAL (Part 15) DATA CHARACTERISTICS REGULATED POWER SUPPLY PROGRAM REMOTE SITE(S) MASTER SITE ANTENNA FREQUENCY ANTENNA GAIN RANGE IMPEDANCE WIND RATING CONNECTORS SPECIAL PROVISION TO SPECIAL SPECIFICATION 8288 - -001 Spread Spectrum Radio for Traffic Signals For this project, Special Specification Item 8288, "Spread Spectrum Radio for Traffic Signals," is hereby amended with respect to the clauses cited below, and no other clauses or requirements of this Item are waived or changed hereby. Article 2. Spread Spectrum Radio. The table is voided and replaced by the following: 902 - 928 MHz 12.5 KHz Frequency Compatibility Frequency Stability +/-0.00015% in operating temp range 15 Miles or greater 1 repeater 1.0 Watt Transmitting Power Maximum (variable to lower power) Temperature range minus 30 F to 165 F No License Requirements Type acceptance under FCC Part 15.247 Half and Full Duplex Operation as required per traffic signal equipment manufacturer's recommendation RS232C interface DB -25 or DB -9 connector at both ends of the cable 20 — 180msec Data Turnaround Time Byte Length —10 Bits Selectable 1,200, 2,400, 4,800, 9,600 bps or greater Voltage 12 DC Amperage 3 Amp By vendor supplied software Article 3. Radio Antenna. The table is voided and replaced by the following: Unidirectional (Yagi) Mounted vertically polarized Omni - directional 902 -928 MHz MIN 6 dB gain for Omni (dB referenced to half wave dipole) MIN 9 dB gain for Yagi (dB referenced to half wave dipole) 15 Miles or greater MAX 50 ohm MEASUREMENT 125 miles per hour Type "N" Male solder -on connectors that match coaxial/heliax cable 1 -1 8288 - -001 12 -02 157 1993 Specifications SPECIAL SPECIFICATION 8964 Traffic Signal Controller Assembly (TS -2) 1. Scope. This specification sets forth the minimum requirements for a shelf - mounted 16 phase full- actuated solid state controller unit with internal Time -Based Coordination (TBC), railroad/fire (emergency vehicle) preemption, diamond intersection operation, and closed loop secondary operation in a traffic signal controller assembly and cabinet assembly. 2. Controller Unit. The controller unit shall meet the requirements of NEMA Standards Publication TS 2 -1998 (TS 2), latest edition. Where a difference occurs, these requirements shall govern. Unless otherwise specified on the plans a TS 2 Type 1 interface shall be provided. The cabinets for TS 2 Type 1 controllers are specified in this document. If a TS 2 Type 2 interface is specified, the controller cabinet shall be in accordance with the applicable sections of Special Specification, "Traffic Signal Controller Assembly." Each controller unit shall have a unique serial number that is permanently and neatly displayed on the face of the unit. If this serial number is not on the face of the unit, then an additional temporary label that is neatly printed or typed shall be affixed to the controller unit face. (1) Hardware Design Requirements - NEMA Controller. (a) The controller unit shall be completely solid state and digitally timed. All timing shall be referenced to the 60 Hz power line. The dimensions of the controller unit shall not exceed 12 inches high, 17.3 inches wide; 12 inches deep. Both TS 2 Type 1 and TS 2 Type 2 controllers shall be supplied with Port 1 SDLC and Port 2 RS 232. Connectors are defined by the TS 2 specification. Port 3 shall be capable of FSK communications with a 9 pin FSK connector, unless radio communications are specified in the plans, then a 9 pin RS 232 or 25 pin RS 232 connector shall be provided as appropriate. (b) The controller unit shall be built using one (1) or more circuit boards. All printed circuit boards shall be designed to plug into or out of a mother board or harness within the unit. Power supply, transformers, capacitors, and heat dissipating components are excepted from the above requirements. The design shall allow for removal or replacement of a circuit board without unplugging or removing other circuit boards. The unit shall be designed so that one (1) side of each board can be completely accessible for troubleshooting and testing the unit while it is still operating. This 1 -41 8964 10 -02 158 may be accomplished with extender boards or cables. This need apply to only one (1) circuit board at a time. No more than two (2) circuit boards shall be attached to each other to constitute a circuit sub - assembly. Attaching hardware shall use captive nuts or other purchaser acceptable method to secure the boards together. The boards shall be designed so that the purchaser can test and operate the controller unit with the boards separated. No circuit cuts shall be allowed on circuit boards in any of the equipment supplied. Any wire jumpers included on circuit boards shall be placed in plated 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 not acceptable. All Integrated Circuits (IC) with 16 or more pins shall be mounted in machine tooled sockets. All sockets shall have two (2) 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. Surface mount devices will be allowed. 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 -0. Other high quality sockets may be acceptable but must have prior approval of the Traffic Operations Division Signal Operations Engineer. Sockets meeting alternate specifications shall be subject to approval (in writing) by the Engineer. Zero (0) insertion force sockets will not be allowed. (c) 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 (1) per ring) 2. Phase(s) next to be serviced (one (1) per ring) 3. Presence of vehicle call (one (1) per phase) 4. Presence of pedestrian call (one (1) per phase) 5. Reason for Green tennination (one (1) per ring) (1) Gap -out (2) Maximum time -out (3) Force -off 6. Pedestrian service (one (1) per ring) 7. Max II in effect (one (1) per ring) (d) User programmed entries shall be stored and maintained in non - volatile memory. Battery power will not be allowed for this application. The controller unit shall be designed to operate properly with the logic ground isolated from the AC neutral (common). 2 -41 8964 10 -02 159 A high quality keyboard with a rated lifetime of 1 X 10 EXP 6 operations/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. An operator entry shall be provided that will enable /disable the audible sound output (default shall be enabled). (e) A direct reading alphanumeric liquid crystal display with back lighting shall be provided on the front panel of the controller unit. The display shall be clearly readable in ambient light including the cabinet light, in full sunlight, or in absence of light from a distance of three (3) feet, three (3) inches at a 45 degree angle. The display shall have an automatic time -out feature unless the display has an expected continuous life of 10 years or more, and shall have an operating temperature range of -34 °C to +74 °C. The display shall blank out approximately 10 minutes after the last keystroke is made.. The display shall be a minimum 40 character X 4 line display- The bidder may be required to supply literature which demonstrates that all display requirements of this specification are met prior to the awarding of the bid. (If an LCD contrast adjustment is required for visibility at temperature extremes, then the control shall be on the face of the controller unit, adjustable without the use of tools.) (2) Time Clock. The clock shall use the 60 Hz power line frequency as time base when power is present. The clock operating voltage range shall be 89 to 135 VAC over the temperature range of -34 °C to +74 °C. A 10 -year lithium battery shall maintain the time - of -day clock and digital data during a power outage lasting up to 30 days. Lead -acid, nickel- cadmium, or alkaline batteries are not acceptable. The Time Base clock shall be maintained to within +/- 0.005 percent at 20 °C and to within a +/- 0.02 percent over the specified operating temperature range as compared to Coordinated Universal Time (WWV) standard for a period of 30 days during periods when AC power is not applied. (3) Clock/Calendar Programming Requirements. (a) The clock shall be easily set to the year, month, day of month, day of week, hour, minute, and second. Automatic Daylight Savings Time shall be available by keyboard entry. The dates for fixed and floating holidays and special events shall be keyboard programmable by the user. Calendar Adjustments for leap years shall be automatic. The clock shall store sequences of operations in the form of 255 entries and 15 day plans, as shown in Table 1. (b) The structure and interrelationships of each type of program shall be in accordance with the following paragraphs. (i) A day plan shall consist of the following: 3 -41 8964 10 -02 160 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 of 10 actions per day plan. There shall be a minimum of 15 day plans. (ii) Each action in a day plan shall consist of a group of the following objects: * pattem (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 Texas MUTCD. It shall be possible to program each phase and overlap to flash either yellow or red via the front panel of the controller unit. This shall be accomplished by flashing the loadswitch driver outputs simultaneously. (iii) An Entry shall consist of time period implemented: day plan, month(s), date(s) of month, and day(s) of week. A minimum of 255 Entries shall be programmable. There shall be a copy feature that allows the transfer of entries between day plans. Other programming schemes that meet the functional intent are acceptable but require approval by the Traffic Operations Division Signal Operations Engineer. 4 -41 8964 10-02 161 (4) Program Requirements. (a) Programming. (b) (i) Programming of the controller unit shall be by the use of a keyboard and display on the front of the controller unit. Programming shall require only simple keystrokes aided by full menu displays. Ease of programming through a well organized menu structure and ease in interpreting the display shall be required for acceptance. The menu structure shall contain a main menu which contains options for all sections of the controller on one (1) screen Each option shall be selectable by a numeric entry. Each subsequent menu shall be a detailed breakdown of one (1) 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 used to display information shall be clear and unambiguous in their meaning. Numeric entries shall be in the Base 10 (decimal) number system. Entries in other number bases such as hexadecimal or binary are not acceptable. A user selectable four (4) digit (minimum) code shall be available to secure access to timing and configuration of the unit. Display features shall be available without the need to access the unit. The controller units shall be supplied with the code preset to be all zeros (0000). Internal DIP switches may be used to establish codes. Instructions for use of the access code shall not be provided on the face of the unit. (iii) A keyboard entered coded command (a series of commands or entries, not a single entry) shall be provided which will set all controller and TBC timings and entries to a default or inactive value. This coded command shall allow new values to be entered without first deleting prior entries. With the intersection display active, a keyboard command shall enable the keyboard for the user to place a call to each phase individually. Phase Operation. In NEMA operating mode, the controller unit shall provide as a minimum 16 possible phases and eight (8) possible overlaps. The overlaps shall be designated as A,B,C,D,E,F,G, and H. All overlaps shall be programmable through the keyboard and shall function as specified by TS 2. Each of the NEMA timing intervals shall be programmable for a minimum of eight (8) phases at a time from the same display screen in a spreadsheet format. The display may be rolled or paged down to display additional intervals or information. The controller unit shall have a copying mode whereby the user, after having programmed all intervals of one (1) phase may copy this information into all or 5 -41 8964 10 -02 162 selected remaining phases. Other versions of the copying process that meet the functional intent are acceptable. In addition to the modes defined by TS 2, the following modes shall be available on a per phase basis: 1. Soft Recall 2. Phase Omit The following configurations, as a minimum, shall be programmed within the controller unit and be user selectable: 1. 8 Phase NEMA 2. 8 Phase Sequential 3. NEMA phasing to the left of the barrier, sequential phasing to the right of the barrier (Quad Sequential). 4. 4 Phase Diamond 5. 3 Phase Diamond 6. Separate Intersection (see Section 2.(5)(a)) The controller shall have a configuration which allows user programmable rings (compatibility lines, reference points to assure there shall be no concurrent selection and timing of conflicting phases). A minimum of four (4) rings will be available in this configuration. The controller shall have programmable conflicting phase settings where simultaneous operation of compatible phases is not allowed. A 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 NEMA Standard Publication NTCIP 1202:1996 (TS 3.5) - National Transportation Communications for ITS Protocol (NTCIP) Object Definitions for Actuated Traffic Signal Controller Units. The TBC shall select and coordinate reversible left tum sequence operations (dual leading, leading and lagging, or lagging and leading left turns). It shall be possible to transfer operation from one (1) sequence to another at a preprogrammed time. Transfer shall take place at T -0 during coordination (see Section 2.(4)(d)(ii)). (c) Pedestrian Timing. Actuated pedestrian movements shall operate as follows: 1. When No pedestrian calls are present, the normal phase timings shall be effective for service of the intersection. 6 -41 8964 10 -02 163 2. When a pedestrian call is present, the call will be serviced by extended phase timings that account for pedestrian crossing times and override the normal phase timings. If the intersection is coordinated, it may drop out of coordination when servicing the pedestrian call if the pedestrian times exceed the vehicle splits. The controller shall return to coordination in the manner described in this specification after the call is serviced. The controller shall rest in main street Creen and Don't Walk when no actuated pedestrian calls are present. (d) Coordination. (i) A minimum of 16 timing plans, each with a unique cycle length and split combination, shall be required as per TS 2. Each of the 16 timing plans shall have three (3) unique offsets available. Cycle length selections are to be each changeable from 30 to 255 seconds in one (1) second increments. Split and offset selections adjustable from zero (0) to 254 in one (1) second increments. (ii) The coordinator shall reference a system -wide reference cycle timer (system cycle timer). The term T -0 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 amount the local cycle timer is behind the system cycle tinier. Example: If the offset is +10 seconds, T -0 (the point at which the local cycle timer is at zero (0)) will occur when the system cycle timer is at 10 seconds. There shall be two (2) modes of automatic coordination programming, fixed and floating force off modes. 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. Phase sequence desired 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.(4)(d)(v) below). 6. The offset of the first coordinated phase serviced in the sequence from the reference clock's T -0 in seconds. (iii) Using the above information in fixed force -off mode, the coordinator must perform the following functions for each pattern. 7 -41 8964 10 -02 164 1. Guarantee the coordinated phase(s) programmed time will be serviced in its entirety to achieve coordination between intersections (when not correcting). The programmed time of the first coordinated phase in the phase sequence shall start at T -0. 2. Calculate each phases' force off point (the point at which a phase's Green must terminate in order to not violate the following phase's 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 preceding a phase's force off point by its minimum time and the prior phase's clearance time). Any phase receiving a vehicle call before the end of vehicle permissive window will be serviced during the current cycle. 5. Calculate the end of each phase's pedestrian permissive window (the point preceding a phase's force off point by pedestrian Walk and pedestrian clearance times and the prior phase's clearance time). Any pedestrian call received by a phase before the end of 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 be serviced in full if a call was received before the beginning of permissive window and the phase does not terminate due to Gap out. Using the same information in floating force -off mode, the coordinator must operate in the same manner as fixed force -off mode except that if a non - coordinated phase is entered early, it will remain active only for the time programmed in the split time. Automatically setting the max timer in each split to accomplish this function is acceptable. (iv) No percentage inputs are allowed. Once the information for phase service is dated via the keyboard, 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 pedestrian Walk and clearance times violating the phase split time for any actuated ped. The coordinator shall be programmable to seek offsets by short-way (lengthening or shortening the cycle length up to 20 percent) and by dwell in the coordination phase awaiting the proper offset. The user shall determine which method and may program the longest permissible dwell times. 8 -41 8964 10 -02 165 (5) 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. (v) 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 (1) of the individual phases or phase pairs, as shown in Table 2. Compatible phase pairs shall not be forced to begin simultaneously. When establishing its offset from the reference point the coordinator shall reference only the leading edge of the sync pulse, regardless of its width. The intemal coordination and upload/download programs shall not interfere with normal intersection operation except when changing ring structure in the controller or active phases. These operations (changing ring structure and active phases) shall require a confirmation and put the controller in a flash condition and a restart sequence. The implementation of revised timing parameters loaded into the timer shall be programmed to occur only at points in the controller coordination cycles which do not alter the controller phase sequence. The controller unit may temporarily drop out of synchronization during the upload/download, but must continue to operate. (e) Time -Based Coordinator (TBC). The intemal reference sync pulse, from which the local offset is calculated, shall resync at midnight, or the resync shall be user programmable with a default to midnight. A pulse shall be generated whenever the Time -of -Day Clock shows a time which is an exact multiple of the current cycle length after this resynchronization. In case of a power failure, resync shall be calculated from the programmed resync time. The power failure recovery routine shall accommodate the case of a power failure at midnight. Diamond Operation. (a) Program Requirements For Diamond Operation. Phase numbers shall be assigned to traffic movements as shown on the diamond intersection layout of Figure 1. Overlap A (OL A) is defined as phases 1 +2. Overlap B (OL B) is defined as phases 5 +6. There shall be six (6) additional user programmable overlaps. All additional overlaps shall be programmable through the keyboard and shall function as specified by TS 2. The controller unit shall be programmable for four (4) phase and three (3) phase diamond operation as well as two (2) independent four (4) phase rings (separate intersection operation) as defined in Figure 2. 9 -41 8964 10 -02 166 The following modes shall be available for each phase and for the intervals identified as special intervals in three (3) phase and four (4) phase operation: 1. Maximum Recall 2. Minimum Recall 3. Pedestrian Recall 4. Detector locking and non - locking memory 5. Phase Omit The controller unit shall be designed to provide pedestrian phasing with phases 2, 4, 6, and 8. All timing entries and displays shall be available for phases three (3) and seven (7). The operation of the controller unit as a four (4) phase, three (3) phase, or separate intersection operation diamond shall be keyboard selectable. This shall be overridden while under Closed Loop System control or by TBC control. (b) Four Phase Operation. The controller unit shall perform the sequences for four (4) phase and/or six (6) phase diamond operation defined in Figures 3a to 3f. The normal four (4) phase operation sequence shall be 25->45->16->18. The six (6) phase operation sequence shall be 25- >35- >45- >16- >17 - >18. The point at which operation may be switched from four (4) phase to three (3) phase operation shall be at the clearance interval 2516B or 2518B to the three (3) phase clearance interval 2648. (c) Concurrent Timing Requirements. Refer to Figures 3a - 3f for the following descriptions: (i) Intervals 4516B and 4516C shall time concurrently with interval 16, however interval 16 may not terminate green until interval 4516C has timed out. (ii) Intervals 3516B and 3516C shall time concurrently with interval 16, however interval 16 may not terminate green until interval 3516C has timed out. (iii) Intervals 1825B and 1825C shall time concurrently with interval 25, however interval 25 may not terminate green until interval 1825C has timed out. (iv) Intervals 1725B and 1725C shall time concurrently with interval 25, however interval 25 may not terminate green until interval 1725C has timed out. (v) All left to right internal clearance times (intervals 4518B, 4517B, 3518B, 3517B, 2518B, 2517B, 2516B) shall use the same timing settings for minimum green, extension, maximum green, yellow clearance, and red clearance. 10 -41 8964 10 -02 167 (vi) All right to left internal clearance times (intervals 1845B, 1835B, 1745B, 1735B, 1645B, 1635B, 1625B) shall use the same timing settings for minimum green, extension, maximum green, yellow clearance, and red clearance. (vii)Separate timing settings for minimum green, extension, maximum green, yellow clearance, and red clearance shall be provided for each of the four (4) external clearance intervals (1825B, 1725B, 4516B, 3516B). (d) Diamond Detector Operation. Toe loop detector layout for three (3) phase, four (4) phase, six (6) phase, or separate intersection diamond operation shall be as defined in Figure 4. The detector operation defined shall be automatically loaded when any diamond sequences are selected. The controller unit software shall provide the logic for detector operation described below: (1) Detector 1. In four (4) phase operation: 1. Shall call phase six (6) if Overlap A is not green and phase seven (7) is not called. 2. Shall call phase six (6) if Overlap A is not green and phase eight (8) is not called. 3. Extend intervals 2516B, 2517B, 2518B, 4517B, 4518B, 3517B, and 3518B. In three (3) phase operation: call and extend phase one (1) (left tum) (ii) Detector 5. In four (4) phase operation: 1. Shall call phase two (2) if Overlap B is not green and phase three (3) is not called. 2. Shall call phase two (2) if Overlap B is not green and phase four (4) is not called. 3. Extend intervals 1625B, 1635B, 1645B, 1735B, 1745B, 1835B, and 1845B. In three (3) phase operation: call and extend phase five (5) (left tum) (iii) Detectors 2, 3, 4, 6, 7, and 8. These setback detectors (or detector sets) belong to the parent phases with the same number (e.g. detector two (2) belongs to phase two (2)) as shown in Figure 4. These detectors shall have a two (2) second delay set during red conditions of their parent phase. The detector(s) are used to extend during green. (iv) Detectors 11, 12, 15, 16, 17, and 18. These detectors are stopbar detectors and are used to call the associated parent phases shown in Figure 4. The parent phase green plus a call for that phase plus a 0.2 second gap on the detector shall disable the detector until the end of green. 11 -41 8964 10 -02 168 (e) (v) Detectors 9 and 10. In four (4) phase operation: 1. Shall extend phase two (2) if phase three (3) is called. 2. Shall extend phase two (2) if phase four (4) is called. 3. Shall call phase six (6) if Overlap A is not green and phase seven (7) is not called. 4. Shall call phase six (6) if Overlap A is not green and phase eight (8) is not called. 5. Extend intervals 2516B, 2517B, 2518B, 4517B, 4518B, 3517B, and 3518B. In three (3) phase operation: shall function as a phase one (1) calling detector during phase three (3) or four (4) and as a phase one (1) extending detector when a phase three (3) or four (4) call exists. (vi) Detectors 13 and 14. In four (4) phase operation: 1. Shall extend phase six (6) if phase seven (7) is called. 2. Shall extend phase six (6) if phase eight (8) is called. 3. Shall call phase two (2) if Overlap B is not green and phase three (3) is not called. 4. Shall call phase two (2) if Overlap B is not green and phase four (4) is not called. 5. Extend Intervals 1625B, 1635B, 1645B, 1735B, 1745B, 1835B, and 1845B. In three (3) phase operation: shall function as a phase five (5) calling detector during phase seven (7) or eight (8) and as a phase five (5) extending detector when a phase seven (7) or eight (8) call exists. Three Phase Operation. The controller unit shall be keyboard selectable for three (3) phase diamond operation. The controller unit shall perform the sequences for three (3) phase diamond operation defined in Figures 5a to 5b. The normal sequence of operation shall be 4 +8- >2 +6 - >1 +5. The point at which operation may be switched from three (3) phase to four (4) phase operation shall be through the transition phase sequence to four (4) phase interval 2516 as indicated in Figure 5a. The controller shall be programmable for simultaneous gap operation for phases four (4) and eight (8) in Three Phase Operation to allow a phase to extend out of a green rest state. When the phase(s) to be serviced next conflicts with both phases 12 -41 8964 10 -02 169 (6) Coordination Control Hierarchy. When the system switch is in the System position, the controller unit shall be under the control of the master controller or TBC. ( being serviced, both concurrent phases must reach a green rest state together before they terminate. Termination of the maximum timer or application of a force off . shall override this feature. The phases shall not be allowed to advance to a green interval beyond the rest state which might override defeat the simultaneous gap operation. In the absence of any on -line Closed Loop System control by a master controller, the internal TBC shall control the coordinated, free, and flash operation of the intersection when the system switch is in the System position. When a master controller brings the intersection on -line, its control shall supersede that of the internal time base coordination. When the system switch is in the Free position, the controller unit shall operate in a non - coordinated (free) mode. Preemption (PE). The internal preemptor supplied shall be easily programmable from the front panel for either railroad or emergency vehicle preemption sequences. 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. This shall be accomplished without adding external logic. The following intervals shall be provided as a minimum. Terminology may vary but the meaning must be clear. Additional unspecified intervals which may lead to confusion shall be programmable to zero (0). If abbreviations are used on the display, they shall be defined on the front panel. 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. (a) Preemption Timing Interval Definition. All intervals are sequential. 1. 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 zero (0) time is set, the interval shall be omitted. 2. PE Minimum Duration - The preempt sequence shall not terminate until the preempt input signal is removed and the Minimum Duration time has expired. 3. PE Minimum Green - Any vehicle signal that is Green at the time this interval becomes active shall not terminate uniess it has been displayed for at least the time programmed in this interval. If zero time is set the interval shall be omitted. 13 -41 8964 10 -02 170 4. 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. 5. 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 zero (0) time is set, the interval shall be omitted. 6. 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 (0) during emergency vehicle PE. 7. 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. 8. 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). 9. 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. 10. 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. 11. PE Max Call - This interval is the amount of time that a preempt call may remain active and be considered valid. When the preempt call has been active for this amount of time, the controller shall return to normal operation. The preempt call shall be considered invalid until the call is no longer active. Preempt Timing Interval Ranges. See Table 3. (b) The phases to be serviced following the preempt sequence shall be front panel keyboard programmablA. Preempt sequences shall be selectable using external inputs. Preempt priority shall be assigned with No. 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. The transition shall take place in a safe manner from any point in 14-41 8964 10 -02 171 the sequence meeting all Texas MUTCD requirements. Provisions shall be made to clear two (2) conflicting track phases from asingle preempt input. This may be provided by two (2) track clearance phases for a single preempt or by combining two (2) preempts. Preempt one (1) shall be reserved for a priority railroad preempt. If more than two (2) preempts are provided it shall be possible to delete the priority override for all but the railroad preempt. If a non- priority preempt is activated during another preempt cycle, the one (1) in progress shall continue through its entire cycle. If the second preempt input is still active when the first preempt is completed, the controller unit shall immediately go to all red flash or initiate the non - priority preempt. When all preempt inputs are removed, the controller unit shall proceed through the normal sequence to Return Red Clearance (Interval 9). Once the controller unit has entered the first timed interval following Preempt Delay (Interval 1), the sequence shall continue to the end even if the preempt call is dropped. If the call returns, the Minimum Preempt Duration (Interval 1) the controller unit should reinitiate track green and complete the preempt sequence. The controller unit shall be programmable to be in flash or in limited sequence during Interval 6. If flash is specified, the phases shall flash yellow or red as programmed from the front panel. 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. (c) In the event of a power interrupt as defined by TS 2, if the preempt command is present when power is restored, the controller unit shall power up in cabinet flash operation and remain there until the PE command is removed. (d) 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 three (3) seconds of yellow and a minimum of one (1) second of red clearance. Don't Walk shall be displayed throughout the preempt sequence unless a limited cycle is run. During a limited cycle (Interval 6) the pedestrian heads may be programmed to be dark. Preempt routines shall have priority over all controller functions. The controller shall be programmable to allow multiple track clearance phases either within a single preemption sequence or by mapping multiple preempts together in all modes of operation including three (3) phase and four (4) phase diamond modes. (8) Closed Loop Operation and Monitoring Software (CLS). (a) The controller software must either be capable of implementing the National Transportation Controller ITS Protocol (NTCIP) or be downward compatible with CLS masters supplied by the same manufacturer since January 1992 and provide all 15 -41 8964 10 -02 172 (9) necessary components to upgrade to NTCIP, as specified by the plans. Short haul FSK modems, necessary to operate the controller as a Closed Loop System secondary, shall be provided intemal to the timer. All necessary cables and communication ports needed for operation in a Closed Loop System cabinet shall be provided. The modems shall meet TS 2 environmental requirements for traffic signal equipment. (b) Window -based CLS software shall be provided (with a minimum of 5 licensed user per copy) that will allow the monitoring, setup, and programming of all controller unit timing entries, functions, and features. These functions and features shall include but not be limited to the following: 1. monitoring signal indications, detectors, alarms, and time based functions, 2. controller database error checking, 3. coordination parameters, 4. remote resetting of coordination errors, 5. toggle special function outputs from the controller, 6. receive reports and alarms generated from the controller, 7. setting up the dial -up modem for the traffic signal controller needed to accomplish the remote operation through the controller or the PC software. The setup strings for Hayes compatible modems (including Hayes, US Robotics, and Computer Peripherals modems as a minimum) shall be provided. (c) All capabilities from the controller keyboard shall be capable remotely through the computer interface through a telephone modem connection. The software shall not require that the controller unit be connected while making entries until the actual download/upload process. A cable shall be supplied to direct connect the controller to a PC in order to upload and download data as well as monitor the controller operation. Personal Data Assistants (i.e. Palm Pilot ® IPAC's ® or approved equal) shall be provided with all necessary cables and hardware to upload and download intersection - timing programs. The controller shall have a minimum of eight (8) detector inputs per intersection for use with Closed Loop 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 controller or on -street master. Allo .vanes in the software shall be made for., minimum of ,tight (8) system detectors at any local controller, in addition to any local detectors. NTCIP Compliance. (a) The controller software shall comply with the referenced National Transportation Communications for ITS Protocol (NTCIP) Standards when installed. The 16 -41 8964 10 -02 173 software shall comply with the version of the relevant NTCIP standards that are current at the date of this document, or a later version. The software shall comply with NEMA Standard Publication TS 3.2 -1996 (TS 3.2), the Simple Transportation Management Framework, and shall meet the requirements for Conformance Level 2. The software shall comply with NEMA Standard Publication TS 3.3 -1996 (TS 3.3), the Class B Profile, and shall include both an EIA/TIA 232 -E and an FSK modem interface for NTCIP based communications. (b) The software shall implement all mandatory objects of all mandatory conformance groups as defined in Global Object Definitions, NEMA Standard Publication NTCIP 1201:1996 (TS 3.4). * Configuration Conformance Group and Actuated Signal Controller Object Definitions, NEMA Standard Publication NTCIP 1202:1996 (TS 3.5). * Phase Conformance Group * Detector Conformance Group (c) The software shall implement all mandatory objects of all optional conformance groups as defined in Global Object Definitions, NTCIP 1201:1996: * Database Management Conformance Group * Time Management Conformance Group * Time Base Event Schedule Conformance Group * Report Conformance Group * STMF Conformance Group * PMPP conformance Group and Actuated Signal Controller Object Definitions, NTCIP 1202:1996. * Volume Occupancy Report Conformance Group * Unit Conformance Group * Special Function Confonnance Group * Coordination Conformance Group * Time Base Conformance Group * Preempt Conformance Group * Ring Conformance Group * Channel Conformance Group * Overlap Conformance Group 17 -41 8964 10 -02 174 * TS 2 Port 1 Conformance Group (d) The software shall also implement the following optional objects as defined in the Global Object Definitions, NTCIP 1201:1996: (e) * globalSetlDParameter * dbMakeID * eventLogOID * eventConfigAction * eventClassDescription The software shall also implement the following optional objects as defined in the Actuated Signal Controller Object Defmitions, NTCIP 1202:1996: * unitRedRevert * phaseDynamicMaxlimit * phaseDynamicMaxStep * phaseControlGroupTable * ringControlGroupForceOff * vehicleDetectorQueueLimit * vehicleDetectorFailTime * vehicleDetectorReportedAlarms * alarmGroupTable * specialFunctionOutputTable * preemptMinimumGreen * preemptMinimumWalk * preemptEnterPedClear * preemptState * preemptControlTable * ringControlGroupMax2 * ringControlGroupMaxlnhibit (1) All objects required by these procurement specifications shall support all values within its standardized range, unless otherwise approved by the project Engineer. The standardized range is defined by a size, range, or enumerated listing indicated 18 -41 8964 10 -02 175 (1) in the object's SYNTAX field and/or through descriptive text in the object's Description field of the relevant standard. Table 4 provides the current listing of known variances for this project. The controller shall be able to implement all NTCIP messages called for in the specification without any additional vendor specific /proprietary statements. (g) The software shall be supplied with full documentation, including a 3.5 inch floppy disk(s) and/or CD -K Ulvl Lontaining ASCII versions of the following M1B files in ASN.1 format: * the relevant version of each official NEMA Standard MIB Module referenced by the device functionality; and * if the device does not support the full range of any given object within a NEMA Standard MIB Module, a manufacturer specific version of the official NEMA Standard MIB Module with the supported range indicated in ASN.1 format in the SYNTAX field of the Object -Type macro. The filename of this file shall be the same as the standard MIB filename with the extension ".man". The software shall be supplied with full documentation, including 3.5 inch floppy disk(s) and/or CD -ROM containing ASCII versions of any and all manufacturer - specific objects supported by the device in ASN.1 format in a manufacturer - specific MIB with accurate and meaningful Description fields and supported ranges indicated in the SYNTAX field of the Object -Type macros. (h) The Manufacturer shall not place any restrictions as to the passage of any and all of this documentation to any of TxDOT. The Manufacturer shall provide a copy of Table 5 that has been completed to describe the operation of their controller including which objects are used and the procedures that are done with these objects to implement the functions listed using NTCIP. 3. Malfunction Management Unit (MMU). This specification sets forth the minimum requirements for a shelf - mountable, 16 channel, solid -state Malfunction Management Unit (MMU). The MMU shall meet, as a minimum, Section 4 of the NEMA Standards Publication TS 2 -1998. Where differences occur, this specification shall govem. (2) No circuit cuts shall be allowed on circuit boards in any of the equipment supplied. Any wire jumpers included on circuit boards shall be placed in plated 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 not acceptable. All Integrated Circuits (IC) with 16 or more pins shall be mounted in machine tooled sockets. All sockets shall have two (2) 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 beryllium copper subplated with nickel and plated with gold. All sockets shall have thermoplastic 19 -41 8964 10 -02 176 bodies meeting UL Specification 94V -0. Other high quality sockets may be acceptable but must have prior approval of the Traffic Operations Division Signal Operations Engineer. Surface mount devices will be allowed. Sockets meeting alternate specifications shall be submitted in writing with the bids. Zero (0) insertion force sockets will not be allowed. The design shall allow for removal or replacement of a circuit board without unplugging or removing other circuit boards. (a) (b) The unit shall be designed so that one (1) side of each board can be completely accessible for troubleshooting and testing the unit while it is still operating. This may be accomplished with extender boards or cables. This need apply to only one (1) circuit board at a time. One (1) set of extender boards (if required to meet Section 3.(2)(a) above) for every 10 MMU's ordered or portion thereof shall be provided with the order. No more than two (2) circuit boards shall be attached to each other to constitute a circuit assembly. Attaching hardware shall use captive nuts or other acceptable method to secure the boards together. Alternate methods shall be submitted in writing with the bids. The boards shall be designed so that the purchaser can test and operate the controller unit with the boards separated. If this specification is used to support the purchase of a complete controller assembly, the unused red circuits shall be connected to the AC Line in the controller cabinet. (3) The MMU shall be pre - programmed according to Table 6. (4) Each MMU shall have a unique serial number that is permanently and neatly displayed on the face of the unit. If this serial number is located elsewhere on the unit, then an additional temporary label that is neatly printed or typed shall be affixed to the MMU face. 4. TS 2 Cabinet Assembly. This specification describes the minimum acceptable requirements for a TS 2 cabinet assembly to house a NEMA TS 2 Type 1 solid state full - actuated controller unit. The assembly shall include the cabinet, flasher, load switches, card racks, 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. All cabinets shall include appropriate mounting hardware. (1) Cabinet Design Requirements. (a) The cabinet shall be constructed using unpainted sheet aluminum with a minimum thickness of 0.13 inch. No wood, wood fiber products, or other flammable material shall be used in the cabinet. All welds shall be neat and of uniform consistency. (b) The size of the cabinet shall be size five (5) or size six (6) as defined by TS 2 Clause 7.3 of the NEMA Standard Publication TS 2 -1998, as specified by the plans. The load bay shall be configuration 3 (12 position) or configuration 4 (16 20 -41 8964 10 -02 177 position) as defined by TS 2 Clause 5.3, as specified by the plans. See Table 7 of Attachment. Two (2) aluminum lifting eyes or ears shall be attached to the cabinet with a single carriage bolt each to permit lifting the cabinet with a sling. The corners of each eye or ear shall be rounded. (c) Vertical shelf support channels shall be provided to permit adjustment of shelf location in the field. The channels shall nave a single continuous slot to allow shelves to be placed at any height within the cabinet. Channels fixed notches or holes are not acceptable. 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. Shelves shall be at least 13 inches deep and be located in the cabinet to provide a 0.5 inch clearance between the back of the shelf and the back of the cabinet. A 1.5 inch 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 up to 50 pounds in mass when fully extended. The drawer shall open and close smoothly. Drawer dimensions shall make the maximum use of available depth offered by the controller shelf and be a minimum of 23.5 inches. Two shelves shall be provided in the cabinet and shall be at minimum 12 inches apart in height. There shall be sufficient shelf space to accommodate a controller unit 13 inches high, a MMU, up to two (2) eight (8) position card racks and extemal power supply. An additional space 12 inches high x 12.8 inches wide x 12 inches deep shall be provided. The controller unit, MMU, card racks, and power supply shall be placed on the shelves in such a manner that sufficient ventilation is provided to all components. Labels showing the proper placement of each component shall be provided along the shelves to ensure proper placement. The cabinet shall be vented and cooled by two (2) thermostatically controlled fans. The fans shall be a commercially available model with a capacity of at least 95.3 cubic feet per minute. The thermostats shall have an adjustable range of 20 °C to 43 °C. A press -to -test switch shall be provided to test operation of the fans. (d) The cabinet shall be provided with a unique five (5) digit serial number which shall be stamped directly on the cabinet or engraved on a metal or metalized mylar plate, epoxied or riveted with aluminum rivets to the cabinet. The digits shall be at least 0.2 inches in height and located on the upper right sidewall of the cabinet near the front. (2) Cabinet Door. The cabinet shall be provided with one (1) door in front that will provide access to the cabinet. The door shall be provided with three (3) hinges with non - removable stainless steel pins, or a full length piano hinge with stainless steel pins spot welded at the top of the hinge. The hinges shall be mounted so that it is not possible to remove them from the door or cabinet without first opening the door. The 21-41 8964 10 -02 178 (3) 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 load of 50 pounds per vertical foot 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 cabinet body when the load is removed. The cabinet door shall be fitted with a Number 2 Corbin lock and a cast aluminum or chrome plated steel handle with a 0.63 inch (minimum) diameter shaft (or equivalent cross - sectional area for a square shaft) and a three (3) point latch. The lock and latch design shall be such that the handle cannot be released until the lock is released. One (1) 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 0.4 inch. 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 Engineer approval during inspection. 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 (6) 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 (1) brass key. The intake for the vent system shall be filtered with a permanent air filter. The minimum filter dimensions shall be 16 inches wide x 12 inches high x one (1) inch deep. 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 openings no larger than 0.01 squared inches. The total free air opening of the exhaust vent shall be large enough to prevent excessive back pressure on the fan. Wiring. All wiring within the cabinet shall be neat and routed such that opening and closing the door or raising or lowering the back panel will not twist or crimp the wiring. All wiring hamesses 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. All SDLC cabling shall be Belden #7203A or approved equivalent. 22-41 8964 10 -02 179 (a) Size. (i) 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 16 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. (ii) 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. (b) A barrier terminal block with a minimum of three (3) compression fitting terminals designed to accept up to a No. 4 AWG stranded wire shall be provided for connection of the AC power lines. The block shall be rated at 50 amperes. All terminals shall be permanently identified in accordance with the cabinet wiring diagram. Where through -panel solder lugs or other suitable connectors are used, both sides of the panel shall have the terminals properly identified. Identification shall be permanently attached and as close to the terminal strip as possible and shall not be affixed to any part which is easily removable from the terminal block panel. (i) 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. (ii) 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. (iii) Each flash transfer base and power relay base shall be properly identified with no possible obstructions. (iv) Each harness within the cabinet shall be distinctly identified by function on the connector end. (v) The flasher socket shall be distinctly identified with no possible obstruction. (vi) All other sockets needed within the cabinet to fulfill the minimum requirements as indicated on the plans, or attachments thereof, shall be distinctly identified. The controller unit harness (A plug) shall be long enough to reach any point 15.75 inches above the timer shelf. The MMU hamess and any required auxiliary harness shall reach 24 inches from the MMU shelf. 23 -41 8964 10 -02 180 (c) An unused, spare terminal block providing 10 terminals shall be provided. This block shall be double 8 -32 X 5/16 inch binder head screw design with shorting bars. These terminal strips shall be located on the lower third of either side of the cabinet. Copper ground buses shall be provided for both the power supply neutral (common) and chassis ground. Each bus bar must provide a minimum of 10 unused terminals with 8 -32 X 5/16 inch or larger screws. The AC neutral and chassis ground buses shall be jumpered together with a minimum No. 10 AWG wire. Two 20 ampere and one 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 (Ground Fault Circuit Interruption) receptacle, modem duplex receptacle, and fans. The other 20 ampere breaker shall be for the two- circuit flasher. The 50 ampere breaker shall protect the signal load circuits, controller circuits, MMU, and card rack detector power supply. The breakers shall be Square "D" QUO 150 Series, or equivalent. 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. 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 ampere circuit breaker. The above breakers are in addition to any auxiliary fuses which may be furnished with the controller to protect component parts, such as transformers, etc. The cabinet shall include a pluggable surge protection unit on the AC service input that meets of exceeds the following requirement: (EDCO SHA -1250 or equivalent utilizing 12 pin and 2 guide pins Beau connectors). The surge arrestor shall be multi stage series hybrid type power line surge device. The sure arrestor shall be installed between the applied line voltage and earth ground. The unit shall have 2 LED indicators for operational display status. The surge arrestor shall be capable of reducing the effect of lighting transient voltages applied to the AC line and provide filtering that conforms to 50 kHz with a minimum insertion loss of 50db. The arrestor shall conform to the following: Peak surge current for an 8 X 20 microsecond waveform; 20,000 A for 20 occurrences. Clamp voltage at 20,000 A; 280 V ,nax. Maximum continuous operating current at 120 V /60 Hz: 15 A Series Inductance: AC line /AC Neutral — greater than 20 microhenry typical. Response time: ( <a nanosecond) Voltage never exceeds 280 V during surge. 24 -41 8964 10 -02 181 Temperature range: -40 °C to +85 °C Spike suppression for +/- 700 V spike: +/- 40 V deviation from sine wave all phase angles between 0 and 180 degrees. The arrestor shall have the following terminals: 1) Main Line (AC line first stage terminal) 2) Main Neutral (AC neutral input terminal) 3) Equipment Line In (AC line second stage input terminal, 10A) 4) Equipment Line Out (AC Line second stage output terminal, 10A) 5) Equipment neutral out (neutral terminal to protected equipment) 6) Ground (GND) (earth connection). The arrestor shall be encapsulated in a flame - retardant material. The equipment line out shall provide power to the controller. The suppresser ground connection shall be connected to the cabinet by means of a short, heavy copper ground strap. The strap shall be bounded to the cabinet. (d) The suppresser shall be connected to the line filter as recommended by the manufacturer. Number 10 AWG or larger wire shall be used for connections to the suppresser, line filter and load switch bus. A fluorescent light, with switch and a rapid start ballast, shall be installed in the cabinet. This light shall be turned on when the cabinet door is opened, and turned off when the cabinet door is closed. An MOV (Metallic Oxide Varister) or other such transient suppression device shall be placed across the AC power input to the light. A radio frequency interference (RFI) suppresser shall be provided and installed on the load side of the signal circuit breaker and shall be protected by the surge protector. This filter shall be rated at 50 amperes and shall provide a minimum attenuation of 50 decibels over the frequency range of 200 Kilohertz to 75 Megahertz. Transient suppression devices shall be placed on the coil side of all relays in the cabinet. DC relay coils shall have, as a minimum, a reversed biased diode across the coil. AC relays shall have MOV's or equivalent suppression across their coils. RC networks are acceptable. One (1) suppression device shall be supplied for each relay. (e) 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. 25 -41 8964 10 -02 182 The outgoing traffic control signal circuits shall be of the same polarity as the line side of the power source. 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. (t) A switch shall be provided near the Test - Normal switch to cause the controller unit, and any auxiliary equipment, to stop timing. It shall be labeled "Stop Timing ". The cabinet shall be wired so that activation of the MMU will cause the controller unit, and any auxiliary equipment, to stop timing. (g) Conflict and manual flash shall be wired for all red. The cabinet shall be designed and equipped with enough transfer relays for the purchaser to change any mainstreet indications (movements two (2), six (6), and/or one (1), five (5)) to amber for the conflict and/or manual flash operation on the face of the back panel or a side panel, using only simple tools. Transfer relays shall be the plug -in type manufactured by Midtex (Part No.136- 62T3A1) or AEMCO (Part No.136- 4992), or equivalent. The relays shall have contacts a minimum of 3/8 inch diameter in size and shall be rated at a minimum of 30 Amps 102/240 VAC, 20 Amps 28 VDC. The red enable and remote reset from the MMU shall be terminated on the face of the back panel. A 75 amp, solid state relay shall be wired between the RFI filter output and the load switch power bus. The relay shall be controlled by the signal shutdown switch and the flash switch. The relay shall be mounted to a heat sink designed to allow maximum current flow at 74 °C without damaging the relay. All exposed AC wiring points, including the RFI filter, surge suppresser, and solid state relay shall be covered with a clear non - conductive plastic cover to prevent accidental contact. Unless otherwise noted in this specification, wiring at terminal strips is exempt from this requirement. 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. 5. Detector Panel and Card Rack. The cabinet shall have a 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. 26 -41 8964 10 -02 183 (1) Detector Card Rack. (a) The card rack for cabinet configurations one, two, and three (12 position backpanel) shall be TS 2 detector rack configuration 2 and shall accommodate up to eight (8) two (2) channel TS 2 detector units. Two card racks, one TS 2 detector rack configuration 1 and one TS 2 detector rack configuration 2, shall be provided for cabinet configuration four (16 position backpanel) and shall accommodate up to twelve (i two (2) channel TS 2 detector units. 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. All wiring to the rack shall be labeled and neatly run to other parts of the cabinet and detector termination panel. All loop inputs shall be wired with shielded twisted pair leads (Belden 9451, 2 conductor, 22 AWG w/24 AWG drain wire, shielded cable or approved equivalent) to improve signal isolation. All grounds within the twisted pair leads shall be connected at the detector terminal panel. The slots shall be numbered one (1) to eight (8) 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. (b) The Detector DC Supply shall be bussed to a common point and wired to the Intersection Detector Panel. The Chassis Ground shall be bussed to a common point and wired to the Detector Panel. The Logic Ground shall be bussed to a common point and wired to the Detector Panel. The Data Address for the detector channels shall be according to TS 2. (2) Detector Panel. (a) The Detector Panel shall provide all connections between the detector loops and the detector amplifiers. The panel shall be constructed of 0.13 inch aluminum. The panel shall contain a three (3) inch horizontal slot in each comer to accommodate 0.25 inch mounting bolts. (b) All inputs from the loops shall be brought through posted 10 -32 X 5/16 inch binder screw terminals. 27 -41 8964 10 -02 184 (c ) Each loop pair shall be protected by lightning surge suppressers prequalified for use on loop detector inputs by the Departments' Traffic Operations Division Signal Operations Section. The suppressers may be mounted either on the front or behind the panel. The detector panel for cabinet configurations one, two, and three (12 Position) shall provide the following connection points as a minimum for sixteen (16) detectors: Connection Point No. of Connection Points External 24 V Power Supply 1 Loop Inputs 32, Two (2) for Each Detector Logic Ground 1 Spares 6 Chassis Ground Bus 1 Bus The detector panel for cabinet configuration four (16 Position) shall provide the following connection points as a minimum for twenty -four (24) detectors: Connection Point No. of Connection Points External 24 V Power Supply 1 Loop Inputs 48, Two (2) for Each Detector Logic Ground 1 Spares 0 Chassis Ground Bus 1 Bus A chassis ground bus bar shall be provided on the panel and connected to the cabinet by an insulated braided copper ground strap and shall be tied to the loop lead -in grounds. The strap shall be bonded to the cabinet. An additional neutral bus bar shall be provided on the panel and tied to the pedestrian commons. Toggle switches shall be provided to permit the user to input a vehicle or pedestrian call to the control unit. Switches will be provided as follows: - 16 vehicle and 8 pedestrian switches shall be provided on 12 position cabinets; - 24 vehicle and 8 pedestrian switches shall be provided on 16 position cabinets. 6. Preempt/Communication Panel. (1) A preempt/communication panel shall be provided that contains all interface circuits and wiring for preemption and communication functions. The panel shall be located on the left side of the cabinet interior. (2) Three (3) 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 28 -41 8964 10 -02 185 by service personnel shall be supplied to connect the extemal input. It shall be possible to use either a neutral or hot 120 VAC input. Relays used shall be plug -in Potter Brumfield K10P series /Magnecraft W -78 series or interchangeable equivalent. The relays shall be mounted in relay sockets. Adequate protection of the input relay circuits as well as the preemptor circuitry shall be provided to eliminate damage or false preemption commands caused by line transients or lightning surges. The devices shall have a minimum rating of 20 Joules. Three (3) momentary test switches, one (1) 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. All necessary interconnection cables and mounting hardware shall be provided. (3) 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 ". Terminal connections for two (2) twisted pair communication lines shall also be provided with a coordinated four (4) stage electrical 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 four (4) stage protection shall be provided in an integrated closure with input/output terminations and ground connection. 7. Power Supply. The power supply shall be a shelf mounted, enclosed, 24 VDC power supply in accordance with Clause 5.3.5 of the NEMA Standards Publication TS 2 -1998. One (1) 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 backpanel, 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. S. Two Circuit Solid State Flasher. The solid state, two (2) circuit flasher shall meet the electrical and physical characteristics described in Clause 6.3 of the NEMA Standards Publication TS 2 -1998. The flasher shall be Type III (dual circuit rated at 15 Amps per circuit) unit and so constructed that each component may be readily replaced if needed. The two (2) circuit flasher shall be of solid state design and contain no electro - mechanical devices. 9. Load Switch. The solid state load switches shall meet the requirements set forth in Clause 6.2 of the NEMA Standards Publication TS 2 -1998, and shall be "Triple- Signal Load Switch" type. 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. 29 -41 8964 10 -02 186 10. Documentation. (1) Each cabinet shall be provided with the following documentation: (a) Three (3) complete, accurate, and fully legible diagrams and one (1) schematic for every electronic device. This shall include but not be limited to cabinet wiring, back panel, detector panel, power panel, preempt panel, flasher circuit, load switch, and card rack power supply diagrams. (b) Complete parts list including names of vendors for parts not identified by universal part numbers such as JEDEC, RETMA, or EIA. (c) Manufacturer's specifications for cooling fans which includes the CFM rating of fans. (2) Each controller unit shall be provided with the following documentation: (a) One (1) service manual per unit which includes description of controller unit, description of its operation, and basic maintenance and troubleshooting information. (b) Two (2) complete, accurate, and readable schematic diagrams for all circuitry in the controller unit. One (1) set of these diagrams may be included in the service manual. (c) Complete parts list including names of vendors for parts not identified by universal part numbers such as JEDEC, RETMA, or ETA. This may be included in the service manual. (d) Pictorial of components layout for each circuit board or individual component identification permanently printed on each circuit board. Regardless of which of the above is provided, each electronic component on the board will need to be clearly identified or labeled. This may be included in the service manual. (3) Each MMU shall be provided with each of the following documentation: (a) Complete and accurate diagram. (b) Complete parts list including names of vendors for parts not identified by universal part numbers such as JEDEC, RETME, or EIA. (c) Pictorial of component's layout on circuit board(s). (d) One service manual per unit which includes description of MMU unit, description of its operation, and basic maintenance and troubleshooting information. (4) Contractors shall be prepared to furnish NEMA certification for the complete cabinet assembly from an independent laboratory. 11. Other Requirements. The Contractor's facilities shall be of sufficient size and staffing that any and all warranty repairs to the cabinet assembly provided can be made on a timely basis. Timely return of equipment is interpreted as a period of time no longer than 18 calendar days from the date of receipt by the Contractor to the return receipt of the equipment at the 30 -41 8964 10 -02 187 specified location. This requirement may be met by field service. Failure to meet these requirements may result in rejection of future bids. The controller cabinet shall be delivered on four (4) inch x four (4) inch runners covered with 0.5 inch plywood to facilitate handling. Runners consisting of stacked two (2) inch x two (2) inch boards are not acceptable. 12. Test and Acceptance of Controller Cabinet Assembly. The Contractor shall supply controller cabinet assemblies that have been burned in for a period of 48 hours at a temperature of 60 °C or for a period of 96 hours at a temperature of 23 °C. A certification shall be included with or attached to each controller cabinet indicating the dates of the burn in period, number of hours, and the burn in temperature. The controller cabinet assembly may be run under load in a shop environment for a period of at least 120 hours. During this time the entire controller cabinet assembly will be inspected for compliance with the specifications. (2) Any or all tests described in NEMA Standard Publication TS 2 -1998 may be performed on the complete controller cabinet assemblies on a random sample basis. Environmental sampling and testing shall be in accordance with the Construction Division, Manual of Testing Procedures, Test Method Tex - 1170 -T. If any of the assemblies fail any of the tests, the Contractor will be permitted to make one (1) complete repair of the order on a timely basis which will be determined by the Engineer and the testing will be redone. The Contractor shall reimburse the state for any retesting required during acceptance. The cost of each retest will be based on time and charges and is estimated at $1,500.00 per test. Minor discrepancies noted in sampling and test of this item received shall be corrected within a maximum of 30 days of written notice of the discrepancies or as stated in the notice. Major discrepancies that in the opinion of the Engineer, will substantially delay receipt and acceptance of the item will be cause for cancellation of the contract. Discrepancies found in partial shipments shall be corrected prior to the delivery of subsequent shipments. The traffic signal controllers and cabinets shall be identical to the approved pre - shipment sample. Any deviations from the approved sample shall be submitted for evaluation and approval before any shipment is accepted for payment. Deviations from the approved sample after shipment of any parts of the order shall be cause for rejection and non - payment of the remainder of the order. Excessive delays or noncompliance by the Contractor at any point in the approval process may be cause for rejection of equipment furnished for this project. Date of acceptance will he the date that the controller cabinet assembly is approved by Materials and Pavements Section of Construction Division. (1) (3) 13. Warranty. The cabinet assembly including all contents shall be fully warranted for parts and labor for a minimum of two (2) years from the date of acceptance. 31 -41 8964 10 -02 188 14. Measurement and Payment. Work performed and materials furnished in accordance with this Item and attachments will not be measured or paid for directly, but will be considered subsidiary to Item 680, "Installation of Highway Traffic Signals ". 32 -41 8964 10 -02 189 TIMING INTERVAL TIME (Seconds) INCREMENTS (Seconds) 1. PE Delay (Emergency vehicle preempt) 0 -999 ..... r. '. '. • C •--� 2. PE Minimum Duration 0 -999 3. PE Minimum Green 0 -255 4. PE Minimum Walk 0 -255 5. PE Ped Clearance 0 -255 6. PE Track Green 0 -255 7. PE Dwell Green 1 -255 8. PE Exit Ped Clear 0 -255 9. PE Exit Yellow 3.0 -25.5 10. PE Exit Red Clearance 0 -25.5 11.PE Max Call 0 -999 Global Time Base Schedule Actuated Traffic Signal Schedule entry Months dates of month days of week day plan Time Base Actions 1 1 -12 1 -31 1 -7 1 -15 entry 1 actions -- 2 &5,4 &5, 1 & 6, or 1 & 8 255 " entry 255 actions CONFIGURATION Coordinated Phase(s) 8 Phase NEMA dual ring and 34) Diamond Quad Sequential 8 Phase Sequential 46 Diamond Individual — 4 or 8 2, 4, 6, or 8 Pairs 2 &6or4 &8 2 &6 -- 2 &5,4 &5, 1 & 6, or 1 & 8 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 TRAFFIC SIGNAL CONTROLLER ASSEMBLY (TS 2) ATTACHMENTS TABLE 1 TABLE 2 TABLE 3 33 -41 8964 10 -02 190 Object MINIMUM PROJECT REQUIREMENTS NTCIP 1201:1996 moduleType Value 3 . dbCreateTransaction All Values dbErrorType All Values globalDaylightSaving Values 2 & 3 maxTimeBaseScheduleEn tries 255 maxDayPlans 15 maxDayPlanEvents 10 maxEventLogConfigs 255 eventConfigMode Values 2 thru 5 eventConfigAction Values 2 & 3 maxEventLogSize 255 maxEventClasses 7 maxGroupAddress 2 NTCIP 1202:1996 maxPhases 16 phaseStartup Values 2 thru 6 phaseOptions All Values maxPhaseGroups - 2 maxVehicleDetectors 32 vehicleDetectorOptions All Values maxPedestrianDetectors 8 unitAutoPedestrianClear All Values unitControlStatus All Values unitFlashStatus All Values unitControl All Values maxAlarmGroups 1 maxSpecialFunctionOutputs 8 coordCorrectionMode Values 2 thru 4 coordMaximumMode Values 2 thru 4 coordForceMode Values 2 & 3 • maxPattems 48 pattemTableType Either 2 or 3 maxSplits 16 splitMode Values 2 thru 7 localFreeStatus Values 2 thru 11 maxTimebaseASCActions 255 maxPreempts 6 preemptControl All Values preemptState Values 2 thru 9 maxRings 4 maxSequences 16 maxChannels 16 channelControlType Values 2 thru 4 channelFlash All Values channelDim All Values maxChannelStatusGroups 16 maxOverlaps 8 overlapType Values 2 & 3 maxOverlapStatusGroups 8 maxPort lAddresses 255 portl Status Values 2 & 3 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 TABLE 4 OBJECT RANGE VALUES FOR ACTUATED SIGNAL CONTROLLERS 34 -41 8964 10 -02 191 Function Objects Procedures to Implementation Example: Function X Object T Object Y Object Z Get object T then send objects Y and Z if T >0. Change split time in an active coordination plan 12 position load bay Option 2 Change ring structure Configuration 3 12 position load bay Change Min Green in an active coordination plan Base Mount TS 2 Size 6 Configuration 3 Change altemate sequence in an active coordination plan Option 4 Base Mount TS 2 Size 6 Cabinet Options Size of Cabinet Backpanel Config Size of Load Bay Option 1 Pole Mount TS 2 Size 5 Configuration 3 12 position load bay Option 2 Base Mount TS 2 Size 5 Configuration 3 12 position load bay Option 3 Base Mount TS 2 Size 6 Configuration 3 12 position load bay Option 4 Base Mount TS 2 Size 6 Configuration 4 16 position load bay Channel Load Switch Phase Channel 1 Load Switch 1 Phase 1 Vehicle Channel 2 Load Switch 2 Phase 2 Vehicle Channel 3 Load Switch 3 Phase 3 Vehicle Channel 4 Load Switch 4 Phase 4 Vehicle Channel 5 Load Switch 5 Phase 5 Vehicle Channel 6 Load Switch 6 Phase 6 Vehicle Channel 7 Load Switch 7 Phase 7 Vehicle Channel 8 Load Switch 8 Phase 8 Vehicle 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Table 5 TABLE 6 TABLE 7 35 -41 8964 10 -02 192 Ring 1 Rlog 2 4 — OLA 4- 0 O B L -10. 1r `4,7 Figure 1 Figure 2 36 -41 8964 10 -02 193 From 25 Clearance Interval Clearance Interval Clearance Interval LJ , tg35or I S L _ �� 1 _ , tg17or18 I - 7 -1 1 - 7 - 1 - 11 - 1 -7 n = 1 7 M\ n � n =` L l 1\ • Special Interval Clearance Interval to 25 or 35 From 45 • Special Interval 2535A or 2545A 2516A 2517A or 2518A 2516B• 2517B• or 2518B* LJ L_ \ n L_ - 1 I N7 n n Figure 3a Figure 3b 2516C 2517C or 2518C Clearance Interval I 6 L_ n n �� 4525A or 4535A 4516A n � � 4516B* 4516C Clearance Interval t 17 or 18 4517A or 4518A 4517B. or 4518B. 4517C or 4518C 37 -41 8964 10 -02 194 Clearance Interval Clearance Interval From 16 to 17 or 18 to 25 • Special Interval From 18 Clearance Interval to 16 or 17 LJ FilW 1 • Special Interval 1617A or 1618A 1625A Figure 3c 16256* 1625C Clearance Interval to 25 1816A or1817A 1825A 182511• 5 L_ 1825C Figure 3d Clearance Interval to 35 or 45 1635A or 1645A _, 16358• or 164511* 1635C or 1645C Clearance Interval to35 or 45 1 1835A or I845A 18356* or 184511* ui 1835C or 1845C 38 -41 8964 10 -02 195 1 1 From 35 Clearance Interval Clearance Interval Clearance Interval to 16 to 17 or 18 1 I to 25 or I 45 a 3525A or 3545A 3516A 3517A or 3518A 1 �� u _\\1 L_ 35166* 3517B* or 351811* 1 � 1_1 , I�� , \ 1 ur- 3516C 3517C or 3518C ` Special Interval Figure 3e 1 1 From 17 Clearance Interval to Clearance Interval Clearance Interval , � C2_5] [O 35 151_ i� VI n V I � n l � W n � W � - � f`y �� 1716A or 1718A 1725A 1735A or 1745A 1 1_1 1_ �� u 1_ 172511* 173511* or 1745B* 1 � �u�_ —\\i.u� 1 � -r v -r 1725C 1735C or 1745C * Special Interval I Figure 3f 1 39 -41 8964 1 10 -02 196 4 2 ❑2 I= • 4 rn 12 13 Figure 4 _I •ISLI L - ti --- _I 45 L J P$ L J �6 L I ins J 25 L 1 ~J r L- J hd L - I n I Figure 5a IS $ 6 q.\ 40 -41 8964 10 -02 197 Figure 5b 3 Phase Diamond Sequence From IF AND GO TO Interval Call On No Call On Interval 48 2 and 6 - - -- 2 +6 2or6 lor5 2 +6 1 and 6 2 1 +6 2 2nd ` 6 2 +5 5 lor2or6 4 +5 4 and 5 8 4 +5 if min time of 5 can be serviced before max time of 4 1 2 or 5 or 6 1 +8 1 and 8 4 1 +8 if min time of 1 can be serviced before max time of 8 1 and 5 2 or 6 1 +5 45 8 - - -- 4 +8 if 4 +8 was not serviced immediately prior to 4 +5 8 l or 2 or 6 4 +8 2 and 6 8 2 +6 6 8 or 1 2 +6 2 8 or 6 2 +5 l and 6 8 or 2 1 +6 1 8 or 2 or 6 1 +5 18 4 - - -- 4 +8 if 4 +8 was not serviced immediately prior to 1 +8 4 5 or 2 or 6 4 +8 2 and 6 4 2 +6 2 4 or 5 2 +6 6 4 or 2 1 +6 2 and 5 4 or 6 2 +5 5 4 or 2 or 6 1 +5 26 (1 and 5) or 4 or 8 2 or 6 1 +5 5 6 or 4 or 8 2 +5 2 and 5 6 2 +5 1 2or4or8 1 +6 1 and 6 2 1 +6 25 1 or 8 - -- 1 +5 4 1 or 8 4 +5 6 l or 4 or 8 2 +6 16 4 or 5 - - -- 1 +5 8 4 or 5 1 +8 2 4or5or8 2+6 15 4 and 8 - - -- 4 +8 4 8 4 +5 8 4 1 +8 2 and 6 4 or 8 2 +6 2 4or6or8 2 +5 6 2 or 4 or 8 1 +6 41 -41 8964 10 -02 198 Vehicle Identifying Optical Preemption and Communication System System Specification 1. System Description 1.1. The acceptable system shall utilize encoded optical communications technology to process valid optical signals emitted from authorized vehicles, and to place calls to traffic controller preempt inputs to effect preemption of normal traffic control signals. 1.2. The major components of the system shall consist of optical emitters mounted on authorized vehicles, and receivers mounted in the intersections and interfaced to traffic controllers. 1.3. Optical emitters shall emit optical signals on either the industry standard high - priority carrier frequency (Emergency band) or the industry standard low- priority carrier frequency (Transit band). Additionally, emitters shall encode unique vehicle identification information into the optical signal by modulating the standard carrier frequency. 1.4. Receivers shall consist of optical detectors, mounted to view the approach to an intersection, an optical signal processor (OSP) installed in the traffic control cabinet and wired to the preempt call inputs of a traffic controller, and detector cable connecting the optical detectors to the OSP. 1.5. As emitter equipped vehicles approach receiver equipped intersections, the optical detectors shall convert the incoming optical signal into an electronic signal. The OSP shall decode the electronic signal, delivered by the detector cable, determine the priority of the vehicle, arbitrate priority between any simultaneously approaching vehicles, place appropriate calls to controller inputs, and log vehicle detection events. 1.6. The OSP shall be capable of categorizing vehicle codes into up to sixteen priority subgroups within each signal band. The OSP shall be capable of the following actions, configurable on a per - subgroup basis: 1.6.1. Local preempt — If enabled, the OSP shall place a call on the appropriate controller input in response to vehicle detection. (Default shall be enabled) 1.6.2. Logging — If enabled, the OSP shall be capable of writing a log record in non - volatile memory consisting of the following information: (Default shall be enabled) 1.6.2.1. Vehicle subgroup 1.6.2.2. Vehicle ID number 1.6.2.3. Signal band 1.6.2.4. Direction 1.6.2.5. Call duration 1.6.2.6. Final greens at end of call 1.6.2.7. Duration of final greens 1.6.2.8. Event start time and end time in real time 1.6.2.9. Event result code 1.6.3. Real -time announcement of vehicle detection — If enabled, the OSP shall send a short message via, RS -232 port upon the start vehicle detection processing. The message shall consist of the following information: (Default shall be disabled) 1.6.3.1. Vehicle subgroup 1.6.3.2. Vehicle ID number 1.6.3.3. Signal band 1.6.3.4. Direction 1.6.4. End of event echo — If enabled, the OSP shall echo the complete log record for a vehicle detection event immediately after the end of the event. The information included shall be those items enumerated in 1.6.2 above. (Default shall be disabled) 199 1.7. The receiver system shall always give precedence to emergency band vehicles over transit band vehicles. 1.8. The receiver system shall be capable of detecting emitter - equipped vehicles at a range of up to 2,500 feet (762 meters), under clear atmospheric conditions. 1.9. The receiver system shall interface with all NEMA TS -1 and TS -2 and Type 170 controllers equipped with preemption routines, with no compromise to normal traffic controller functions. 2. System Components 2.1. Optical Emitter (Approved Optical Emitters: Tomar Model 2060 or 3060) 2.1.1. The optical emitter shall generate the optical signal required to activate the receiver equipment in the intersection. The light pulses shall consist of either a fixed frequency base signal for standard preemption systems or a modulated base frequency signal for fully coded systems, to transmit information. 2.1.2. The optical emitter power supply shall be powered by the vehicle's electrical system and shall be completely potted with polyurethane to make it waterproof. The emitter power supply input voltage shall range from 10 to 30VDC within input current of 2.8 AMP Avg. @12.8V or 1.4 AMP Avg. @ 25.6 V. 2.1,3. The optical emitter shall perform three functions: 2.1.3.1. The first function shall be to transmit the industry standard carrier frequency for Emergency band signals, (14.035 +1- 0.005Hz) or for Transit Band signals (9.639 +1- 0.005 Hz), which shall represent Code 0 to the optical signal processors. 2.1.3.2. The second function shall be to transmit a vehicle identification signal, added to the carrier frequency by modulating the carrier frequency. 21.3.3. The third function shall be to effect range adjustment of the system using either coded or encoded optical emitters positioned at the desired distance, while the optical signal processor range adjustment features are activated in the traffic cabinet. The range of each system intersection approach shall be adjustable between 300 feet (90m) and 2500 feet (762m). 2.1.3.4. The optical emitter shall conduct self-diagnostics and display its status via a single indicator light located on the control switch. 2.1.4. The optical emitter shall operate over a temperature range of - 30 °F ( -34 °C) to +140 °F ( +60 °C). The optical emitter shall operate over a range of 5% to 95% relative humidity. 2.1.5. The optical emitter shall have a cutout option, which can be wired to disable the emitter automatically when 12 VDC is applied to cutout wire, such as when the vehicle is in park or neutral using the safety neutral switch, if available. 2.2. Optical Detector (Approved optical detectors: Tomar Model 2090 -SD or 2091 -SD) 2.2.1. The optical detector shall be manufactured from black glass - filled, UV stabilized polycarbonate suitable for all weather use. The detector shall be sealed and weatherproof. 2.2.2. The optical detector shall sense and transform optical energy from optical emitters into electrical signals to be decoded by the optical signal processor. 2.2.3. The optical detector shall sense optical emitter signals over an adjustable range of 300 feet (90m) to 2500 feet (762m) in optimum atmospheric conditions. 2.2.4. The optical detector shall transmit electrical signals to the optical signal processor via up to 1000 feet of optical detector cable. 2.2.5. The optical detector shall have an internal terrninal strip with wiring label for convenient positive connection to the detector cable. 200 2.2.6. The optical detector shall have a nominal conical 13- degree field of view centered about the viewport normal axis. The optical detector can be operated with a standard length or optional short scope when a greater than 13 degree field of view is desired. 2.2.7. The optical detector shall operate over a range of 12 to 30 VDC and current of up to 50 ma maximum. 2.2.8. The optical detector shall be of single channel, single direction configuration only, with a % inch or %a inch FNPT mounting connection. Hardware shall be available from the manufacturer to allow mounting the optical detector to mast arm, span wire, and various other possible intersection mounting configurations. 2.3. Optical Detector Cable 2.3.1. General - Three conductor shielded control cable, with foil shield overall and ground wire. Meets the requirements of IPCEA- S- 61- 402/NEMA WC5, Section 7.4, 600 -Volt Control Cable, rated for 75 degrees Celsius, Type B, and the following: 2.3.1.1. Conductors 2.3.1.1.1. Quantity -3 2.3.1.1.2. Gauge - AWG #20 (7 x 28) stranding 2.3.1.1.3. Conductor Material - Individually tinned copper strands 2.3.1.1.4. Insulation - PVC, 80C, 600V, 25 mil minimum average thickness 2.3.1.1.5. Color - 1 Blue, 1 Orange, and 1 Yellow 2.3.1.2. Shield 2.3.1.2.1. Aluminized polyester film or approved equal, applied with a nominal 20% overlap to provide 100% shield coverage 2.3.1.3. Drain Wire 2.3.1.3.1. Gauge - AWG #20 (7 x 28) stranding 2.3.1.3.2. Material - Individually tinned copper strands 2.3.1.3.3. Uninsulated and in contact with the shield conductive surface 2.3.1.4. Electrical Characteristics 2.3.1.4.1. Drain and conductor DC resistance shall not exceed 11.0 ohms per thousand feet 2.3.1.4.2. Capacitance from 1 conductor to the other 2 conductors and shield shall not exceed 48 pf/ft at 1000 Hz. 2.3.1.5. Jacket 2.3.1.5.1. 2.3.1.5.2. 2.3.1.5.3. 2.3.1.5.4. 2.3.1.5.5. Minimum average wall thickness - .045" Temperature rating - 80C Voltage Rating - 600V Material - PVC, Black Nominal O.D. over jacket - .35" maximum 2.3.2. The optical detector cable shall be of durable construction to allow the following types of installation: 2.3.2.1. Direct burial 2.3.22. Conduit and mast arm pull 2.3.2.3. Exposed overhead, as with span wire. 2.4. Optical Signal Processor (Approved manufacturers are: Tomar Model 2140- M4SPM) 201 2.4.1. The optical signal processor shall be installed in the traffic controller cabinet to decode the electrical signals from optical detectors. The optical signal processor shall interface directly with Califomia/New York Type 170/179 and newer 2070 series controllers with compatible software, and NEMA TS -1 and TS -2 with suitable system interface equipment and software. 2.4.2. The optical signal processor shall be powered from 120 VAC (95VAC to 135VAC), 60Hz mains and have an on board, regulated power supply that supports up to 10 optical detectors. 2.4.3. The optical signal processor shall be modular in construction and come standard with the following: 2.4.3.1. Four individual signal processor modules, each capable of receiving and decoding up to 10 coded emergency or transit band signals simultaneously. 2.4.3.2. A real -time clock module, that provides a non - volatile on board source for time and date stamp information during event logging. The real -time clock shall be read and set via the RS -232 port. Battery backup life shall be 10 years with system power off. 2.4.3.3. A communication module, which shall arbitrate priority between the signal processor modules, logs events, and provide RS -232 communication with the outside world for system configuration during installation, and real time communication with the traffic controller or central system during operation. 2.4.3.4. A non - volatile memory module, for storage of configuration parameters and event logs. Retention time for the non - volatile memory module shall be a minimum of 10 years with system power off or on. 2.4.4. The optical signal processor front panel shall have the following features: 2.4.4.1. A power on/off switch with corresponding indicator. 2.4.4.2. Indicators for emergency and transit band reception status for each of four channels. 2.4.4.3. Test switches for activating internal diagnostics. 2.4.4.4. A range arm switch for enabling the setting of detection range without software interface with the RS -232 port. Any number channels and bands shall be able to be awned simultaneously for range set. 2.4.4.5. An inter - module bus expansion connector which shall allow connection of additional optical signal processor modules or system accessories. 2.4.4.6. An RS -232 communications port. 2.4.5. Programming the optical signal processor and retrieving data stored in it via it's RS -232 port shall be accomplished using an IBM PC- compatible computer either locally or remotely via a modem. 2.4.6. The optical signal processor shall be capable of decoding 7,744 separate vehicle identification codes in each signal band standard, expandable to 65,000 vehicle identification codes in each band with maximum non - volatile memory installed. 2.4.7. The optical signal processor shall log and store in non- volatile memory, 1024 events minimum, expandable to 40,000 events. When the log is full, the oldest entry shall drop off to allow the newest entry to be logged. 2.4.8. The optical signal processor shall have a Max Call Timer, Call Extension Timer, and a Call Delay Timer in the software program. 2.4.9. There shall also be a complete set of green timers for transit band signals. 202 2.5. System Software 2.5.1. OSP configuration software shall be provided on 3.5 inch 1.44 MB diskettes or CD -ROM. It shall run on IBM compatible computers with Windows 98, 2000 and NT 4.0 software. 2.5.2. The software shall provide windows and menus for setting vehicle Ill subgroups and codes, range settings, intersection and channel names, timing parameters, desired green signal indications during priority control operation, and for viewing and downloading logged information. 3. Environmental 3.1. All equipment supplied as part of the optical preemption traffic control system intended for use in the controller cabinet shall meet the electrical and environmental specifications spelled out in the NEMA Standards Publications TSI -1983 Part 2 where applicable: 3.1.1. Line voltage variations per NEMA TS 1 -2.1.2 3.1.2. Primary power interruptions per NEMA TS1- 2.1.04.A.1 3.1.3. Power Source frequency per NEMA TSI -2.1.2 3.1.4. Power source noise transients per NEMA TS 1- 2.16.1 3.1.5. Power Source high - energy transients per NEMA TS1- 2.1.6.2 3.1.6. Non - destructive transient immunity per NEMA TS 1 -2.1.8 3.1.7. Input - output noise immunity per NEMA TS 1 -2.1.7 3.1.8. Temperature range per NEMA TS 1- 2.1.5.1 3.1.9. Humidity per NEMA TSI- 2.1.5.2 3.1.10. Shock test per NEMA TSI- 2.1.13 3.1.11. Vibration per NEMATSI- 2.1.12 4. Qualifications 4.1. The manufacturer or their qualified agents shall supply a list of at least five preemption system users having experience with the various types of preemption system components available from the manufacturer for a minimum of three years. 4.2. The manufacturer shall be able to demonstrate the ability to provide on going technical and product warranty support. 4.3. A tour of the manufacturer's production facilities shall be made available for a maximum of two inspectors from the purchasing agency upon request. Travel and lodging costs for such an inspection shall be the purchasing agency's responsibility. 4.4. The manufacturer shall have an independent quality control department that has complete authority to monitor product integrity and is answerable only to a senior officer of the manufacturing organization. 5. Responsibilities 5.1. The manufacturer or the manufacturer's representative shall provide responsive service before, during and after the installation of the priority control system. The manufacturer or the manufacturer's representatives shall provide training to the system installer and maintenance department of the purchasing agency. Training shall consist of proper installation and operating procedures for the system hardware and software. 5.2. The manufacturer or the manufacturer's representative shall, at the request of the purchasing agency, assist with field surveys of the traffic system intersections to insure that all traffic control system equipment shall interface with the manufacturers preemption system components. The necessary number of preemption channels and the appropriate location of the optical detectors, for optimum system operation shall be determined at this inspection. 5.3. The manufacturer or the manufacturer's representative shall assist the installer or the purchasing agency's traffic department to insure that all traffic controllers are properly programmed for preemption system interface. Preemption system maintenance and operational manuals shall be provided to the purchasing agency and system installer. 203 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 5.4. The manufacturer or the manufacturer's representative shall provide an Emergency Vehicle Driver Training Course to all qualified personnel who will use the preemption system, at the request of the purchasing agency. At least one copy of the materials used for the driver training course shall be provided to the purchasing agency for future review. 5.5. The manufacturer shall warrant, provided the preemption system components have been properly installed, operated, and maintained, that matched system components that fail due to material flaws or workmanship shall be replaced or repaired under manufacturers published warranty provisions. The protection period against system component failure shall have a total duration of not less then 10 full years according to provisions set forth in the manufacturers published warranty. 5.6. The manufacturer shall provide, upon request, a certificate of product liability insurance for 55,000,000. 5.7. The manufacturer of the preemption system shall certify on request from the purchasing agency that all the component products in their system are designed, manufactured, and tested as a system of matched components and shall meet or exceed the requirements of the specification. 204