Loading...
HomeMy WebLinkAboutResolution - 3912 - Contract - Florida Traffic Control Devices Inc - Traffic Signal Installations - 06/11/1992Resolution No. 3912 June 11, 1992 Item #30 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock BE and is hereby authorized and directed to execute for and on behalf of the City of Lubbock a contract with Florida Traffic Control Devices, Inc., attached herewith, which shall be spread upon the minutes of the Council and as spread upon the minutes of this Council shall constitute and be a part of this Resolution as if fully copied herein in detail. Passed by the City Council this ATTEST: ,1xaneyte uoyo, city sec APPROVED AS TO CONTENT: ene a s, Purchasing Manager APPROVED AS TO FORM: Z�F,ir , ss stant City ttorney HW:da/AGENDA-D2/C-FL1)VCS. doc June 3, 1992 of 1992. CITY OF LUBBOCK SPECIFICATIONS FOR TRAFFIC SIGNAL INSTALLATIONS BID # 12001 !! % Al M10- i CITY OF LUBBOCK Lubbock, Texa e"; _ 3912- rjam City of Lubbock P.O. Box 2000 Lubbock. Texas 79457 SOB-767-2167 Office of Purchasing MAILED TO VENDOR: May 15, 1992 CLOSE: May 22, 1992 @ 2:00 P.M. BID #12001: TRAFFIC SIGNAL INSTALLATIONS ADDENDUM 01 Please modify or amend Contract Documents as follows: 1. At Section IV; Subsection 2.10. "Pavement Markings", page 30, First Paragraph should read "All pavement markings to be 3-M STAMARK A420 intersection grade material applied in accordance with the manufacturer's recommended procedure. All stop bars to be 24 inch." T K YOU Ron Shuffield, CITY OF LUBBOCK PLEASE RETURN ONE COPY WITH YOUR BID 't I, ;I �* CITY OF LUBBOCK SPECIFICATIONS for TITLE: TRAFFIC SIGNAL INSTALLATIONS ADDRESS: VARIOUS LOCATIONS n 610 NUMBER: 12001 N yr PROJECT NUMBER: 1444.553105-9713 a i CONTRACT PREPARED BY: Purchasing Department (THIS PAGE LEFT BLANK INTENTIONALLY) �I iNOEx PAGE 1. NOTICE TO BIDDERS ................................. ...................................................3 2. GENERAL INSTRUCTIONS TO BIDDERS............................................................................5 3. BID PROPOSAL - BID FOR LUMP SUM CONTRACTS.................................................................10 4. PAYMENT BOND...........................................................................................14 5. PERFORMANCE BOND..........................................................................................17 6. CERTIFICATE OF INSURANCE..................................................................................20 7. CONTRACT.............................................................................. ..............22 8. GENERAL CONDITIONS OF THE AGREEMENT.......................................................................24 9. CURRENT WAGE DETERMINATIONS ...............................................................................42 10. SPECIFICATIONS.............................................................................. .......43 11. SPECIAL CONDITIONS........................................................................................44 ^ i12. NOTICE OF ACCEPTANCE......................................................................................45 r r = No Text No Text (THIS PAGE LEFT BLANK INTENTIONALLY) I NOTICE TO BIDDERS BID • 12001 Seated proposals addressed to Gene Eads, C.P.M., Purchasing Manager, City of Lubbock, Texas, will be received at the office of the Purchasing Manager, 1625 13th St., Roam L-04, Lubbock, Texas, 79401, until 2:00 o1glock o^ on the 22nd day of May. 1992, or as changed by the issuance of formal addenda to all planholders, to furnish all labor and materials and perform all work for the construction of the following described project: TRAFFIC SIGNAL INSTALLATIONS After the expiration of the time and date above first written, said sealed proposals will be opened by the Purchasing Manager at his office and publicly read aloud. It is the sole responsibility of the bidder to insure that his bid is actually in the office of Gene Eads, Purchasing Manager for the City of Lubbock, prior to the expiration of the date above first written. The City of Lubbock will consider the bids on the 11th day of June. 1992. at Municipal Bldg., Lubbock, Texas, or as coon thereafter as may be reasonably convenient, subject to the right to reject any or all bids and waive any formalities. The successful bidder will be required to furnish a performance bond and payment bond in accordance with Article 5160, Vernon's Ann. Civil St., in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000.00. Said statutory bonds should be issued by a company carrying a current 12sl Bating of I or superior, as the rating of the bond company is a factor that will be considered in determination of the lowest responsible bidder. If the contract price does not exceed $25,000.00 the said statutory bonds will not be required. Bidders are required, whether or not a payment or performance band is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the bid submitted as a guarantee that bidder will enter into a contract and execute all necessary bonds Of required) within 10 days after notice of award of the contract to him. It shalt be each bidders sole responsibility to inspect the site of the work and to inform himself regarding all local conditions under which the work is to be done. It shall be understood and agreed that all such factors have been thoroughly investigated and considered in the preparation of the bid submitted. The plans, specifications, proposal forms and contract documents may be examined at the office of the Purchasing Manager for the City of Lubbock, Texas. Attention of each bidder is particularly called to the schedule of general prevailing rate of per diets wages included in the contract documents on file in the office of the Purchasing Manager of the City of Lubbock, which document is specifically referred to in this notice to bidders. Each bidder's attention is '.• further directed to provision of Article 5159a, Vernon's Am. Civil St., and the requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. F F The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises will be afforded equal opportunities to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex, or national origin in consideration for an award. There will be a pre -bid conference on 14th day of May, 1992, at 10:00 o'clock a.m., Personnel Conference Room #108, Municipal Building, 1625 13th Street. CITY OF LUBBOCK BY: Gene Eads, C.P.M. Purchasing Manager I! 4.1 ADVERTISEMENT FOR BIDS BID f 12001 Sealed proposals addressed to Gene Eads, C.P.M., Purchasing Manager, City of Lubbock, Texas, will be received at the office of the Purchasing Manager, Municipal Building, 1625 13th Street, Rom L-04, Lubbock, Texas, 79401 until 2:00 o'clock p.m. on the 22nd day of Pay, 1992, or as changed by the issuance of formal addenda to all plaMolders, to furnish all labor and materials and perform all work for the construction of the following described project: TRAFFIC SIGNAL INSTALLATIONS After the expiration of the time and date above first written, said sealed proposals will be opened by the Purchasing Manager sit his office and publicly read aloud. The plans, specifications, proposal forms and contract documents may be examined at the office of the Purchasing Manager for the City of Lubbock, Texas. Attention of each bidder is particularly called to the Schedule of General Prevailing Rate of Per Diem Wages included in the contract documents on file in the office of the Purchasing Manager of the City of Lubbock, Texas. Each bidder's attention is further directed to the provisions of Article 5159a, Vernon's Ann. Civil St., and the requirements contained therein concerning such wage scales and payment by the contractor of the prevailing rates of wages as heretofore established by the City of Lubbock. The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises will be afforded equal opportunities to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex, or national origin in consideration for an award. There will be a prebid conference on 14th day of May, 1992, at 10:00 o'clock a.m., Personnel Conference Room 108, Municipal Building, 1625 13th Street. Z Y: Gene tt, C.P.M. PURCHASING MANAGER F F (THIS PAGE LEFT BLANK INTENTIONALLY) .7 7 GENERAL INSTRUCTIONS TO BIDDERS F -i. (THIS PAGE LEFT BLANK INTENTIONALLY) GENERAL INSTRUCTIONS TO BIDDERS 7 1. SCOPE OF WORK The work to be done under the contract documents shall consist of the following: Installation of traffic signals at the following intersections for the City of Lubbock: Elm i 50th Street, Quaker i 24th Street, Quaker i 74th Street, Memphis i 4th Street, Frankford i 66th Street and Frankford i 82nd Street. The contractor shall furnish all labor, superintendence, machinery, equipment and all materials necessary to 17 complete this project in accordance with contract documents. 2. CONTRACT DOCUMENTS All work covered by this contract shall be done in accordance with contract documents described in the Gen- eral Conditions. All bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory coRpletion of sit work contemplated by said contract documents. 3. PLANS FOR USE BY BIDDERS It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a bid without charge of forfeiture of deposit. The contract documents, may be examined without charge as noted in the Notice to Bidders. a 4. TIME AND ORDER FOR COMPLETION The construction covered by the contract documents shall be fully completed within 120 (ONE HUNDRED TWENTY) calendar days from the dates specified in the Notice to Proceed issued y y pe by the City of Lubbock to the �., successful bidder. The Contractor will be permitted to prosecute the work in the order of his own choosiryl, provided, however, the City reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the contract documents. In the event the City requires a progress schedule to be submitted, and it is determined by the City that the progress of the work is not in accordance with the progress schedule so sub- mitted, the City may direct the Contractor to take such action as the City deems necessary to insure comple-tion of the project within the time specified. S. PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 6. AFFIDAVITS OF BILLS PAID The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor �,. to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements contemplated by the contract documents have been paid in full and that there are no claims !" pending, of which the Contractor has been notified. 7. MATERIALS AND WORKMANSHIP The intent of these contract documents is that only materials and workmanship of the best quality and grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve the Contractor of full responsibility for providing materials of high quality and for pro- tecting them adequately until incorporated into the project. The presence or absence of a representative of the City on the site will not relieve the Contractor of full responsibility of complying with this provi- sion. The specifications for materials and methods set forth in the contract documents provide minimum standards of quality which the Owner believes necessary to procure a satisfactory project.' a. GUARANTEES All equipment and materials incorporated in the project and all construction shall be guaranteed against de- fective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear within ONE year from date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock). 9. PLANS FOR THE CONTRACTOR The contractor will be furnished one set of plans and specifications, and related contract documents for his use during construction. Plans and specifications for use during construction will only be furnished di- rectly to the Contractor. The Contractor shall then distribute copies of plans and specifications to sup- pliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Con- tractor. 10. PROTECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all materi- als, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construc- tion, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its certificate of completion to Contractor. The City re- serves the right, after the bids have been opened and before the contract has been awarded, to require of a bidder the following information: (a) The experience record of the bidder showing completed jobs of a similar nature to the one covered by the proposed contract and all work in progress with bond amounts and percentage completed. (b) A sworn statement of the current financial condition of the bidder. (c) Equipment schedule. 11. TEXAS STATE SALES TAX This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of Article 20.O4 of the Texas Limited Stiles, Excise and Use Tax Act. The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the ma- terials to be incorporated into the work without paying the tax at the time of purchase. -6- C� I 12. PSOTECTION OF SUBSURFACE LINES AND STRUCTURES It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground structures which might or could be damaged by Contractor during the construc- tion of the project contemplated by these contract documents. The City of Wbbock allrees that it will fur- nish Contractor the location of all such underground lines and utilities of which it has knowledge. How- ever, such fact shall not relieve the Contractor of his responsibilities aforementioned. Ali such under- ground lines or structures cut or damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas, at Contractor's expense. 13. BARRICADES AND SAFETY MEASURES The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger sig- mats, and shell take such other precautionary measures for the protection of persons, property and the work as may be necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and re- placed by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barri- cades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. 14. EXPLOSIVES The use of explosives will not be permitted unless written permission to do so is obtained by the Contractor from the City. In sit cases where written permission is obtained for the use of explosives, the Contractor shall assume full responsibility for all damage which may occur as a direct or indirect result of the blast- ing. In addition, in all cases where explosives are authorized to be used, the Contractor shell use utmost care so as not to endanger life or property and the Contractor shall further use only such methods as are currently utilized by persons, firms, or corporations engaged in similar type of construction activity. Explosive materials shall not be stored or kept at the construction site by the Contractor. In all cases where explosives are to be used during the construction of the project contemplated by this r contract, it shall be the duty of the Contractor to notify each utility company having structures (above or f below the ground) in proximity to the site of the work of Contractor's intention to use explosives, and such notice shall be given sufficiently in advance to enable the companies to take such steps as they may deem necessary to protect their property from injury. Such notice, however, shall not relieve the Contractor of responsibility for any damage resulting from his blasting operations. 15. CONTRACTOR'S REPRESENTATIVE The successful bidder shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful bidder shall be required to furnish the name, address and telephone number where such local representative may be reached during the time that the work contemplated by this contract is in progress. 16. INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material charge will be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subroga- tion. The insurance certificates furnished shall now the City as an additional insured and shall further state that all subcontractors are named as additional insureds, or in the.alternative, shall be accompanied by a statement from the Contractor to the effect that no work on this particular project shall be subcontracted. 17. LABOR AND FORKING HOURS Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages Included in these contract documents. The wage rate which must be paid on this project shall not be less than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The bidders' attention is further directed to the requirements of Article 5159a, Vernon's Annotated Civil Statutes providing for the payment of the wage schedules above mentioned and the bidder's obligations there- under. The inclusion of the schedule of general prevailing rate of per diem wages in these contract docu- ments does not release the Contractor from compliance with any wage law that may be applicable. Construc- tion work under this contract requiring an inspector will not be performed on weekends or holidays unless the following conditions exist: (1) The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. (2) Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. Before construction work requiring an inspector is to be performed on weekends or holidays, the Contractor must notify the Owner's Representative not less than three full working days prior to the weekend or holiday he desires to do work and obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow construction work requiring an inspector on weekends or holidays will be made by the Owner's Representative. In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. is. - PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors engaged at the site of the work shall not later than the seventh day following the payment of wages, file with the owner's ^ Representative, or Engineer, a certified, sworn, legible copy of such payroll. This shall contain the name of each employee, his classification, the number of hours worked on each day, rate of pay, and net pay. The affidavit shall state that the copy is a true and correct copy of such payroll, that no rebates or deduc- tions (except as shown) have been made, or will in the future be made from the wages paid as shown thereon. The Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which schedule is included in the contract documents. _ -a- The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, ten i.. dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such i It i, laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these contract documents. 19. PROVISIONS CONCERNING ES�LAT�CLA�ESCONCERNING ES�LAT�CLA�ES 6 Proposals submitted containing any conditions which provide for changes in the stated bid price due to in- creases or decreases in the cost of materials, labor or other items required for the project will be re- jetted and returned to the bidder without being considered. 20. PREPARATION F�PR�ALF�PR�AL - The bidder shall submit his proposal on forms furnished by the City. All blank spaces: in the form shall be correctly filled in and the bidder shall state the price both in words and numerals, for which he proposes to do the work contemplated or furnish the materials required. Such prices shall be written in ink, dis- tinctly and legibly, or typewritten. In use of discrepancy between the price written in words and the price written in figures, the price written in words shall govern. If the proposal is submitted by an indi- vidual, his name must be signed by him or his duly authorized scent. if a proposal is. submitted by a firm, association, or partnership, the name and address of each member must be given and the proposal signed by a member of the firm, association or partnership, or person duly authorized. If the proposal is submitted by a company or corporation, the company or corporate name and business address must be given, and the proposal signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign proposals must be properly certified and must be in writing and submitted with the proposal. The proposal shall be executed in ink. Each proposal shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and endorsed on the outside of the envelope in the following manner: (a) Bidder's name (b) Proposal for (description of the project). Bid proposals may be withdrawn and resubmitted at any time prior to the time set for opening of the bids, but no proposal may be withdrawn or altered thereafter. Pft 21. BOUND COPY OF CONTRACT DOCUMENTS CCWTRACT DOCUMENTS f Bidder understands and agrees that the contract to be executed by bidder shall be bound and include the fol- lowing: (a) Notice to Bidders. (b) General Instructions to Bidders. (e) Bidder's Proposal. (d) statutory Bond (if required). (e) Contract Agreement. (f) General Conditions. (g) Special Conditions (if any). (h) Specifications. (i) Insurance Certificates. (j) All other documents made available to bidder for his inspection in accordance with the Notice to Bidders. If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered Incorporated by reference into the aforementioned contract documents. F -9- No Text J t 0 GC d (THIS PAGE LEFT BLANK INTENTIONALLY) z44 fit: .�• .-: ,• � , r' • ^'.. BID PROPOSAL $I-0 FOR LUMP SLIM CONTRACT$ ' PLACE IZ1,386P.0 T AS 9 2 DA TE S' 22g � rPROJECT NO. /4��-55,3/DS• 97�3 Proposal of _ /rl0'erd4 T;9A9/� L/s.vsrea ,Z�.�Yi'C� /we. (hereinafter called Bidder) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Gentlemen: The Bidder, in compliance with your invitation for bids for the construction of rr TF.C%C .�i6iYAt- r liysro,ct,cr n vs ,vr Y.Pldu s 1La'•07--'mws /ZOo/ ,Z4i� ['having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other re- lated contract documents and the site of the proposed work, and being familiar with ail of the conditions surround- [ing the construction of the proposed project including the availability of materiels and labor, hereby proposes to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifica- tions and contract documents, within the time set forth therein and at the price stated below. The price to cover all expenses incurred in performing the work required under the contract documents, of which this proposal is to be r" a part, is as follows: MATERIALS: TEiyT7'L�i6IiTT OysANC aS�ic �yiya.Pe�� �Fi✓TY 4-:,6Hr SERVICES: F.�YE�t /rvv✓aa.✓D -ins r,S�d�v�PFn �rrF.�rY Tu to (S 7 f BID ITEM #1: *Wry 7W-4,*Y"Are r�•it/E �!/.v�r7E7� L�icc.e�ca "r%.• (S 40, 5co. `� ) (Elm i 50th Street) ■■ 1 MATERIALS: wriRTY /..dus.on�a ,CibHTtl�p,CE+Y� si'xr r ✓e'' (f 30, 8� `D ) SERVICES: �ic7r-�r�r i�vovs�a eye F:�,xr }lq&&&t-fl 77e-,krr F.vr' (S BID ITEM #2:_45J= 9A l .SSFYE.J d%uwAD.eE'D J�hu�ts 'V%i(S 4&, 1700.,m ) 7 t l (Quaker & 24th Street) . MATERIA S• ...�,...T.+..�. i. �'_.. _ _._ w/._..... �'•�..... •e�4 /10�t ��: FIN SERVICES: B.IQ, ITEM #[3; j L MATERIAL! SERVICES BID ITEM P+ MATERIAL! SERVICES r BID ITEM MATERIAL 17 SERVICES BID ITEM ti (Quaker 3 74th Street) (Memphis & 4th Street) (FranKTora a aotn street) (Frankford i 82nd Street) .17. do Z. c,o ) ,1 ti r' MATERIAL' SERVICES TOTAL BIl (Items 1 thru 6) Amount shall be shown in both words and figures. in use of discrepancy, the amount shown in w6rda'shrtl•96vern:) Bidder hereby agrees to commence the•work'oi the above project-on'6r'before` 'date to bt`speciffed in a written "Notice to Proceed" of the Owner and to fully complete the project within 120 (ONE NUNDRED TWENTY) consecutive calendar days thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to Owner as liquidated damages the sum of $100.00 (One Nundred dollars) for each consecutive calendar day in excess of the time set forth hereinabove for completion of this project, all as more fully set forth in the general „conditions of the contract documents. ..Y-fir•,. .., .,: •,. • ; '..:., ;...... ,,',., Bidder understands and agrees that.thfs bid proposal shalt be completed and submitted in accordance with in- struction number 20 of the 6enei'aC instructions to Bidders.` � ^"• �'"' "�' " •�w`� ` `•~ Bidder *u derstands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. The Bidder agrees that this bid shalt be good and may not be withdrawn for a period of thirty (30) calendar days after the scheduled closing time for receiving bids. to The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications.and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or,before the date specified in'the written notice•to procee•,,'aiid to'substential[Y tonplete the work on which he has,bid; at provided in the contract documents. Enclosed with this proposal is a Cashiers Check or Certified Check for Dollars (t ) or a,Proposal Bond in the sum of. 5'/6 07404,77Cun/ A/d Dollars (f ), which it is agreed shell be collected and retained by the Owner as liquidated damages in'the event the proposal is + accepted by the Owner•s6d tfie undersigned faits to execute' -the necessary contract documents and the required bond (if any) with the Owner withih_ten (10) days after the date=of°receipt of"wiH en notification of acceptatice of said proposal; otherwise, said check or bond shall be returned to the undersigned upon demand. Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all con- tract documents made 'available tb him for his inspection .in accordance with -the 'Notice to Bidders. Cont ra-CAor /J .�' '4I fir, ( .. .. ."•ice,,,.... .. It .A...r. ...-•�a'�r'S%C�NT•f{ '�\ (Seal if Bidder is a Corporation) ATTEST: . 1 . h �`:i. �,.. .c`- .. . �` ■■■■( Secretar 1 l .12- f rLIST OF SUBCONTRACTORS r" This form shall 1* comalet*d and submitted with the Bidder's Proaosal. r t I,t t 1. ! 2- 3. PM S. 6. 7. 71 8. 1, ,7 w �t •13- Minority Owned Yes No (THIS PAGE LEFT BLANK INTENTIONALLY) AIU Insurance Company ��� �01[r) weridwids American Home Assurance Company 8""d"'q . Granite State Insurance Company American International Companies The Insurance Company of the State of Pennsylvania' °• r National Union Fire insurance Company of Pittsburgh, Pa. Principnl Ronrl Office New Hampshire Insurance Company 70 Pine Street, New York, N.Y. 10270 BID BOND (AIA 310) 7 KNOW ALL MEN BY THESE PRESENTS: CThat Florida Traffic Control Devices, Inc. _ as Principal, and The Insurance Company of the State of Pennsylvania _ , as Surely, are held and firmly bound unto City of Lubbock, TX as Obligee, in the sum of r. Five Percent of Amount Bid Dollars (s 5% of Bid ), for the payment of which sum, well and Irtily to be made, the Principal and Surely bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these piesents. WHEREAS, the Principal has submitted a hid for Trafficc Sit-vl Tnstallat,inns — Bid #12001 j NOW. THEREFORE. it 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 mach Contract and give! such bond or hands, if file Principal shall pay 10 the Obligee the difference not to exceed the penalty hereof between the amomil specified in said bid and such larger amount for which Ilia Obligee may in good faith contract with another party to perform ilia Work covered by said bid, then this P! ohligalion shall he mill and void, otherwise to remain in (till force and effect. Signed, sealed and dated May 22, 1992 J Florida Tr is Control Devices, Inc. IWdrr"s+) ,. By r- gory S. Cockman, President rr"Mt The Insurance Company of the State of Pennsylvam jS6 �Bond No. __Cia A"rrrrey in fad 23373 13/04) POWER OF ATTORNEY The Insurance Company of the State of Pennsylvania Principal Bond Office:70 Pine Street, New York, N.Y. 10270 No. 44-B-3n40 KNOW ALL MEN BY THESE PRESENTS: That The Insurance Company of the State of Pennsylvania, a Pennsylvania corporation, does hereby appoint r ---J. Mark Whitehead, Richard M. LaRue, Jr., J. Mark Whitehead, Jr., Cindy Shaft: of Maitland, Florida --- its true and lawful Attorneys) -in -Fact, with full authority to execute on its behalf bonds, undertakings, recognizances and other contracts of indemnity and writing obligatory in the nature thereof, issued in the course of its business, and to bind the company thereby. IN WITNESS WHEREOF, The insurance Company of the State of Pennsylvania has executed these presents - s this Iday of/ JanuaFn ,1992. Mark E. Reagan, enr' Vice President STATE OF NEW YORK ) COUNTY OF NEW YORK)ss. On this 9 day of January , 1992, before me came the above named officer of The Insurance Company of the State of Pennsylvania, to me personally known to be the individual and officer described herein, and acknowledged that he executed the foregoing instrument and affixed the seal of said corporation thereto by authority of his office. JOSEPH 8. 1J07-01.!0 Notary Public, Slate W 1' w:, No, 01-1J04652754 Qualified in Westchester Countl, Germ Ex9ires Jan, 31i1 lCJV�. CERTIFICATE Excerpts of Resolution adopted by the Board of Directors of The Insurance Company of the State of Pennsylvania, on May 18, 1976: 'RESOLVED, that the Chairman of the Board, the President, or any Vice President be, and hereby is, authorized to appoint .attorneys -in -Fact to represent and act for and on behalf of the Company to execute bonds, undertakings, recognizances and other contracts of indemnity and writings obligatory in the nature thereof, and to attach thereto the corporate seal of the Company, in the transaction of its surety business; "RESOLVED, that the signatures and attestations of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company when so affixed with respect to any bond, undertaking, recognizance or other contract of indemnity or writing obligatory in the nature thereof; 'RESOLVED, that any such Attorney -in -Fact delivering a secretarial certification that the foregoing_ resolutions still be in effect may insert in such certification the date thereof, said date to be not later than the date of delivery thereof by such Attorney -in -Fact' I, Elizabeth M. Tuck, Secretary of The Insurance Company of the State of Pennsylvania, do hereby certify that the foregoing excerpts of Resolution adopted by the Board of Directors of this corporation, and the Power of Attorney issued pursuant thereto, are true and correct, and that both the Resolution and the Power of i Attorney are in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of the corporation r 41 Pm this 22rld day of May , 19 92. Elizabeth M. Tuck, Secretary PAYMENT BOND -16- (THIS PAGE LEFT BLANK INTENTIONALLY) STATUTORY PAYMENT BOND PURSUANT TO ARTICLE 5160 OF THE REVISED CIVIL STATUTES OF TEXAS I AS AMENDED BY YY A VOF',THE 56TH LEGISLATURE, REGULAR SESSIO N, 1959 0011 ALL MEN BY THESE PRESENTS, that r Iter called the Princfpet(s) as UNINSU" STAn OF "INNSYLVANIA (here I naAeP1C1*Rt4t1r_he-' iui4ty(s), as Surety s), are held Jboc C4 ��Wa 4'M 'to the .City, ty of Lut k (hereinafter EWE) lawful liokwy a If called the Obligee), in the wxmt of the United States for the payment whereof, the said Principal and Surety bird themselves, and their heirs, adminis- trators, executors, successors and assigns, Jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the day of ld? to r and said Principal under the taw is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and tAlthe same extent as if copied at length herein. N�(;',YkEkEiCR'E',!!.M'E'.C"ORDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying 6o ard,-material: to him or a sub -contractor in the prosecution of the work provided for in said con tract, then, his obIIgation shalt be void; otherwise to remain In full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended by Acts of the 56th Legislature, Regular Session, 1959, and all liabilities on this bond shalt be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. r r F! BOND CHECK BEST RATING LICENSE 711 TEXAS DATE 41 'h y 1N WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and seated this instrument this day of Tu'AI 19—IL. 'I'fIE INSURANCE COMPANY OF THB STATE OF YENNSYLVANLA Surety Principal roc. o �2/D13 /,�•9FF/c C o�u T7?f�tr ,�� t .r�!� 'V .f F ,' 8y:cG (." AN,/W .L.i ►1 •"� 5T ice) By: (7itle) By: (7itle) die MsAr.,edgroly company represents that it is duly qualified to do business in Texas, and hereby des- ignates n + agent resident in Lubbock County to whom any requisite notices may be delivered and on wham service of process may be had in matters arising out of such suretyship-...�N� (rOANY OF COUNTERSIGNED THSS�S STATE OFPENNSYLVANIA Surety Sys i Q 7EXA5 OWN r 11pihW66W JL Approved as to form: Cit ubbock r G By: City At rney *Note: if signed by an officer of the Surety Company there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. if signed by an Attorney in Fact, we must have copy of power of attorney for our files. -16- POWER OF ATTORNEY The Insurance Company of the State of Pennsylvania Principal Bond Office: 70 Pine Street, New York, N.Y.10270 No. 44-B-37740 KNOW ALL MEN BY THESE PRESENTS: That The Insurance Company of the State of Pennsylvania, a Pennsylvania corporation, does hereby appoint ---J. Mark Whitehead, Richard M. LaRue, Jr., J. Mark Whitehead, Jr., Cindy Shaft: of Maitland, Florida --- its true and lawful Attorney(s)-in-Fact, with full authority to execute on its behalf bonds, undertakings, recognizances and other contracts of indemnity and writings obligatory in the nature thereof, issued in the course of its business, and to bind the company thereby. IN WITNESS WHEREOF, The Insurance Company of the State of Pennsylvania has executed these presents this day of/ Janu ,1992. Mark E. Reagan, a Vice President STATE OF NEW YORK ) COUNTY OF NEW YORK)ss. On this _9 day of January , 1992, before me came the above named officer of The Insurance Company of the State of Pennsylvania, to me personally known to be the individual and officer described herein, and acknowledged 70SEPH B. NOZZOI "C� that he executed the foregoing instrument and affixed the seal of Notary Public, State of 54 Yarn g g No. Ot-N0465275a said corporation thereto by authority of his office. Qualified in Westchester Countqj Zem Expires Jan. 31; SKY. CERTIFICATE Excerpts of Resolution adopted by the Board of Directors of The Insurance Company of the State of Pennsylvania, on May 18, 1976: "RESOLVED, that the Chairman of the Board, the President, or any Vice President be, and hereby is, authorized to appoint .attorneys -in -Fact to represent and act for and on behalf of the Company to execute bonds, undertakings, recognizances and other contracts of indemnity and writings obligatory in the nature thereof, and to attach thereto the corporate seal of the Company, in the transaction of its surety business; "RESOLVED, that the signatures and attestations of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company when so affixed with respect to any bond, undertaking, recognizance or other contract of indemnity or writing obligatory in the nature thereof; "RESOLVED, that any such Attorney -in -Fact delivering a secretarial certification that the foregoing resolutions still be in effect may insert in such certification the date thereof, said date to be not later than the date of delivery thereof by such Attorney -in -Fact." I, Elizabeth M. Tuck, Secretary of The Insurance Company of the State of Pennsylvania, do hereby certify that the foregoing excerpts of Resolution adopted by the Board of Directors of this corporation, and the Power of Attorney issued pursuant thereto, are true and correct, and that both the Resolution and the Power of Attorney are in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of the corporation this .23-- day of JK,✓Z!— ,191—Z— Eli:mbeth M. Tuck, Secretary 0 is IY W u z oe W 0 (THIS PAGE LEFT BLANK INTENTIONALLY) I STATUTORY PERFORMANCE BOND PURSUANT TO ARTICLE S160 OF THE REVISED CIVIL STATUTES OF TEXAS AS s <' AMENDED BY r °r�3`,�t! iir, + , ACTSAF-THE 56TH LEGISLATURE, REGULAR SESSION 1959 y' C�Q.tAA y+e l'ON�a d t. KNOW ALL MEN BY THESE PRESENTS, that (here After called the Princi�it(s), as Principal(s), and THEMURM 'SHE STA'1'B OF OWNSYLVAN%A► ._�. (hereinafter'ta(led ti�m��Syurety(s), as i rety(s a�re,�eld nd firmlyo the Cityof Lubbock (hereinafter called the Obl,tgee)1 in..the t oftj i 'nAI t"A *"' olfars (f ) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, *nd their heirs, administra- tors, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 11 day of R % fa FPi C SSLwAL- and said principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully per- form the work in accordance with the plans, specifications and contract documents, 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 Article 5160 of the Revised Civil Statutes of Texas as amended by Acts of the 56th Legislature, regular session 1959, and at liabilities on this bond shall be determined in accordance with the provisions of said article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (a) have signed and sealed this instrument this day of VAIIF M IN-SUMUN7UMP& OF 'Z MMYLVANIA�L.D2�DA T1L/x/e �.yf��oL�trr! Surety Principal0011, r *By: ��ht At�oclley 1n FaCttltd ... ( i t t e ) BOND CHECK By: _ BEST RATING...._.. (Title) LICENSED IN TEXAS By: DATE ''By (Title) -1e- The undersigned rsurety company represents that it is duly qualified to do business in Texas, and hereby des ignat ent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. TM INSURANCE COMPANY QF THE STATE OF PEN1titSMANIA COUNTERSIGNED surety J .. ehar Uri Cp EGG.`. F �, .x,.IiilicM y: . Approved as to 1F Ra4D aU'r P<—AaUT Y In FW - FL�IIda Reaida�xA� Ord City xck City Attorney *Note: If signed by an officer of the Surety,Company, there must be on file a certified extract from the by -lows showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have Copy of power of attorney for our files. `It�"}`ii�''��.+�,tt`II�t.}pw�:q�.,.�►�t`i�':,`..y�,3ie�i' "'g12�R° -19- POWER OF ATTORNEY The Insurance Company of the State of Pennsylvania Principal Bond Office: 70 Pine Street, New York, N.Y.10270 Na. 44-B-37740 KNOW ALL MEN BY THESE PRESENTS: That The Insurance Company of the State of Pennsylvania, a Pennsylvania corporation, does hereby appoint ---J. Mark Whitehead, Richard M. LaRue, Jr., J. Mark Whitehead, Jr., Cindy Shaft: of Maitland, Florida --- its true and lawful Attorney(s)-in-Fact, with full authority to execute on its behalf bonds, undertakings, recognizances ;and other contracts of indemnity and writings obligatory in the nature thereof, issued in the course of its business, and to bind the company thereby. IN WITNESS WHEREOF, The Insurance Company of the State of Pennsylvania has executed these presents �y this 9davc anu ,1992. f 1117Mark E. Reagan, a Vice President STATE OF NEW YORK ) COUNTY OF NEW YORK)ss. On this 9 day of January ,1992, before me came the above named officer of The Insurance Company of the State of Pennsylvania, to me personally known to be the individual and officer described herein, and acknowledged JOSEPH 8. NOZ70LIO that he executed the foregoing instrument and affixed the seal of Notary Public, State of 54 Y�r'� g g No. 01.1J04652754 said corporation thereto by authority of his office. Qualified in Westchester County, seem Expiros Jan. 31; 'Way. CERTIFICATE Excerpts of Resolution adopted by the Board of Directors of The Insurance Company of the State of Pennsylvania, on May 18,1976: "RESOLVED, that the Chairman of the Board, the President, or any Vice President be, and hereby is, authorized to appoint .Attorneys -in -Fact to represent and act for and on behalf of the Company to execute bonds, undertakings, recognizances and other contracts of indemnity and writings obligatory in the nature thereof, and to attach thereto the corporate seal of the Company, in the transaction of its surety business; "RESOLVED, that the signatures and attestations of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company when so affixed with respect to any bond, undertaking, recognizance or other contract of indemnity or writing obligatory in the nature thereof; "RESOLVED, that any such Attorney4n-Fact delivering a secretarial certification that the foregoing resolutions still be in effect may insert in such certification the date thereof, said date to be not later than the date of delivery thereof by such Attorney -in -Fact.' I, Elizabeth M. Tuck, Secretary of The Insurance Company of the State of Pennsylvania, do hereby certify that the foregoing excerpts of Resolution adopted by the Board of Directors of this corporation, and the Power of Attorney issued pursuant thereto, are true and correct, and that both the Resolution and the Power of Attorney are in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of the corporation this �3 day of 191t" VElimbeth M,-Tuck, Secretary CERTIFICATE OF INSURANCE -20- (THIS PAGE LEFT BLANK INTENTIONALLY) CASUALTY INSURANCE BINDER LIBERTY MUTUAL. WITH RESPECT TO GL COVERAGE, THIS POLICY PROVIDES ❑ Claims Made ❑ Occurrence INSURED CITY nF T,TTRROry CA) FLORIDA TRAFFIC _CONTROL DEVICES INC. P.O. BOX 418 ADDRESS ALTAMONTE SPRINGS, FL 32712 Pending the issuance of the policy or policies of the type or types described below, LIBERTY MUTUAL INSURANCE GROUP agrees to insure the insured, but only for the coverages indicated, in accordance with the provisions of the policy or policies in current use by It. The limit of the Company's Liability or Amount of Insurance against each such coverage shall be stated herein, subject to all the terms of the policy having refer- ence thereto, and no Insurance is provided for coverages for which no such limit or amount is stated. Issuance of the executed policy or policies voids this binder as of the effective date of such policy. This binder may be cancelled (1) by the company by written notice to the insured at the address shown above stating when thereafter such cancellation shall be effective, or (2) by the insured by mailing written notice to the company stating when thereafter such cancellation shall be effective. 8/15/92 12:01 a. This binder shall be effective on at _M., and unless previously cancelled, shall expire on 10/ 15/92 at 12:01 A.M., Standard Time, at the address of the insured. SYi NUMBER POLICY ASSIGNED) TYPE OF POLICY MBER t4~MOL. LOCATIONS TO WHICH BINDER APPLIES TF-1 151-226901 OWNERS & CONTRACTORS PROTECTIVE POLICY LIMITS OF LIABILITY FOR WORKERS' COMPENSATION, EMPLOYERS' LIABILITY AND GENERAL LIABILITY WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY POLICY SYMBOL SPECIAL PROVISIONS OR AMOUNTS OF INSURANCE FOR OTHER CASUALTY POLICIES STATES COVERED TF-1 OWNERS & CONTRACTORS PROTECTIVE LIABILITY POLICY LIMIT OF LIABILITY — COVERAGE B AGGREGATE LIMIT— 500,000 BODILY INJURY BY ACCIDENT BODILY INJURY & f EACH ACCIDENT PROPERTY DAMAGE 100,000 BODILY INJURY BY DISEASE f EACH PERSON BODILY INJURY BY DISEASE i POLICY LIMIT BI & PD LIMITS OTHER LIMITS POL. LOC. GEN'L AGGREGATE PRODUCTS/COMP. EACH OCCURRENCE FIRE LEGAL * MEDICAL * PERS/ADV. INJUR SYM NO. Other than Prod/Comp Op OPS AGGREGATE LIAR. Per Fire PAYMENTS Per Person or Org DEDUCTIBLE Retroactive Date is as defined in the policy and is the same as the effective date unless otherwise stated herein. RETROACTIVE DATE: Subject to occurrence limi Imo• This binder when duly countersigned is issued on behalf of LIBERTY MUTUAL INSURANCE GROUP, herein referred to as the Company as respects the indicated coverages under forms customarily written in such Company. SALES REP AND SALES of Liberty Mutual Insurance Group POLICY ISSUING OFFICE NEI ' E' Q-,� .......... -'�? �.`.�4'�0.%lc: ~ ..... TYPED BY DA vc•�+ ••.y«"' Couotersianed III Authorized Reprewntative Liberty Mutual OQ ^e• ef• 0......, .. ., ern . No Text To. CITY of tussoct FLORIDA TRAFFIC CONTROL DEVICES INC. PATE= 6/23/92 P.O. BOX 418 Type of TRAFFIC SIGNAL INSTALLATION Lubboek, Texas ALTAMONTE SPRINGS, FL 32715 ProjesttBID#12001 THIS IS TO CERTIFY THAT (Warne and Address of Insured) is, at the 4te of this cartifielte, In- sured by this Company with respect to the business operations hereinafter described, for the types of insurancs and in accordance with the provisions of the standard polltlu seed by this Company, the further hereinafter dasarlt*d. Exceptions to standard policy noted hereon. ' TYPE OF INSURANCE Policy No. Effective txplrss Limits of Liability ................................................................................................................... 4orktnen's WC2-151-226901-012 5/1/92 5/1/93 5p00,,p00p0 EA ACCIDENT Compensation .3B8j00.F,OALICY LIMIT ................................................ 4.........--•--------.................. ... I, Owner's Protec- TFl-151-226901 8/15/92 12/12/92 INXisiam t,",,,,_,,,,_ I` tivt or contin- 901 i' X XX 9500,-0 0 AGGREGATE gent Ilobl I i ty si y4xffx N1O t t 0,0f1f1 RI&PD LIAB ................................................................................................................... LIMIT Contractor's TF1-151-226901 8/15/92. .12/12/92 AvueXf t�...�..,.,�_ Protective or t50n�_aGGREGATE Contingent XHXWJ =UK $100,000 BI&PD LIMIT Liability........... ................. ......... .. ............................................................. ... ... Par Person t A AutomobiteAS7-151-226901-052 5/1/92 5/1/93 Per occurrence tI , 000.000 CSL j Property Danage f ............... ......................................... :........ .......... .......................... .. pp� GEN AGG ComprehensiveTB7-151-226901-042 5/1/92 5/1/93,000PRODUCTS Cenral Liability t 000 000M&PD LIAB ......................................................... ............. .................................. I0•OINJURYNAL /A Nrbratle liebitity :��........... TH1-151-226901-032 5/1/92 5/1/93 5,000,000 LIMIT .................................................................................................................... _ The foregoing Policies (do) (j cover ail sub- contractors. Locations Covered DESCRIPTION of operations Covered TRAFFIC SIGNAL INSTALLATION The above policies either in the body thereof or by appropriate erdaraement provide the% they may not be changed or canceted by the insurer in less than the legal time required after the insured has received +mitten notice of such chance or cancellation, or in case there is no lsgel requirement, in less then five days in advance of cancellation. FIVE COPIES OF TNI: CERTIFICATE KXT !E SENT TO' TK( 01AER. CITY OF LUBBOCK P.O. BOX 2000 LUBBOCK, TX 70457 LIBERTY MUTUAL INS CO. (N of I yrer) tyt T 1 telm SIGNATURE AGENT M N N (THIS PAGE LEFT BLANK INTENTIONALLY) R" CONTRACT STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this June 11, 1992, by and between the City of Lubbock, County of Lubbock, State of Texas, acting by and through David R. Langston, Mayor, thereunto authorised to do so, hereinafter referred to as OWNER, and FLORIDA TRAFFIC CONTROL DEVICES. INC. of the City of HOUSTON, County of HARRIS and the State of TEXAS, hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CON- TRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as fol- lows: BID 9 12001 - TRAFFIC SIGNAL INSTALLATIONS PROJECT IN THE AMOUNT OF $298,500.000. and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, Labor, insurance and other accessories and services necessary to complete the said construction in accordance with the contract documents as defined in the General Condition of Agreement. The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given to him and to substantially complete same within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the proposal submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereof as provided therein. IN WITNESS WHEREOF, the parties -to these presents have Texas in the year and day first above Kritten. ATTEST: rCorpor to �gecretaiy FLORIDA TRAFFIC CONTROL DEVICES, INC. CONTRACT By. , TITLE• //C6r COMPLETE ADDRESS: PO BOX 890028 HOUSTON, TX 77289-0028 r -23- (THIS PAGE LEFT BLANK INTENTIONALLY) i. 1. iI w- GENERAL CONDITIONS OF THE AGREEMENT i -24- (THIS PAGE LEFT BLANK INTENTIONALLY) U F GENERAL CONDITIONS OF THE AGREEMENT 1. OWNER Whenever the word owner, or the expression Party of the First Part, or First Party, are used in this con- tract, it shalt be understood as referring to the City of Lubbock, Texas. 2. CONTRACTOR Whenever the word Contractor, or the expression Party of the Second Part, or Second Party, is used, it shall be understood to mean the person, persons, co -partnership or corporation, to -wit: FLORIDA TRAFFIC CONTROL DEVICES. INC., who has agreed to perform the work embraced in this contract, or to his or their legal representative. 3. OWNER'S REPRESENTATIVE whenever the word owner's Representative or representative is used in this contract, it shall be understood as referring to DAVID E. WOOSLEY, CITY TRAFFIC ENGINEER, City of Lubbock, under whose_ supervision these contract documents, including the plans and specifications, were prepared, and who will inspect construc- tions; or to such other representative, supervisor, or inspector as may be authorized by said Owner to act in any particular under this agreement. Engineers, supervisor or inspectors will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or men acting in behalf of the Contractor. 4. CONTRACT DOCUMENTS The contract documents shall consist of the Notice to Bidders, General Instructions to Bidders, Proposal, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificate, and all other documents made available to Bidder for his inspection in accordance with the Notice to Bidders. 5. INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative. Whenever in the Specifications or drawings accompanying this agreement, the terms of description of various qualities relative to finish, workmanship, or other qualities of similar kind which cannot, from their na- ture, be specifically and clearly described and specified, but are necessarily described in general terms, I l the fulfillment of which must depend on individual judgment, then, in all such cases, any question of the J fulfillment of said Specifications shall be decided by the Owner's Representative, and said work shall be done in accordance with his interpretations of the meaning of the words, terms, or clauses defining the ii character of the work. 6. SUBCONTRACTOR The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for performance of work on the project contemplated by these contract documents. Owner shall have no re- rsponsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated 7 -25. a i 4A by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due Subcontractor. 7. WRITTEN NOTICE Written notice shall be deemed to have been duly served if delivered in person to the .individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address known to him who gives the notice. 8. WORK Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the work covered by the contract docu- ments. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. 9. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract docu- ments has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. 10. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly Locating all work in accordance with the Plans and Specifications. 11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished with one copies of all Plans, Profiles and Specifications without expense to him and he shell keep one copy of same consistently accessible on the job site. 12. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress of quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract docu- ments. He will not be required to make exhaustive or continuous on -site inspections to check the quality or quantity of the work, nor will he be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. His efforts will be directed towards providing assurances for the Owner that the completed project will conform to the requirements of the contract docu- ments, but he will not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. On the basis of his on -site observations, he will keep the Owner informed of the progress of the work and will endeavor to guard the owner against defects and deficiencies in the work of the Contractor. -26 TAll lines and grades shall be furnished by the Owner's Representative whenever necessary for the commence- ment of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend his work in order to permit owner's Representative to comply with this requirement, but such suspension will be as brief as practical and Con- tractor shall be allowed no extra compensation therefore. The Contractor shall give the owner's Repre- tentative ample notice of the time and place where lines and grades will be needed. All stakes, narks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by him, his Subcontractors, or his employees, such stakes, narks, etc., shall be replaced by the Owner's Representa- tive at Contractor's expense. OMER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, it is manually agreed between the parties to this Agreement that the Owner's Representative shalt review all work included herein. He has the authority to stop the work whenever such stoppage may be necessary to insure the proper execution of the contract. In order to permit delays and disputes and to discourage litigation, it is further agreed that the Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid for under this contract. He shall determine all questions in relation to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The Owner's Representative's estimates and findings shall be conditions precedent to the right of the parties hereto to arbitration or to any action on the contract, and to any rights of the Contractor to receive any money under this contract; provided, however, that should Owner's Representative render any decision or give any direction, which in the opinion of either party hereto, is not in accordance with the meaning and intent of this contract, either party may file with said Owner's Representative within 30 days his written objection to the decision or direction so rendered, and by such action may reserve the right to submit the questions to raised to arbitration as hereinafter provided. It is the intent of this Agreement that there shall be no delay in the execution of the work, therefore, written decisions or direc-tion of the Owner's Representative as rendered shall be promptly carried out, and any claim arising there- from shall be thereafter adjusted to arbitration as hereinafter provided. The Owner's Representative shall, within a reasonable time, render and deliver to both the Owner and the Contractor a written decision on all claims of the parties hereto and on all questions which may arise rela- tive to the execution of the work or the interpretation of the contract, specifications and plans. Should the owner's Representative fail to make such decision within a reasonable time, an appeal to arbitration may be taken as if his decision had been rendered against the party appealing. 15. SUPERINTENDENCE AND INSPECTION It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors as the said Owner's Representative may deem proper to inspect the materiels furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Con- tractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor nay within six (6) days make written appeal to the Owner's Representative for his decision. F -27- 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in his absence and sit directions given to him shall be binding as if given to the Contractor. Adequate supervision by -- competent and reasonable representatives of the Contractor Is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Con- tractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives will not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of his agents or employees, or any other persons performing any of the work. 17. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied himself as to the na- ture and location of the work, the confirmation of the ground, the character, quality and quantity of mate- rials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way effect the work under this contract. No verbal agreement or conversation with any officer, agent, or employee of the Owner, either before or after the execution of this contract, shall effect or modify any of the terms or obligations herein contained. 18. CHARACTER OF WORKMEN — The Contractor agrees to employ only orderly and competent men, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform him in writing that any man or men on the work, are, in his opinion, incompetent, unfaithful, or dis- orderly, such man or men shall be discharged from the work and shall not again be employed on the work with- out the Owner's Representative's written consent. 19. CONSTRUCTION PLANT The Contractor shalt provide all labor, tools, equipment, machinery and materials necessary in the prosecu- tion and completion of this contract where it is not otherwise specifically provided ,that Owner shall fur- nish same, and it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it Is finally completed and accepted. The building of structures for the housing of men or equipment will be permitted only at such places as the Owner's Representative shall direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. 20. SSANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public ob- servation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's Representative and their use shall be strictly enforced. .28- T 21. OBSERVATION AND TESTING The Owner or Owner's Representative shall have the right at all reasonable times to olserve and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such obser- vation and testing at any location wherever work is in preparation or progress. Contractor shall ascertain the scope of any observation which may be contemplated by Owner or Owner's Representative and shall give am- ple notice as to the time each part of the work will be ready for such observation. Owner or Owner's Rep- resentative may reject any work found to be defective or not in accordance with the contract documents, re- gardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether Owner's Observer has previously accepted the work through oversight or otherwise. If any work should be covered without approval or consent of the Owner, it gist, if requested by Cwner or owner's Repre- sentative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representa- tive to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by law or the contract documents. If any work which is required to be inspected, tested, or approved is covered up without written approval or consent of the owner or Owner's Representative, it must, if requested by the Owner or Owner's Representa- tive, be uncovered for observation and testing at the Contractor's expense. - The cost of all such inspec- tions, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests, inspections or approval, and any work which meets the requirements of any such tests or approval but does not meet the requirements of the contract documents shall be considered defective. Such defective work shall be corrected at the'Contractor's expense. Neither observations by the Owner or owner's Representative, nor inspections, tests, on approvals made by r• owner, owner's Representative, or other persons authorized under this agreement to make such inspections, tests, or approvals shalt relieve the Contractor from his obligation to perform the work in accordance with the requirements of the contract documents. A 22. DEFECTS AND THEIR REMEDIES It is further agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Owner or Owners' Representative as un- suitable or not in conformity with plans, specification and contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such saterial and re- build or otherwise remedy such work so that it shall be In full accordance with this contract. It is fur- ther agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. r 23. CHANGES AND ALTERATIONS 1 The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, In the line, grade, form dimensions, plans or or materials for the work herein contemplated, or any part thereof, either before or after the beginning of *the construction, without affecting the validity of this contract and the accompanying bond. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis fora claim for damages, or anticipated profits on the work that may be dispensed with. If they in- crease the amount of work, and the increased work can fairly be classified under the s;ecifications, such increase shall be paid according to the quantity actually done and at the unit price established for such work under this contract; otherwise such additional work shall be paid for as provided under Extra Work. In 71 -29- case the Owner shall wake such changes or alterations as shall make useless any work already done or mate - Hat already furnished or used in said work, then the Owner shall recompense the Contractor for any material _ or labor so used, and for any actual loss occasioned by such change, due to actual expenses incurred in preparation for the work as originally planned. 24. EXTRA WORK The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, al- teration or addition to the work as shown on the plans and specifications or contract documents and not cov- ered by Contractorss proposal, except as provided under Changes and Alterations herein. It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representa- tive when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods: Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or Method (C) If neither Method (A) or Method (B) be agreed upon before the extra work is com- menced, then the Contractor shalt be paid the actual field cost of the work, plus fifteen (15%) per cent. In the event said extra work be performed and paid for under Method (C), then the provisions of ,this para- graph shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with sit expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workmen's Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which.accounts of the actual field cost shall be kept and records of these accosts shall be made available to the Owner's Representative. The Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these mat- ters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machin- ery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and com- pensate him for his profit, overhead, general superintendence and field office expense, and all other ele- ments of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." Mo claim for extra work of any kind will be allowed unless ordered in writing by Owners Representative. to case any orders or instructions appear to the Contractor to involve extra work for which he should receive compensation or an adjustment in the construction time, he shalt make written request to the Owner's Repre- sentative for a written order authorising such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and the Owner's.Representative in- sists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C). The Contractor will thereby preserve the right to submit the matter of payment to arbi- tration as herein below provided. .30- 25. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of.this contract that all work described in the proposal, the specifications, plans and other contract documents, Is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances necessary to complete the work in accordance with the Intent of these contract documents as interpreted by Owner's Representative. If the Contractor finds any discrepancies or emissions in these plans, specifications, or contract documents, he should notify the Owners' Representative and obtain a clarification before the bids are received, and if no such request is received by the Owner's Representative prior to the opening of bids, then it shall be considered that the Contractor fully understands the work to be included and has provided sufficient sins in his proposal to k complete the work in accordance with these plans and specifications. It is further understood that any re- quest for clarification oust be submitted no later than five days prior to the openinc of bids. 26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of work with the rate of progress required under this contract, the Owner or Owner's Representative may order the Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the progress herein speef- fied, the Contractor shall, if so ordered in writing, increase his force or equipment, or both, to such an extent as to give reasonable assurance of compliance with the schedule of progress. 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC The Contractor shall take out and procure a policy or policies of Workmen's Compensation insurance with an insurance company licensed to transact business in the State of Texas, which policy shall ,comply with the Workmen's Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and sunicipal laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor, his sureties and insurance carriers shall defend, indem- nify and save harmless the owner and all of its officers, agents and employees from all suits, actions, or claims of any character whatsoever, brought for or on account of any injuries or damages received or sus- tained by any person or persons or property, on account of any negligent act or fault of the Contractor or any subcontractor, their agents or employees, in the execution and supervision of said contract, and the project which is the subject matter of this contract, on account of the failure of Contractor or any subcon- tractor to provide necessary barricades, warning lights, or signs and will be required to pay any judgment with costs which may be obtained against the Owner or any of its officers, agents, or employees including attorney's fees. The safety precautions taken shall be the sole responsibility of the Contractor, in his sole discretion as on independent Contractor; inclusion of this paragraph in the Agreement, as well as are/ notice which may be given by the owners or the owner's Representative concerning omissions under this paragraph as the work pro- gresses, are intended as reminders to the Contractor of his duty and shall not be construed as any assump- tion of duty to supervise safety precautions by either the Contractor or any of his subcontractors. r -31- Z8. CONTRACTOR'S INSURANCE The Contractor shall procure and carry at his sole cost and expense through the life of this contract, in- surance protection as hereinafter specified. Such insurance shalt be carried with an insurance company au- thorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A. Comprehensive General liability Insurance The contractor shall have Comprehensive General Liability Insurance with limits of $300,000 Bodily Injury and $300,000 Property Damage per occurrence to include: Premises and operations Explosion i Collapse Hazard Underground Damage Hazard Products i Completed Operations Hazard Contractual liability Independent Contractors Coverage ^ Personal Injury (with exclusion NO waived) The City is to be named as an additional insured on this policy for this specific job, and copy.of the endorsement doing so is to be attached to the Certificate of Insurance. B. Owner's Protective or Contingent Public Liability Insurance and Property Damage Liability Insurance. The Contractor shall obtain an Owner's Protective or Contingent Public Liability Insurance policy naming the City of Lubbock as insured and the amount of such policy shall be as follows For bodily injuries, including accidental death, $500,000 per occurrence, and $100,000 for Property Damage. C. Comprehensive Automobile Liability Insurance' The Contractor shall have Comprehensive Automobile liability Insurance with limits of not less than; ^ Bodily Injury $250/500,000 Property Damage $100,000 to include all owned and non -owned cars including:- Employers Won -ownership Liability Hired and Non - owned Vehicles. The City is to be named as an additional insured on this'policy for this specific — job and copy of the endorsement doing so is to be attached to the Certificate of Insurance. D. guilder's Risk Insurance The Contractor shall obtain a Builder's Risk policy in the amount of (100% of poten- tial loss) naming the City of Lubbock as insured. -32- E. Excess or Umbrella Liability Insurance The Contractor shall have Excess or Umbrella Liability Insurance in the amount of (51,000,000 minimum) with coverage to correspond with Comprehensive General Liability and Comprehen- sive Automobile Liability coverages. The City is to be nerved as an additional insured on this policy for this specific job and copy of the endorsement doing so is to be attached to the Certificate of Insurance. F. Yorkeres Compensation and Employers Liability Insurance As required by State statute covering all employees whether employed by the Contractor or any Sub- contractor on the job with Employers Liability of at least $100,000 limit. G. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: (1) The name and address of the insured. (2) The location of the operations to which the insurance applies. (3) The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate.' (4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. (5) A provision that the policy may be canceled only by mailing written notice to the named in- sured at the address shown in the bid specifications. (6) A provision that written notice shall be given to the City ten days prior to any change in or cancellation of the policies shown on the certificate. (7) The certificate or certificates shall be on the form (or identical copies thereof) con -tamed in the job specifications. No substitute of nor amendment thereto will be accept- able. i 29. PROTECTION AGAINST CLAIMS OF sl1BCONTRACTORS. LABORERS, MATERIALMEN. AND FURNISHERS OF MACHINERY. fOUIPMENT AND SUPPLIES The Contractor agrees that he will Indemnify and save the Owner harmless from all claims growing out of any demands of subcontractors, laborers, workmen, mechanics, materlalmen and furnishers of machinery and parts thereof, equipment, power tools, alt suppliers, including commissary, incurred in the furtherance of the performance of this contract. when Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. t if during the progress of the work, Contractor shall allow any indebtedness to accrue for work furnished by any of those designated in the preceding paragraph and shall fail to pay and discharge any such indebtedness within five (5) days after demand is made, then Owner may, during the period for which such indebtedness F .33- shall remain unpaid, withhold from the unpaid portion of this contract, a sum equal to the amount of such unpaid indebtedness or pay apply the sum so withheld to discharge any such indebtedness. Any and all communications between any party under this paragraph out be in writing. 30. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION ^ The contractor shall pay all royalties and license fees, and shall provide for the use of any design, de- vice, material or process covered by letters patent or copyright by suitable legal agreement with the Paten- tee or Owner thereof. The Contractor shall defend all suits or claims for infringement of any patent or copyrights and shalt indemnify and save the Owner harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is speci- fied or required in these contract documents by Owner; provided, however, if choice of alternate design, de- vice, material or process is allowed to the Contractor, then Contractor shall indemnity and save Owner harm- less from any loss on account thereof. If the material or process specified or required by Owner is an in- fringement, the Contractor shall be responsible for such loss unless he promptly gives written notice to the Owner of such infringement. 31. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner effect the contract or the work, and shall indemnify and save harmless the Owner against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor or his employees. If the Contractor observes that the plans and specifications are at variance therewith, he shall promptly notify the Owners$ Representative in writing and any necessary changes shall be adjusted as provided in the contract for changes in the work. If the Contractor performs any work knowing it to be contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, he shall bear all costs arising therefrom. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, in- sofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. 32. ASSIGNMENT AND SUBLETTING -The Contractor further agrees that he will retain personal control and will give his personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from his full obligations to the Owner, as provided by this contractual agreement. 33. TIME FOR COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and time for completion as specified in the contract of work to be done hereunder are essential _ conditions of this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced on a date to be specified in the Notice to Proceed. If the Contractor should neglect; fail, or refuse to complete the work within the time herein specified, or any proper extension thereof granted by the Owner, then the Contractor does hereby agree as part of the con- sideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sun of $100.00 (ONE HUNDRED DOLLARS) PER DAY, not as a penalty, but as liquidated damages DIM for the breach of the contract as herein set forth for each and every calendar day that the Contractor shall be in default after the time stipulated for completing the Mork. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the com- pletion of the work described herein is reasonable time for the completion of the sanwr, taking into consid- eration the average climatic change and conditions and usual industrial conditions prevailing in this local- ity. The w ouit is fixed and agreed upon by and between the Contractor and the Owner because of the impractica- bility and extreme difficulty in fixing and ascertaining actual damages the Owner would in such event sus- tain, and the amount is agreed to be damages the Owner would sustain and shall be retained by the Owner from current periodical estimates for payments or from final payment. It is further agreed and understood between the Contractor and Owner that time is of the essence of this rcontract. 1 134. TIME AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Con- tractor shall be allowed to prosecute his work at such time and sessions, in such order of precedence, and In such manner as shall be most conductive to economy of construction; provided, however, that the order and time of prosecution shall be such that the work shall be substantially completed as a whole and in part, in accordance with this contact, the plans and specifications, and within the time of completion designated in the proposals; provided, also, that when the Owner is having other work done, either ty contract or by his own force, the Owner's Representative may direct the time and manner of constructing work done under this poll contract to that conflicts will be avoided and the construction of the various works being done for .the Owner shall be harmonised. The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules which shall show the order in which the Contractor proposes to carry on the work, with dates at which the Contractor will start the several parts of the work and estimated dates of completion of the sev- eral parts. 35. EXTENSION OF TIME }� The Contractor agrees that he has submitted his proposal in full recognition of the time required for the I` completion of this project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has considered the liquidated damage provisions of paragraph 33 hereinabove set forth and that he shall not be entitled to, nor will he request, an extension of time on this contract, except when his work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors employed by the owner, or by changes ordered in the work, or by strike, walk -outs, acts of God or the public enemy, fire or flood. The Contractor may apply in writing for an ex- tension of time, submitting therewith sit written justificationas may be required by Owner's Representative ( for such an extension as requested by Contractor. The Owner's Representative within ten (10) days after re- ceipt of a written request for an extension of time by the Contractor supported by all requested docu- �'�" mentatfan shall then submit such written request.to the City Council of the City of Lubbock for their con-sideration. Should the Contractor disagree with the action of City Council on granting an extension of l time, such disagreement shall be settled by arbitration as hereinafter provided. 36. HINDRANCE AND DELAYS In executing the contract agreement, the Contractor agrees that in undertaking to complete the work within the time herein fixed, he has taken into consideration and made allowances for all hindrances and delays in- cadent to such work, whether growing out of delays in securing material or workmen or otherwise. No charge r -35. shalt be made by the Contractor for hindrance or delays from any cause during the progress of any part of the work embraced in this contract except where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which event, such expense as in the judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to Contractor. 37. QUANTITIES AND MEASUREMENTS No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other contract documents are intended to show clearly all work to be -- done and material to be furnished hereunder. Where the estimated quantities are shown for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their proposals of- ^ fered for the work. It is understood and agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of work done and materials furnished on the project. 38. PROTECTION OF ADJOINING PROPERTY The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and he shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. The Contractor agrees to indemnify, save and hold harmless the Owner against any claim or claims for damages due to any injury to any adjacent or adjoining property, arising or growing out of the perfor- mance of this contract, but such 'indemnity shall not apply to any claim of any kind arising out of the exis- tence or character of the work. 39. PRICE FOR WORK In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the proposal attached hereto, which has been made apart of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses incurred by him and for well and truly performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. 40. PAYMENTS No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of de- fective work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or _ otherwise, that there are no outstanding liens against Owner's premises by reason of any work under the con- tract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner which have not theretofore been timely filed as provided in this contract. .36- F 42. 43. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an applica- tion for partial payment. Owner's Representative shall review said application for partial payment and the progress of the work made by the Contractor and If found to be in order shall prepare a certificate for par- tial payment showing as completely as practical the total value of the work done by the Contractor up to and Including the last day of the preceding month; said statement shall also Include the value of all sound ma- terials delivered on site of the work that are to be fabricated into the work. The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owners Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be retained until final payment, and further, less ell previous payments and all further sums that may be retained by owner under the terms of this agreement. It Is understood, however, that in case the whole work be near to completion, and this fact is certified to by owners Representative and some unexpected and some unusual delay occurs due to no fault or negligence on the part of the Contractor, the Owner may upon written recommerxiation of Owner's Representative pay a reasonable and equitable portion of the retained per- centage due Contractor. FINAL COMPLETION AND ACCEPTANCE within thirty-one (31) days after the Contractor has given the Owner's Representative written notice that the work has been completed or substantially completed, the Owner's Representative and the owner shell in- spect the work and within said time, if the work be found to be completed or substantially completed in ac- cordance with the contract documents, the Owners Representative shall issue to the Owner and Contractor his certificate of completion, and thereupon it shall be the duty of the Owner within thirty-one (31) days to issue a certificate of acceptance of the work to the Contractor. FINAL PAYMENT Upon the issuance of the certificate of completion, the Owner's Representative shall proceed to make final measurement and prepare a final statement of the value of all work performed and materials furnished under the terms of the agreement, and shell certify same to the Owner, who shall pay to the Contractor on or be- fore the 31st day after the date of certificate of completion, the balance due Contractor under the terms of this agreement, provided he has fully performed his contractual obligations under the terms of this con- tract; and said payment shall become due in any event upon said performance by the Contractor. Neither the certificate of acceptance nor the final payment, nor any provisions in the contract documents shalt relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the special condi- tions (if any) of this contract or required in the specifications made a part of this contract. 44. CORRECTION OF WORK BEFORE FINAL PAYMENT FOR WORK Contractor shall promptly remove from Owners' premises all materials condemned by the Owner's Representative on account of failure to conform to the contract, whether actually incorporated in the work or not, and Con- tractor shall at his own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract. Contractor shell also bear the expense of restoring all work of other eontractors'damaged by any such removal or replacement. If Contractor does not remove and replace any such condemned work within a reasonable time after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractors expense. 45. CORRECTION OF WORK AFTER FINAL PAYMENT Neither the final payment nor certificate nor any provision in this contract shell relieve the Contractor of responsibility for faulty materials or workmanship, and he shell remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of one (1) year from the F 37 date of substantial completion. The Owner or the Owner's Representative shall give notice of observed de- fects with reasonable promptness. 46. PAYMENT WITHHELD The Owner may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certificate to such extent as may be necessary to protect himself from loss on account of: (a) Defective work not remedied. (b) Claims filed or reasonable evidence indicating possible filing of claims. (c) Failure of the Contractor to make payments promptly to subcontractors or for materials or labor. (d) Damage to another contractor. When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, which will protect the Owner in the amount withheld, payment shall be made for amounts withheld because of them. 47. TIME OF FILING CLAIMS It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) days after the Owners Representative has given any directions, order or instruction to which the Contractor desires to take exception. The Owners' Representative shall,reply to such written exceptions by the Contractor and render his final decision in writing. In case the Contractor should appeal from the decision of the Owner's Representative, any demand for arbitration shall be filed with the Owners Representative and the Owner in writing within ten (10) days after the date of delivery to Contractor of the final decision of the Owners Representative. It is further agreed that final acceptance of the work by the Owner and the acceptance by the Contractor of the final payment shall be a bar to any claim by either party, except where noted other- wise in the contract documents. 48. ARBITRATION All questions of dispute under this agreement shall be submitted to arbitration at the request of either party to the dispute. The parties may agree upon one arbitrator, otherwise, there shall be three; one named in writing by each party and the third chosen by the two arbiters selected; or if the arbiters fail to se- lect a third within ten (10) days, he shall be chosen by the District Judge, 72nd Judicial District of Texas. Each arbiter shall be a resident of the City of Lubbock. Should the party demanding arbitration fail to name an arbiter within ten (10) days of the demand, his right to arbitrate shall lapse, and the de- cision of the Owners Representative shall be final and binding on him. Should the other party fail to choose an arbiter within ten (10) days, the Owner's Representative shall appoint such arbiter. Should ei- ther party refuse or neglect to supply the arbiters with any papers or information demanded in writing, the arbiters are empowered by both parties to take Ex Parte Proceedings. The arbiters shall act with promptness. The decision of any two shall be binding on both parties to the ^ contract, unless either or both parties shall appeal within ten (10) days from date of the award by the ar- biters, and it is hereby agreed that each party shall have the right of appeal and all proceedings shall be according to and governed by Arbitration Statutes of Texas, being Article 224, et seq., Vernon's Annotated -- Civil Statutes. THE DECISION OF THE ARBITERS UPON ANY QUESTION SUBMITTED TO ARBITRATION UNDER THIS CONTRACT SHALL BE A CONDITION PRECEDENT TO ANY RIGHT OF LEGAL ACTION. -38- F i The arbiters, if they dean the case demands it, are authorized to award the party whose contention is sus- tamed, such sums as they deem proper for the time, expense and trouble incident to the appeal, and if the appeal was taken without reasonable cause, they my award damages for any delay occasioned thereby. The or- biters shall fix their own compensation, unless otherwise provided by agreement, and shalt assess the costs and charges of the arbitration upon either or both parties. The award of the arbiters must be made in writ- ing and shall not be open to objection on account of the form of proceedings or award. 49. ABANDONNENT BY CONTRACTOR In case the Contractor should abandon and fail or refuse to resume work within ten (10) days after written notification from the Owner or the Owner's Representative, or if the Contractor fails to comply with the or- ders of the Owner's Representative, when such orders are consistent with this contract, this Agreement, or the Specifications hereto attached, then the Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the Contractor. After receiving said notice of abandonment, the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall rot receive any rental or credit therefore (except when used in correction with Extra York, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. In case the Surety should fail to commence compliance with the notice for completion hereinbefore provided for within ten (10) days after service of such notice, then the Owner may provide for completion of the work in either of the following elective manners: Ca) The Owner may employ such force of men and use of machinery, equipment, tools, materials and sup- plies as said Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been com- pleted by the Contractor, then said Contractor shall receive the difference. In such expense is greater than the sun which would have been payable under this contract, if the same had been com- pleted by said Contractor, then the Contractor and/or his Surety shall pay the amount of such excess to the Owner; or (b) The Owner, under sealed bids, after notice published as required by law, at least twice in a newspa- per having a general circulation in the County of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. in case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefore. However, should the cost to complete any such new contract prove to be less than that which would have been the cost to completer the work under this contract, the Contractor or his Surety shall be credited therewith. p 1 When the work shall have been substantially completed, the Contractor and his Surety shall be so ratified and certificates of completion and acceptance, as provided in paragraph 42 hereinabove set forth, shall be issued. A complete itemised statement of the contract accounts, certified to by Owners Representative as 1 being correct shall then be prepared and delivered to Contractor and his Surety, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within 17 30 days after the date of certificate of completion. -39- In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his Surety ,shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) days from the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machin- ery, equipment, tools, materials, or supplies which remain on the *jobsite and belong to persons other than the Contractor or his Surety, to their proper owners. So. ABANDONMENT BY OWNER In case the Owner shall fail to comply with the terms of this contract, and should fail or refuse to comply with said terms within ten (10) days after written notification by the Contractor, then the Contractor may suspend or wholly abandon the work, and may remove therefrom all machinery, tools, and equipment, and all materials on the ground that have not been included in payments to the Contractor and have not been incorpo- rated into the work. Thereupon, the Owner's Representative shad make an estimate of the total amount earned by the Contractor, which estimate shall include the value of sit work actually completed by said Con- tractor at the prices stated in the the attached proposal, the value of all partially completed work at a fair and equitable price, and the amount of all Extra Work performed at the prices agreed upon, or provided for by the terms of this contract, and a reasonable sum to cover the cost of any provisions made by the Con- tractor to carry the whole work to completion, and which cannot be utilized. The Owner's Representative "— shall then make a final statement of the balance due the Contractor by deducting from the above estimate all previous payments by the Owner and all other sums that may be retained by the Owner under the terms of this Agreement, and shall certify same to the Owner who shall pay to the Contractor on or before thirty (30) days after the date of the notification by the Contractor the balance shown by said final statement as due the Contractor, under the terms of this Agreement. 51. BONDS The successful bidder shall be required to furnish a performance bond and payment bond in accordance with Article 5160, Vernon's Annotated Civil Statutes in the amount of 100% of the total contract price, in the event said contract price exceeds S25,OQ0.00. If the contract price does not exceed 525,000.00, the statu- tory bonds will not be required. All bonds, if required, shall be submitted on forms supplied by the Owner, and executed by an approved Surety Company authorized to do business in the State of Texas. And it is fur- ther agreed that this contract shall not be in effect until such bonds are so furnished. $2. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special con- ditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. -- -40. f 53. LOSSES FROM NATURAL CAUSES Unless otherwise specified herein, all loss or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circunstarxe and the prosecution of the same, or from unusual obstructions or difficulties which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor sit his own cost and expense. a 54. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an Independent contractor with full, complete and exclusive power and au- thority to direct, supervise, and control his own employees and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owners Representative shall have the right to ob- serve Contractor's work during his performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not sit any time change or effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or corporation. ' 55. CLEANING UP 4 The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work he shall remove all such debris and also his tools, scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor. ' -41. (THIS PAGE LEFT BLANK INTENTIONALLY) CURRENT WAGE DETERMINATIONS -62- (THIS PAGE LEFT BLANK INTENTIONALLY) r DGV:da RESOLUTION Resolution #2502 January 8, 1987 Agenda Item #18 WHEREAS, the City Council has heretofore established the general prevailing rate of per diem wages for each craft or type of workmen or mechanics needed to execute public works contracts for the City of Lubbock in accordance with the provisions of Vernon's Ann.Civ.St., Art. 5159a; and WHEREAS, such wage rates were established by Resolution No. 719 enacted February 12, 1981, updated by Resolution No. 1590 enacted February 23, 1984; and WHEREAS, such rates need to be updated at the present time in order to reflect the current prevailing rate of per diem wages; NOW THEREFORE: BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the general prevailing rate of per diem wages for public works contracts shall be as set forth in the following named exhibits, which exhibits shall be attached hereto and made a part hereof for all intents and purposes: . Exhibit A: Building Construction Trades Exhibit B: Paving and Highway Construction Trades Exhibit C: Electrical Trades Exhibit D: Overtime Rate Exhibit E: Weekend and Holiday Rate Such wage rates are hereby found and declared to be the general prevailing rate of per diem wages in all localities where public works are undertaken on behalf of the City of Lubbock and such wage rates shall be included in all public works contracts as provided by law. Passed by the City Council this 8th day of January , 1987. ATE � - G :Ranett6, Boyd, City Secretary APPROVED A9 T ONTENT: Bi 1 P/yne, D rector of Building Services B.C. McMINN, MAYOR APPROVED AS TO FORM: Y� - T1 A 4 �n Do ld G. Vandiver, First Assistant City Attorney EXHIBIT A City of Lubbock Building Construction Trades Prevailing Rates Craft Hourly Rate Acoustical Ceiling Installer $11.60 Air Conditioner Installer 8.35 Air Conditioner Installer -Helper 5.50 Bricklayer 10.50 Bricklayer -Helper 5.00 Carpenter 11.00 Carpenter -Helper 5.50 Cement Finisher 7.35 Drywall Hanger 8.70 Electrician - 10.50 Electrician -Helper 5.25 Equipment Operator - Heavy 8.00 Light 5.70 Floor Installer 8.00 Glazier 7.50 Insulator, Piping/Boiler 9.50_ Insulator -Helper 5.00 Iron Worker 7.30 Laborer, General 4.75 Mortar Mixer 5.60 Painter -8.75 Plumber 9.25 Plumber -Helper 6.00 Roofer 7.65 Roofer -Helper 4.75 Sheet Metal Worker 8.75 Sheet Metal Worker -Helper 5.50 Welder - Certified 8.00 17, 7 7 EXHIBIT B Paving and Highway Construction Prevailing Wage Rates Craft Asphalt Heaterman r Asphalt Shoveler Concrete Finisher Concrete Finisher -Helper Electrician 1 Flagger �b Form Setter Form Setter -Helper Laborer, General Laborer, Utility Mechanic Mechanic -Helper POWER EQUIPMENT OPERATORS 7 Asphalt Paving Machine Bulldozer Concrete Paving Machinist Front End Loader L' Heavy Equipment Operator Light Equipment Operator Motor Grade Operator Roller Scraper Tractor Truck Driver - Light Heavy r y. i:. FA Hourly Rate $5.25 4.75 7.35 4.75 10.50 4.75 6.50 5.50 4.75 5.80 6.50 6.00 6.00 5.25 6.50 5.85 6.40 6.40 8.00 5.25 5.25 5.50 5.25 5.25 , t EXHIBIT C Electric Construction Trades Prevailing Wage Rates, Craft Hourly Rate Power Line Foreman $11.00 Lineman Journeyman 10.45 Lineman Apprentice Series 8.90 Groundman Series 7.25 EXHIBIT D Prevailing Wage Rates Overtime Rate The rate for overtime (in excess of forty hours per week) is 1 1/2 times base rate. EXHIBIT E Prevailing Wage Rates Weekend and Holiday Rate The rate for weekend and holiday is 1 1/2 times base rate. SPECIFICATIONS -i3. (THIS PAGE LEFT BLANK INTENTIONALLY) {l. ll CITY OF LUBBOCK Traffic Engineering Department Spec i f i cation s for Equipment/Installation FIR i' tl (THIS PAGE LEFT BLANK INTENTIONALLY) t Specifications for Traffic Signal Equipment/Installation TABLE OF CONTENTS j I. General Requirements II. Liquidated Damages III. Scope of Work 1. Locations of work 2. Equipment Requirements 2.1. General 2.2. Each location 2.2.1. Program module 2.2.2. Card modem 2.2.3. Flashers 2.2.4. Power supplies 2.3. Site specific 2.3.1. Spare equipment 2.3.2. Exclusions w 2.3.2.1. General 2.3.2.2. Control/Test System 2.3.2.3. Training IV. Equipment Specifications 1. General 2. Major Components 7 2.1. Wire and cable 2.1.1. General 2.1.2. Signal cable 2.1.3. Loop wire cable r 2.1.4. Loop lead-in cable 2.1.5. Power service cable �. 2.2. Boxes 2.2.1. Pull Boxes 2.2.1.1. General r,,, 2.2.1.2. Concrete 2.2.1.3. Metal 2.3. Conduit 2.4. Pole Foundations 2.5. Vehicle signal heads 2.5.1. General 2.5.2. Section Housing 2.5.3. Housing Door 2.5.4. Optical System 2.5.5. Wiring 2.5.6. Visors 2.5.7. Gaskets 2.5.8. Painting i a', 2.5.9. Backplates 2.5.10. Misc. fittings and parts 2.5.11. Special Requirement and guarantee 2.6. Pedestrian signal heads' 2.7. Signal head mounting brackets 2.8. Signal poles and mast arms 2.8.1. General 2.8.2. Functional requirements 2.8.2.1. Performance requirements 2.8.2.2. Material requirements 2.8.2.2.1. Shaft 2.8.2.2.2. Shaft base 2.8.2.2.3. Handholes 2.8.2.2.4. Anchor bolts 2.8.2.2.5. Shims �- 2.8.2.2.6. Mast Arms 2.8.2.2.7. Finish 2.8.2.3. Other requirements 2.9. Control system 2.9.1. Classification and scope 2.9.2. Control device (logic/timing)--Controller 2.9.2.1. Description 2.9.2.2. Programming/Testing 2.9.3. Type 170 Isolators (170's only) 2.9.4. Load switches — 2.9.5. Conflict monitors 2.9.6. Detectors 2.9.7. Flashers 2.9.8. Terminal facilities 2.9.9. Cabinet 2.9.9.1. General 2.9.9.2. Mechanical construction 2:9 1G-Sel4d-state-time-0eels 2.9.11. Control/Test System 2.9.11.1. General ^- 2.9.11.1.1. Description 2.9.11.1.2. Functional 2.9.11.2. Equipment 2.9.11.2.1. System 2.9.11.2.1.1.Hardware 2.9.11.2.1.1.1. General 2.9.11.2.1.1.2. Computer 2.9.11.2.1.1.3. Printer 2.9.11.2.1.2. Software 2.9.11.2.1.2.1. General _ 2.9.11.2.1.2:2. Traffic system 2.9.11.2.1.2.3. FORTRAN 2:9711 2:2:-Test 2:9712:-interseet4en-display-panel 2:9 13:-Ra 0 read-pre-empter 2.9.14. Test results 2.9.15. Documentation 2.9.15.1. Submittal information 2.9.15.2. As built documentation 2.9.16. Statements of compliance and Warranty 2.9.17. Training 2.9.17.1. General ii 2.9.17.2. Session 2.9.17.3. Video 2.10. Pavement markings 2.11. Loop sealant V. Installation and Work Required . 1. General 2. Public Safety •� 3. Public Convenience 4. Working Time Restrictions 5. Connection of all Devices 5.1 General 5.2. Intersection connections 5:3:-MUTGS-eeaaeet4ens 5.4. S.W. Bell Telephone System 5.5. Street light 6. Protection of Utilities 7. Sidewalk Restoration 8. 9. Street Restoration Curb and Gutter Restoration 10. Restoration of walls and Grassed Areas 11. Installation and Connection of Wire and Cable 11.1. General 11.2. General Electrical and Wiring Requirements 11.2.1. National Electrical Code 11.2.2. Wiring Requirements 12. Pull Boxes and Conduit 12.1. General 12.2. Pull Boxes 12.3. Conduit 13. Loop installations 14. Work on Utility Poles 15. Placement of traffic signal heads 16. Wheelchair ramps No Text r Specifications for Traffic Signal Equipment/Installation I. General Requirements The herein specifications describe the work required and/or materials necessary for the installation and/or procurement of the necessary traffic control equipment. at the locations indicated on any included Site Plans in the City of Lubbock. n The contractor is fully responsible for the equipment purchased, work ak required and traffic control necessary during construction if construction work is a part of this contract as described and specified in any included plans and specifications and in the Texas Manual on Uniform Traffic Control Devices. �., In addition to the above, for purposes of these specifications those sections of the following documents that are applicable to the herein described materials and/or workmanship shall be incorporated as part of this document: 1. The Texas Department Transportation's "Standard Specifications for Construction of Highways, Streets and Bridges" --herein referred to as the State's Specs. (specifically but not limited to Section 632). 2. The California Department of Transportation's Traffic Signal Specifications for Model 170 controllers and Type 170 controller modules --herein referred to as CALTRANS Type 170. All equipment included in an item and bid as a Type 170 shall be included on the current California Qualified Products List except as specified herein. 3. The National Electrical Manufactures Association standard publication TS1-1976 (or the last revision and all subsequent revisions) -- herein referred to as NEMA. 4. The . Internal Municipal Signal Association, Inc. (herein referred to as IMSA), "Official Wire and Cable Specifications" as copyrighted 1975 by IMSA as subsequently amended in 1988 at the 93rd IMSA Board Meeting. In the event of conflict between any of the herein contained and/or described documents, any included plans and specifications, the following shall apply (the smaller number is the most binding): (1) The decision of the city's engineer (2) The plans (if included) (3) These specifications (4) NEMA/CALTRANS Type 170 (5) The State's Spec. For those sections of the herein contained specifications that are marked -out with a - (smeh--as--th*s) shall not apply unless that particular section(s) is paramount to the operation of the system herein described. For those sections of this specification where an "equal" is proposed by the bidder, prior approval of the proposal will be received in writting from the engineer. II. Liquidated Damages Liquidated damages shall be one hundred dollars ($100.00) per calendar day. III. Scope of Work 1. Locations of work This project shall include the necessary work, purchase of -- equipment and in'stailation of equipment to completely signalize the intersections of: 1. Elm & 50th Street 2. Quaker & 24th Street 3. Quaker & 74th Street 4. Memphis & 4th Street 6. Frankford & 66th Street 7. Frankford & 82nd Street 2. Equipment Requirements 2.1. General There is a a variety of equipment to be provided at each location. The bid- is to be made on.a location by location basis for equipment to be provided and work to be done inorder for there to be a fully functioning traffic signal at each location. In addition to the base equipment there will be exceptions to the equipment provided as setforth below. Delivery of the "extra" or "spare" equipment will be made the Traffic Engineering Department. 2.2. Each location 2.2.1. Program module One extra program module per section 2.9.2.1.2.2. 2.2.2. Card modem One extra modem per section 2.9,2.2.2. 2 a 2.2.3. Flashers Two extra flashers per section 2.9.7. Flashers 2.2.4. Power supplies One extra PDA-2 power supply per section 2.9.8.2.1.2. 2.3. Site specific 2.3.1. Spare equipment A extra/spare controller complete with all necessary equipment to make the 332 cabinet function on site will be provided at Frankford & 82nd Street and Memphis & 4th Street. 2.3.2. Exclusions 2.3.2.1. General The following requirements of the specification will be excluded from each location except were noted otherwise. 2.3.2.2. Control/Test System The requirements of section 2.9,11, Control/Test S.ystgm will be EXCLUDED from all locations except Frankford & 66th Street. 2.3.2.3. Training The requirements of section 2.9,17, Training will be EXCLUDED from all locations except Elm & 50th Street. IV. Equipment Specifications 1. General 1.1. Construction The contractor shall furnish and install the major components as listed below. All other necessary items are considered incidental to the construction. Specifications for the major and/or incidental construction components are herein enclosed and/or are contained in the 1982 State's Specs. Any item not covered shall be considered incidental .to the project and shall be completed as necessary. 1.2 Materials All components shall be new stock unless otherwise specified. Specifications for the major components are herein enclosed. An item which is not covered by any specification as stated is subject to approval by the engineer for use and shall be considered incidental to the project. 3 2. Major Components 2.1. Wire and cable 2.1.1. General The CONTRACTOR shall furnish and install the following types of wire and cable where required by any included typical installations, any included PLANS or these SPECIFICATIONS. 2.1.2. Signal cable Signal cable shall be used for connecting traffic signals, illuminated signs and pedestrian detectors with their control equipment. Signal cable shall also be spliced to the existing signal cable in the various terminal boxes to extend: these circuits into the control equipment cabinet. Signal cable shall have A.W.G. #14 stranded ;copper conductors and shall conform to the requirements of the current IMSA Specification number 20-1. The IMSA Specification Number shall be printed at intervals on the jacket. Unless indicated otherwise on the site plans, Signal cable shall have the number of conductors necessary to accomplish the intended functions with a minimum of three spare conductors. 2.1.3. Loop wire cable The loop wire shall meet the requirements of IMSA Specification 51-5 with the following amendments/additions: 1. The requirements of section 3.4 shall be for #14 AWG; 2. The requirements of section 4 shall be for THHN insulation; 3. The requirements of section 7 shall be for orange colored tubing. and A.W.G. #14:stranded copper conductors. 2.1.4. Loop lead-in cable Loop lead-in cable shall be, used to connect the loop wire to the control equipment cabinet. It shall conform to the following requirements. Conductors shall be A.W.G. #18 copper wire with polypropylene insulation. . The cable shall contain four conductors with black, red, white and green insulation. The conductors shall be twisted with at least six turns per foot. Color rotation shall be black, red, white, green. Aluminized polyester shielding,shall be filled with an amorphous material which prevents water penetration. 4 r The _cable, jacket shall consist of black, high -density 7 polyethylene. The jacket shall not be degraded by prolonged exposure to typical roadway run-off l„ components. The cable diameter shall be less than 0.25 The cable shall be suitable for installation in a pavement saw slot, in conduit or directly buried in earth. 2.1.5. Power service cable See Item 6242, "Multiconductor Cable" of the State's Spec. for 3 conductors. 2.2. Boxes 2.2.1. Pull Boxes 2.2.1.1. General Where pull boxes are required by these n SPECIFICATIONS or any included PLANS, the contractor shall furnish and install either concrete pull boxes or metal pull boxes at his option. Box covers shall be em�ossed with the words "TRAFFIC SIGNAL" in /4" (minimum) letters. These shall conform to the following ,... requirements. 2.2.1.2. Concrete Shall conform to the requirements of any included PLANS. Boxes with fiberglass bodies of comparable strength and size will be considered as an alternate to the concrete type. However, complete shop drawings of the proposed fiberglass pull box will be required and are subject to the approval of the City's Engineer. Pull box covers shall be cast iron with lifting slots and flush -seating hold-down bolts. All box covers shall be labeled and have a non -slip surface. 2.2.1.3. Metal Metal boxes shall conform to the requirements of any included PLANS. They shall be fabricated of cast iron. 2.3. Conduit Metal conduit and fittings shall be rigid, heavy -wall, hot - dipped galvanized steel and shall comply with Underwriters' Laboratories Standard UL 6, Federal Specification WW-C-581-C and American Standards Association C 80-1. Non-metal conduit and fittings shall be rigid, heavy -wall, polyvinyl chloride tubing conforming to Standard TC-2, Schedule 40, of the r� 5 National Electrical Manufacturers Association. Conduit installed on the outside of poles and all conduit containing power service shall be metal Otherwise, conduit shall be non-metal. 2.4. Pole Foundations See Item 416 of the State's Spec. Reinforcing steel shall be as indicated in the typical drawings. 2.5. Vehicle signal heads 2.5.1. General Each traffic signal shall consist of one or more signal faces arranged in suitable mounting framework as specified elsewhere.'`Each signal face shall consist of one or more signal sections each of such design and construction as to fit rigidly and securely together, in conformance with the latest ITE Specifications, to present a clean, pleasing appearance and to prevent the entrance of dirt or moisture. Each signal head to include back -plates. 2.5.2. Section Housing The housing of each section shall be a one piece corrosion resistant aluminum/polycarbonate alloy die casting complete with integrally cast top, bottom and sides. The die cast aluminum housing, door and reflector ring if provided shall meet the minimum requirements of the A.S.T.M. Specification B 85-54T or the latest revisions thereof. Two integrally cast hinge lugs shall be cast on the left of each housing section and integrally cast hinge lugs shall be cast on the right side of the housing. The top and bottom of the housing shall have an opening to accommodate standard 1-1/2 pipe brackets. The bottom opening of the signal housing shall have a Surlock Box integrally cast into the housing. The dimensions of the Shurlock Box shall be as follows: Outside diameter 2.625", inside diameter 1.938", num�er of teeth 46, angle of teeth 900 depth of teeth /64" The teeth shall be clean and sharp and provide full engagement. The radial angular groves of the Shurlock Boss, when used with Shurlock fittings, shall provide positive positioning of the entire signal face to eliminate rotation or' alignment. The opening at the top of the signal section shall have 2-indentations designed to receive a Surlock Ring which will provide positive positions of the signal face when mounted from a mast arm or span wire hanger. Individual signal sections shall- be fastened together, for vertical/horizontal mounting, into a complete' signal manner that any section may be rotated about a vertical/horizontal axis and oriented at any angle with respect to an adjacent section. Each section shall be indexed by VT 1. means of mating .bos.ses and recesses to provide positive alignment. 2.5.3. Housing Door The housing door of each signal section shall be a 1- piece corrosion resistant aluminum/polycarbonate alloy 1 die casting. Two hinge lugs shall be cast on the left !I of each door and latch jaws shall be cast on the right side of each door. The door shall be attached to the � it housing by means of two 18-8 type 304 hinge pins. A corrosion resistant Stainless Steel 18-8 type 304 Stainless Steel latch screw and wing nut on the right side of the housing shall provide for opening and closing the signal door without the use of any tools. A gasket groove on the inside of the door shall accommodate a weatherproof and mildew proof air cored resilient neoprene gasket, which, when the door is fl closed, shall seal against a raised bead on housing, making a positive weather proof and dust proof seal. The outer face of the door shall have 4-tapped holes !' equally spaced about the circumference of the lens opening with 4 18-8 type 304 Stainless Steel truss head screws to accommodate the signal visor. f 2.5.4. Optical System 2.5.4.1. Lens The lens shall be standard Red, Yellow, Green, or special stenciled design Traffic Signal lens. The lens shall conform to the specifications of Fill the ITE Standards, (ITE Technical Report No. 1) and American Standards Association, D 10.1-1951 UDC-656.054 where applicable. The lens shall fit into a specially designed 1 piece slotted air cored neoprene lens gasket designed to fit the housing door in such a manner so as to exclude moisture, dust and road film. The lens and gasket shall be secured to the door with 4 aluminum lens clips. The lens gasket shall be provided with an open slot extending completely around the circumference of the gasket to accommodate the lens clips in such a manner that the lens may be easily rotated and aligned without removing the lens, gasket or clips. 2.5.4.2. Reflector r The reflector shall be a one piece parabolic second surfaced silvered glass or a specular Alzakaluminum reflector. All reflectors shall conform to the standards of the ITE technical report No. 1. The reflector shall have an opening in the back to accommodate the lamp and lamp holder. 7 2.5.4.3. Lamp Holder The lamp holder shall have a heat, moisture and weatherproof molded phenolic housing and be designed to accommodate all standard 40 to 111 watt, 2-7/16" LCL traffic signal lamps and to automatically position the filament of the lamp at the exact focal point of the reflector so that an accurate focus will always be obtained. The lamp holder shall be designed so that it can be easily rotated and positively positioned, without the use of any tools, and provide proper olamp filament orientation without affecting the lamp focus. The inner brass screw of the lamp holder shall have a Lamp grip to prevent the lamp from working loose due to vibration. 2.5.4.4. Reflector Ring The reflector and lamp holder shall be held in place in a die cast aluminum reflector ring by means of a cadmium plated spring -wire bail. Reflector ring and complete reflector and socket assembly shall be pivoted between two stainless steel pins in such a manner that it can be swung open for ease in servicing the signal without the use of any tools. The reflector, reflector ring, lamp holder and spring -wire bail shall be designed so that they may be moved or replaced eitherindividually or as a complete unit without the use of any tools. 2.5.5. Wiring Each 'socket shall be provided with 2 leads with spade type terminals. The leads shall be #18-&WG Type TEW 600 volt AWM Fixture Wire with 2 64-10511 centigrade thermoplastic insulation. The leads shall be color section center ' contact. Green -green lens section center contact. Each complete signal face shall be provided with a terminal' board. Terminal boards shall be placed in the red section unless otherwise specified. The terminal board of a standard 3-section face shall be 4-position, 8-terminal barrier type strip. To one side of each terminal strip shall be attached the white, red, yellow and green signal section leads leaving the opposite terminal for field wires. Larger terminal boards shall be supplied for 4 and 5 section signals. A.S.A. Standard arrow shall be provided for all 4 and 5 section signals. 8 2.5.6. Visors ` r Visors shall be 12" tunnel type. Visors shall be blaned, formed and welded from 0.040 3003-H16 aluminum/polycarbonate alloy and shall have twist -on attaching earsto facilitate installation. The visor shall be constructed in such a manner that it can be installed or removed from the signal head without removing the attaching screws. ]he axis of the vi�ork shall deviate not more than 7 nor less than 7 /2 downward from the horizontal. Visors of special length 1 or design shall be furnished when specified. 2.5.7. Gaskets 2.5.7.1. Door A neoprene hollow cored door gasket shall provide positive seal between the door and signal housing. 2.5.7.2. Lens Gasket A special l-piece slotted air cored neoprene lens gasket shall provide positive seals between the lens and signal door and between the lens and reflector ring. 2.5.7.3. Reflector Gasket A neoprene "J" section reflector gasket shall provide a cushion and positive seal between the reflector and reflector ring. 2.5.7.4. Lamp Holder Gasket A soft fiber socket gasket shall provide a cushion and positive seal between the reflector and lamp holder. 2.5.8. Painting 2.5.8.1. General All surfaces inside and out of the signal housing, door and visors shall be finished with 3-coats of best quality infra -red oven baked paint before assembly. The stainless steel latching device shall not be painted. 2.5.8.2. Coats 2.5.8.2.1. First First coat - primer; shall be Epon, Oxide baking primer and shall meet and/or exceed the performance specification of Federal Specification TT-P-636. 9 2.5.8.2.2. Second Second coat - grey enamel; shall be medium grey Alkyd Urea exterior baking enamel and ,shall comply. with Federal Specification TT-E-489b. 2.5.8.2.3. Third Third coat black enamel; shall be Traffic Signal, black alkyd urea exterior baking enamel. The third coat on the inside of the visors shall be an Alkyd Urea Black Synthetic Baking enamel, with minimum gloss reflection and shall meet the performance requirements, of MIL-E-5567 Enamel Heat Resisting Glyveryl Plugged, Type 4, Instrument Black. 2.5.9. Backplates 2.5.9.1. Material Shall be compounded from virgin ABS containing 60% Styrene, 20% Rubber, 20% Acrylic. Shall have a nominal thickness of .125" and must meet a falling dart impact test of 16ft/lbs. Shall meet or exceed Underwriters Laboratories UL 94 Test H.B. Color shall be black unless otherwise specified and shall be consistent throughout the entire piece without varying shades and tones. Shall contain ultra -violet inhibitors and stabilizers for ; protection against U.Y. degradation equal to U.Y. stabilizer in black pigment colorant package #90007. Shall be compounded for cold weather application and have a haircell finish on one side and smooth finish on second side. Shall have a- minimum Tensile Stress at yield of 5300 PSI at 730F and a Flexural Strength at Yield of not less than 9300 PSI at 730F. 2.5.9.2. Fabrication It shall be one piece, vacuum formed with haircell finish on front side. All surfaces shall be flat and straight without blisters, buckling or warping. I& r All .outside :and inside edges shall be formed with a /4" flange turned away from the front surface. Flanges shall be straight, uniform and have a consistent /4" dimension throughout. It shall be designed to fit each manufacturers signal and be contoured to the signal head to eliminate gaps between the backplate and signal housing and to allow for attaching the signal head. It shall provide a 5" border beyond both sides, top and bottom of the signal and shall have 3" corner radius unless otherwise specified on the typical drawings. The finished backplate shall be pre -drilled to fit the signal for which it is designed or shall contain drill starts for field drilling. 2.5.9.3. Hardware Each backplate shall be provided with all necessary bolts, nuts and washers for attaching to the signal head. All hardware shall have a permanent black finish. When mounted on bosses provided on the signal head self -tapping screws shall be provided along with applicable washers. When mounting by drilling through the signal body the proper quantity of the following shall be provided. 8- 32 X 3/4" Pan Head Screw, #10 Flat washer, 1" Fender washer Hex Head, Nylon insert, Lock Nut 2.5.10. Misc. fittings and parts All exposed screws and fasteners shall be 18-8 Type 304 Stainless Steel. All interior screws, fasteners and metal parts shall be Stainless Steel, non-ferrous and non -corrodible materials, or if ferrous materials are used they shall be protected against corrosion by cadmium plating. All plating shall meet the minimum requirements of Federal Specification QQ-P-416 Type 11, Class A. 2.5.11. Special Requirement and guarantee Each manufacturer shall include ,in their proposal all warrants and/or guarantees with respect to materials, parts, workmanship and performance of their product. A minimum guarantee of 2-years shall be provided. 11 P` 2.,6. Pedestrian signal heads 2.6.1. Purpose This standard sets forth minimum acceptable physical, electrical and visual characteristics for pedestrian traffic control signal indications. As part of the signal head installation, a pedestrian actuation button will be provided to actuate the appropriate 'pedestrian' phase on the timer and cause the appropriate pedestrian indication to be activated. One button will be provided per pole which when pushed will place a call to all pedestrian phases available per any included plans 2.6.2. Standard Refer to the technical council report on proposed revised equipment standard, "Pedestrian Traffic Control Signal Indications" by ITE Technical Council Committee 4S-11, I7f Journal, July, 1984, for general requirements of this specification. 2.6.3. Applicable sections of standard The sections of the standard referenced in section 2.0 of this specification that shall apply herein are as follows 2.0 Definitions 3.0 Physical and electrical characteristics 4.0 Message.,(as applied to the Symbol message) 5.0 Visual 6.0, Certification Tests, only applies insofar as the bidder shall have available such information necessary to comply with 'section 6.4, Written Certification, upon request by the City. 2.7. Signal head mounting brackets All brackets to be the appropriate Astro-Brac or an approved equal. 2.8. Signal poles and mast arms 2.8.1. General The applicable specifications are those listed herein and any others that may be stated on the bid request. Also applicable are Standard Specifications "Structural Welding", ASTM Designation: A 165, ASTM Designation: 'A 153 Class 'C' or V , galvanizing item "Metal for Structures" and Federal Specification 0-g- 93. 12 r 2.8.2. Functional. requirements., 2.8.2.1. Pe'ri�ormance requirements 2.8.2.1.1. All steel mast arm pole assemblies must conform to the detailed drawing. The pole assembly shall be designed to support a 150- pound load with 13-square feet of wind surface rigidly mounted at the end of the signal mast simultaneously with a 60-pound per square foot wind load on a flat surface and 38-pound per square foot wind load on round, octagonal or other curved surfaces. 2.8.2.1.2. The allowable principal unit stress in anchor bolts and other threaded fasteners shall be 60% of the respective material's yield point or yield strength while that in all other components shall be 80%. 2.8.2.1.3. All casting shall be true to pattern in form and dimensions, free from pouring faults, sponginess, cracks, blowholes, and other defects in positions affecting their strength and value for the service intended. No sharp unfiled angles or corners will be allowed. The surface shall have a workmanlike finish. 2.8.2.2. Material requirements 2.8.2.2.1. Shaft 2.8.2.2.1.1. General The shaft shall be fabricated to satisfy the strength requirements above. All welds shall conform to the standard specifications, "Structural Welding". All welded joints shall develop the full required strength of the welded member. The longitudinal and horizontal welds shall be smooth so as to obtain the appearance characteristics of the pole itself. 2.8.2.2.1.2. Fabrication requirements Continuous Tapered Round Tube - The shaft shall have not more than 2- longitudinal welded joints and shall have no more than 2-horizontal welded joints above the shaft base. The shaft shall meet the strength requirements as stated above. After forming and welding, the tapered shaft may be longitudinally rolled under sufficient pressure to flatten 13 the weld and improve the physical characteristics of the shaft so the metal will meet the strength requirements as stated above. 2.8.2.2.1.3. Street light extension Where specified by the plan sheets, an extension to the top of the shaft shall be provided and installed so that a luminaire can be installed by the local street lighting agency. 2.8.2.2.2. Shaft base A fabricated steel base shall be constructed with an opening of a size and shape to receive the shaft and shall be welded to the end of the shaft by continuous electric welds. The base and welds shall be such to develop the strength, of the adjacent shaft section. Four slotted holes shall be provided in each shaft base (see detail). Four galvanized steel connecting bolts and four nuts shall be provided with each shaft to secure the shaft base to the foundation according to. the drawing. The bolts to secure the shaft base shall either have acorn -type nuts or shall be covered by removable ornamental covers. 2.8.2.2.3. Handholes Reinforced handholes with covers shall be furnished of size and location as shown on the attached drawing. Covers shall be attached by screws that are either cadmium plated or galvanized. A 24-terminal one- piece strip shall be furnished according to drawing. Cadmium plated screws shall be plated with type NS coating conforming to the specifications of ASTM Designation: A 165. 2.8.2.2.4. Anchor bolts Four steel anchor bolts shall be furnished for each pole assembly. Each anchor bolt shall be threaded at the top and fitted with 2-nuts and 2-flat washers. The embedded end of the bolt shall have a standard nut, head or 900 bend or an equivalent or better device as may be approved. The anchor bolt material shall have a minimum elongation in 2" of 14%. 14 I 2.8.2:2.`5:Shims A set of 3-"U" a galvanized steel shaped shims 1/g" thick to fit around the anchor rods shall be furnished with each pole to permit proper alignment. 2.8.2.2.6. Mast Arms 2.8.2.2.6.1. The single/double mast arm shall be one piece and of the type design as shown on the drawing. 2.8.2.2.6.2. The mast arm(s) shall bolt directly and solidly to the shaft to prevent rotation in high winds. 2.8.2.2.7. Finish 2.8.2.2.7.1. General The steel mast am pole assembly shall be hot -dip galvanized before shipping All screws, nuts, bolts, washers and at least the upper 9" of the anchor rods shall be galvanized in conformance with the specifications of ASTM designation: A 153, class C or D unless otherwise specified. 2.8.2.2.7.2.Hot-dip galvanizing The complete standard with the exception of the standard length galvanizing on the anchor bolts including all parts used in the r. assembly shall be completely hot - dipped galvanized after fabrication. All threaded material shall be brushed or retapped after i' galvanizing. Galvanizing shall be in accordance with the item "Metal for Structures". 2.8.2.2.7.3. Chipping Any part of the steel mast arm pole assembly for which the galvanizing has been knocked or chipped off down to bare metal in fabrication, r transit or installation, or when bare metal is exposed, shall be repaired by application of either galvanizing -repair compounds meeting federal specification 0-g-93 (stick only) or ZRC cold galvanizing 15 compound, zinc -rich coating (96% zinc) in accordance with the manufacturer's recommendations. The galvanizing repair shall be applied so as to provide a pole assembly which is neat in appearance. 2.8.2.3. Other requirements All poles and matching arms shall be clearly marked with the City of Lubbock's purchase order number for the pole and arm. Marking shall be done in a fashion that is easily removable at the job site or in a location on the poles and arms that is not visible when erected. 2.9. Control system 2.9.1. Classification and scope 2.9.1.1. Classification This specification describes the general and specific construction and operating features of a traffic actuated microprocessor based traffic signal timing device, cabinet, computer/control .system and related equipment. 2.9.1.2. Scope These specifications contain design and functional requirements for all equipment necessary to operate traffic signal lights at an intersection of 2 or more streets in accordance with any included plans. The necessary equipment ^' shall include but not be limited to the following and shall be bid as one item herein known as a control system: 1. Control device (logic/timing)-- Controller 2. Type 170 Isolators (170's only) 3. Load switches 4. Conflict monitor 5. Detectors 6. Flashers 7. Terminal facilities 8. Cabinet 9._ Time clock (may be internal to the timer) 10. Computer/control system 11. Miscellaneous As required by any included plans, all, none or any other combination thereof of the above or any other equipment may be required to make the traffic system function as indicated on any included plans. Where additions, conflicts or deletions to the -- aforementioned standards shall be required by 16 tI these ,herein- contained specifications or the appropriate plans if included, the latter shall apply• 2.9.2. Control device (logic/timing)--Controller 2.9.2.1. Description 2.9.2.1..1. General For purposes of this specification, the timing/logic device shall be microprocessor based and be capable of performing the necessary logic functions And switching functions to sequence the traffic signal lights in the fashion shown on any included plans and in accord with a programmable timing plan. 2.9.2.1.2. Hardware Mr2:1:271 -WEMA 2.9.2.1.2.2. Type 170 One 412C Program modules shall be provided for each controller. It shall be capable of accommodating the conditions set forth below. 2.9.2.1.3. Software 279:2;1 371 -WEMA 2.9.2.1.3.2. Type 170 The unit shall be provided with a blank 27256 28-pin chip. 2.9.2.2. Programming/Testing 2.9.2.2.1. Keyboard The timing device shall accept inputs from an onboard keyboard data type input device. 2.9.2.2.2. Remote communications 2.9.2.2.2.1. General A modem shall be provided and will have 300/1200/2400 baud capabilities. It shall be Hayes command -set compatible. It shall have a modulator, demodulator, filters and phone line interface. 2:9:2:2:2:2:-NEMA 2.9.2.2.2.3. Type 170 "I The controller will be provided with two connectors for ACIA communications to the controller. These connectors shall conform to 17 i', the Electronics Industries Association Standard RS232C. One connector shall be labeled C2 with a read address of 6000 and a write address of'6001. The other connector shall be labeled C20 with a read address of 6002 and a write address of 6003. Each 170 shall be supplied with one C2 cable. Each controller shall be supplied with a modem. The dial -up modem supplied shall be a GDI Model SM2400, Hayes compatible, designed for plug-in compatibility with the 170. It shall allow communication between the 170 and the host computer over standard dial -up or leased telephone lines. The GDI Model SM2400 shall include a modulator, demodulator, filters, phone line interface, and 170 controller interface. it shall have a 300/1200/2400 baud transmission and reception, auto -dial/ -answer/ - speed detect and Hayes command set compatibility, all on a single board with the standard Model 400 form factor. The unit will be designed for plug- in internal compatibility with the Type 170 controller. It shall be all on a single board with the standard Model- 400 form factor. In addition to the features normally found in a Hayes compatible modem, the GDI Model SM2400 shall be fully temperature tested within the environmental limits of the Type 170 controller. 2.9.3. Type 170 Isolators (170's only) 29.3.1 DC The two -channel DC isolators shall be Model 242 'as per Chapter 5, Section 5 of CALTRANS. Quantities• Cabinet- 303 Isolators- 4 - 332 - 5 - 336 - 5 , - 337 - 4 18 r 17 2. 9 i 3. 2 Ac An AC isolator shall be Model 252 and placed in input file slot III with marker strip labeled "DOOR ALARM" in each Type 332 and 336 cabinet. 2.9.4. Load switches All load switches shall be Model 200 load switches. The cabinet shall be wired and supplied with 12 switches. 2.9.5. Conflict monitors 2:9:5:1:-NEMA-t4mers 2.9.5.2. 170 timers The solid state Model 210E Monitor Unit shall conform to Chapter 4 of the CALTRANS Type 170 except where superseded herein. One monitor unit shall be supplied with each cabinet. All features shall be included and wired. 2.9.6 Detectors 2.9.6.1. General A detector is considered to be the device or devices necessary to cause a signal to be communicated to the controller upon the arrival and/or presence of a vehicle. Unless otherwise noted on any included plan sheet, all equipment necessary will be provided and wired inside the cabinet to cause this to happen. The equipment will consist of the following for each phase (movement) possible and for each pedestrian phase possible unless otherwise indicated on any included plan sheet. 2.9.6.2. Amplifiers 2.9.6.2.1. General When required by the plans, a "delay detector" will function in such a fashion as to only submit a "call" to the controller after an adjustable length of time of its having detected a vehicle in the loop. This length of time will be variable and established by setting a device from the front of the amplifier. This function may be performed by the timer if possible. 2:9:6:2:2:-Shelf-mouRt 19 2.9.6.2.3. Rack mount Model 222 two channel loop detector sensing units shall be provided as specified in Chapter 5, Section 2 of CALTRANS Type 170. Quantities: Cabinet- 303 Detectors- 4 332A - 8 - 336S - 8 - 337 - 4 2.9.7. Flashers 279:771:-NEMA 2.9.7.2. Type '170 Two flasher units shall be supplied and shall be as required 'for an eight phase with associated pedestrian movements, as specified in Chapter 3 CALTRANS Type 170.The Flashers shall be solid state with removable modular relays. 2.9.8. Terminal facilities 2.9.8.1. Wire 2:9:8:1:1:-NEMA 2.9.8.1.2. Type 170 As per Caltrans. 2.9.8.2. AC Service 2.9.8.2.1. Circuit breakers 2797872:171:-NEMA 2.9.8:2.1.2. Type 170 The power supply shall be a PDA-2. 2.9:8.2.2. Radio interference filter A radio interference filter shall be wired to the load side of the 50-ampere circuit breaker. It shall provide for a minimum attenuation of 50-decibels over the frequency range of 200-kilocycles to 75- megacycles. 2.9.8.2.3. Lightning protection The load side of the 50-ampere breaker shallbe protected by a Surrestor SHA-1210 lightning and surge protection device. The unit shall be wired such that the parallel side protects the AC +, -, & neutral.The series side protects the timer, power supply and input files. 20 F F F 2:9:8:3:=Ceai el'E eeft 2.9.8.4. Power distribution Signal circuits, flash controls, grounding systems, auxiliary equipment service and 1- convenience outlet shall adequately provide for ready installation and operations called for on the invitation to bid and all attachments thereof and any included plans thereof. 2.9.8.5. Logic 2.9.8.5.1. General Adequate wiring for all AC circuits shall be provided as necessary to operate all auxiliary logic within the! cabinet. Adequate harnessess and connectors shall be provided for any other equipment necessary to fulfill the requirements of the invitation to bid on any attachments and any included plans thereof. 2:9:8:5:2:-NEMA 2.9.8.5.3. Type 170 Reserved 2.9.8.6. Terminal Identification Each input and output function shall be distinctly identified with no obstructions, at each terminal point in the cabinet, either by number or term. The same identification must be used consistently on the cabinet wiring diagrams. For those where the referenced standard dictates a standard location in the cabinet, identification of the component will be considered identified. Each load switch -base must be identified by phase number and overlap number as applies. As an alternate, a write -on marker strip below the load switches at the front of the output file may be provided. No cabinet equipment may obstruct these identifications. Each flash transfer base and power relay base must be properly identified with no possible obstructions. Each harness within distinctly identified obstructions. All other bases needed fulfill the minimum 21 the cabinet must be with no possible within the cabinet to requirements of the invitation to bid or attachments and any ,included plans thereof shall be distinctly identified. 2.9.8.7. Component identification The controller unit, the conflict monitor, the flasher, the load switches, the flash transfer and power relays and all other auxiliary equipment within the cabinet shall bear distinct and positive_ identification. 2.9.8.8. Supports 2.9.8.8.1 Load switch 2-.9 8:8 1:}:-WEMA 2.9.8.8.1.2. Type 170 Output files shall be hard -wired with #14 AWG wire. 2.9.8.8.2. Flasher 2:9:8:8:2:1:-NEMA 2.9.8.8.2.2. Type 170 reserved 2:9:8:9:-Safety-eevers 2:9:8:18:44eld-term4n al -bleeps 2.9.8.11. Cooling and ventilation Cooling and ventilation requirements shall equal or exceed the requirement to satisfactorily operate all of the equipment required by the invitation to bid and all attachments and any included plans thereof, with reference to Caltrans. 2.9.8.12. Positions Load switches and flash transfer relays shall be positioned to allow easy access and replacement of these items without moving any auxiliary equipment within the cabinet. 2.9.9. Cabinet 2.9.9.1. General Each cabinet shall be of a type 332 design and shall provide adequate housing facilities to accommodate all equipment defined in the invitation to' bid plus any other accessories which are necessary to fulfill the requirements of the invitations to bid and other attachments, specifications and any included plans. 22 I 2.9.9.2. Mechanical construction 2.9.9.2.1. General 2.9.9.2.1.1. Panel switches 2:9:9:2:1:1:1:-NEMA 2.9.9.2.1.1.2. Type 170 reserved 2.9.9.2.1.2. tights A fluorescent light strip shall be installed in the top of the cabinet over the front and back doors. It shall be positioned to light all contents of the cabinet. The light shall automatically turn on when the main cabinet door is opened and turn off when the door closes. 2.9.9.2.1.3. Mounting The unit shall be fabricated for mounting on a concrete pad. The anchor bolt spacing shall be positioned in accordance with any included plans. 2.9.9.2.1.4. Finish & surface Cabinets shall be constructed of aluminum and be natural in color. All finished surfaces shall be smooth and free of flaws and may have no exposed sharp edges inside or out 2.9.9.2.1.5. Shelves 2.9.9.2.1.5.1. General The cabinet shall be complete with shelves for supporting all control equipment and accessories necessary to fulfill the requirements of the invitation to bid and all attachments and any included plans thereof. 2:9:9:2:1:5:2:-NEMA 2.9.9.2.1.5.3. Type 170 In addition to the required shelving, a pull-out, hinged top drawer, having sliding tracks, with lockout and quick -disconnect feature, such as a Vent-Rak Retractable Writing Shelf, #D-4090-13 or equivalent --shall be provided. The pull-out drawer shall extend a minimum of 14" in order to facilitate removal of the processor, by providing the processor with an aluminum platform covered by a formica - type chemical -proof plastic sheet while the,rear connector is being removed. it shall be possible to lift this hinged platform in order to gain access to the interior of the drawer. Minimum interior dimensions of the drawer shall be 1" high, 13" deep and 16" wide. The drawer shall be capable of supporting a 40 pound controller when fully extended. 2:9:9:2:2:-WEMA 2.9.9.2.3. Type 170 2.9.9.2.3.1. I/O 2.9.9.2.3.1.1. Input Two standard input files per Cal -Trans (I & J) will be provided. 2.9.9.2.3.1.2. Output One standard 12 position output files with 12 load switches and 4 flash transfer relays will be provided. One aux output file with 4 load switches and 2 flash transfer relays will be provided. 2.9.9.2.3.2. Police panel The cabinet shall have a police panel. The police door shall provide access to the "Auto -Flash" and "Signals Off" switches. Police Access shall be limited to these two switches. The police panel door shall be equipped with a lock keyed for a master police key. One key shall be furnished with each cabinet for the police lock. Each 24 police key shall have a shaft at least 1.75" in length. F rNr-Selld-state-tome-eleck 2.9.11. Control/Test System 2.9.11.1. General 2.9.11.1.1. Description A master monitor/control-unit/computer shall be provided. This unit shall be referred to as the computer. f� The purpose of the computer shall be to provide via telephone "dial -up" technology the capability to interrogate, change all (� timing -parameters in the timing device, to collect and store detector information and perform available test on the equipment. 2.9.11.1.2. Functional The control system shall be able to perform 2-way communications from a central control site to the local controller over normal telephone lines. 2.9.11.2. Equipment 2.9.11.2.1. System 2.9.11.2.1.1. hardware 2.9.11.2.1.1.1. General The hardware shall consist of all necessary devices to accomplish 2-way communications over regular voice -grade (data compatible) commercial telephone circuits. This shall include but not be limited to computers, modems, connectors, cables and cabinet wiring necessary to accomplish this communication. 2.9.11.2.1.1.2. Computer 2.9.11.2.1.1.2.1. General A computer will be provided to perform the necessary communications to the timing device specified above. The type of computer(s) will be as stated below. The necessary software to r- accomplish the parameter setting, reporting 25 7 functions and logging facilities will be provided. All modems, cables and printers will be provided to make a complete system as required. Data communications to any remote device will be possible at 9600 baud regardless of the rate at the controller end of the transmission. The modem to accomplish this will be Hayes command - set compatible. 2.9.11.2.1.1.2.2. Desktop A computer with an Intel 486 processor rated a _ 50MHz will be provided in a tower case setting. The following shall be provided with the system and made an integral, operating part thereof: 1) There shall be a 15" Super VGA/Hi-Rez CVGA monitor system; 2) 16 MB DRAM; 3) 300+ MB SCSI disk drive; 4) Dual 3-1/2" & 5-1/4" floppy disk drive; & 5) 9600 baud modem. 6) One parallel port, 2 serial ports 7) 256KB cache 8) 12MB DRAM 2:9:11:2:1:1:2:3:-Pertab1e 2:9:11:2:1:1:2:4:-haptep 2.9.11.2.1.1.3. Printer An Panasonic KX-P2624 will be provided. 26 2.9.11.2.1.2. Software 2.9.11.2.1.2.1. General The necessary software for the computer will be provided to accomplish the tasks as stated below. MS DOS 5.X will also be provided. The software will communicate to the controller/timing device sufficient to accomplish the tasks as stated. 2.9.11.2.1.2.2. Traffic system WAPITI's PC program to communicate to W4IKS 27 will be provided on the equipment computer equipment listed above. 2.9.11.2.1.2.3. FORTRAN The latest version of Microsoft's FORTRAN compiler will be suppliied. 2:9:11:2:2:-Test 2:9:12:-'Interseetion-d4splay-pane} 2:9713:-Rai}read-pre-empter 2.9.14. Test results 2:9:l4:1:-NEMA 2.9.14.2. CALTRANS Type 170 All controllers and cabinets supplied shall be tested by the manufacturers as complete units. Certification shall be provided to the City that such tests were conducted and the equipment passed. 2.9.15. Documentation 2.9.15.1. Submittal information Submittal drawings and/or product information will be supplied with the bid documents at the time of bid closing. 2.9.15.2. As built documentation 2.9.15.2.1. General The vendor shall deliver 2 complete documentation packages with each controller purchased. A complete documentation package shall include as a minimum the following items 27 2.9.15.2.2. Cabinet Detailed pictorial diagrams of the controller cabinet showing manufacturer, part number and physical location of all components and sub -assemblies. All parts numbers must be universal part numbers such as JEDEC, REIMA, EIA or list original manufacturer's names in full. Detailed electrical schematic diagrams of complete cabinet wiring. Detailed description of basic operating procedure to change phase timing. 2.9.15.2.3. Equipment Complete schematic diagrams by circuit function and separate schematic diagrams by module Complete block diagrams of equipment circuits and sub -circuits of the equipment. Complete logic diagrams by circuit function with individual components of each logic block identified. Logic symbols used must comply with the latest Military Standard 806. Detailed circuit -by -circuit descriptions of the equipment operation that follows component = by- component with the schematic diagram or block -by -block with the logic diagram. Complete pictorial diagrams of the equipment , case (or frame) and each subassembly,showing the physical location of all parts and components. Complete parts list showing full names of original manufacturers for parts not 'identified by universal parts numbers such as JEDEC, RETMA, or EIA. All semi- conductor devices shall be registered types with second source availability. In- house : numbered devices shall not be .acceptable. Complete performance specifications of the equipment. 28 I "Pomplete maintenance and trouble -shooting procedures and trouble -shooting diagnostic programs. Any modification shall a modification notice schematic including (i circuit description. f be accomplished by and an updated necessary) a new 2.9.16. Statements of compliance and Warranty In these specifications, whenever a specific design or construction has been specified, it is intended to establish a standard of performance and any design or construction giving strictly equivalent performance may be considered provided that the vendor brings such exceptions to the attention of the engineer in writing at the time of bid submittal. The equipment furnished shall be new, of the latest model and fabricated in a 1st class workmanlike manner from good quality material. A minimum guarantee of 18- months from the date of shipment from the supplier's factory, but not to exceed l-year from the date that the equipment was placed in operation after installation, shall be provided by the vendor. The extent of such guarantee will not be a factor in selecting the successful bidder. 2.9.17. Training 2.9.17.1. General Either a training session or video equipment as described below will be provided for each manufacturer of controll equipment provided as stipulated elsewhere or if not stipulated, at the discretion of the contractor. 2.9.17.2. Session The vendor shall provide with each model or series of models, a training session at the expense to the manufacturer. The training session shall include a minimum of 24-hours of instruction. The vendor shall conduct the training session within 12-months of the award of the bid at the convenience of the Engineer. 2.9.17.3. Video A training video will be provided along with the necessary video equipment to display the tape. The equipment will consist of an RCA Color monitor model #X25144GS and RCA VCR model #VR335 or approved equals. If a produced tape is not available, a blank tape and a training session as described above will be provided. 29 2.10. Pavement markings All pavement markings to be 3-M Stamark, intersection grade material applied in . accord with the manufacturers recommended .procedure. Pavement markings to- include crosswalks where shown and all -- stop bars. 2.11. Loop sealant _ All loop sealant used shall be 3-M brand loop sealant or an approved equal V. Installation and Work Required 1. General This section of the SPECIFICATIONS contains the overall requirements for the installation of the traffic signal system equipment and appurtenances specified in the previous sections for the construction necessary to accomplish the installation. The CONTRACTOR shall furnish all necessary equipment, material, concrete, wiring, other necessary items and labor to perform the required installations. The work required in this section is incidental to the furnishing and installation of the work required by the previous section. 2. Public Safety Whenever the CONTRACTOR's operations create a condition hazardous to traffic or the public, he shall furnish, erect and maintain, at his expense such fences, barricades, lights, signs and other devices as are necessary to prevent accident, damage or injury to the public. The CONTRACTOR shall also furnish such flagmen and guards as are necessary to give adequate warning to traffic or to the public of any dangerous conditions to be encountered. The CONTRACTOR shall notify the ENGINEER at least 24-hours prior to creating any such condition. Flagmen and guards, while on duty and assigned to give warning to the public that the highway is under construction and of any dangerous conditions to be encountered as a result thereof, shall perform their duties and shall be provided with the necessary equipment. The equipment shall be furnished and kept clean and in ,good repair by the CONTRACTOR at his expense. The SPECIFICATIONS do not relieve the CONTRACTOR of any of the requirements of the Standard Specifications which shall apply for work at all locations in the work. Should the CONTRACTOR appear to be neglectful or negligent in _ furnishing warning and protective measures as above provided, the ENGINEER may direct attention to the existence of a hazard and the necessary warning and protective measures shall be furnished and installed by the CONTRACTOR at his expense. Should the ENGINEER fail to point out the inadequacy of warning and protective measures, such action on the part of the ENGINEER shall not relieve the CONTRACTOR from responsibility for public safety or abrogate his obligation to furnish and pay for these devices. 30 No material or equipment shall be' stored where it will interfere with the free and safe passage of public traffic. At the end of each day's work and at other times when construction operations are suspended for any reason, the CONTRACTOR shall remove all equipment, debris and other obstructions from those portions of the roadway and sidewalks open for use by public traffic. All traffic control devices and procedures shall conform to Part VI of the 1980 Texas Manual on Uniform Traffic Control Devices for Streets and Highways and all requirements of the Texas Department of Transportation shall be complied with. 3. Public Convenience The CONTRACTOR shall so conduct his operations as to offer the least possible obstruction and inconvenience to the public and he shall have under construction no greater length or amount of work than he can prosecute properly with due regard to the rights of the public. Unless otherwise provided,all public traffic shall be permitted to pass through the work with as little inconvenience and delay as y possible. Spillage resulting from hauling operations along or across any public travelled way shall be removed immediately by the CONTRACTOR at his expense. Existing traffic signal and highway lighting systems shall, to the extent possible, be kept in operation for the benefit of the traveling public during progress of the work. CITY maintenance forces will continue routine maintenance of existing systems. Construction operations shall be conducted in such a manner as to cause as little inconvenience as possible to abutting property owners. In addition to the requirements of the Standard Specifications, convenient access to driveways, houses and buildings along the line of the work shall be maintained and temporary approaches to crossings or intersecting highways shall be provided and kept in good condition. In order to expedite the passage of public traffic through or around the work and where ordered by the ENGINEER, the CONTRACTOR shall install signs, lights, flares, barricades and other facilities for the sole convenience and 'direction of public traffic. Also, where directed by the ENGINEER, the CONTRACTOR shall furnish competent flagmen whose sole duties shall consist of directing the movement of public traffic through or around the work. All traffic control devices and procedures shall conform to Part VI of the 1980 Texas Manual on Uniform Traffic Control Devices for Streets and Highways and all requirements of the Texas Department of Transportation shall be complied with. 31 F. 4.'Working'Time Restrictions The CONTRACTOR shall not perform any work in the roadway that will affect traffic or perform any work that would adversely affect the operation of traffic signals between '700 A.M. and 9:00 A.M. or between 4:00 P.M. and 6:00 P.M., Mondays throughFridays. The CONTRACTOR shall not perform any work in the roadway that will affect traffic or perform any work that would affect the operation of traffic signals on Saturdays or 'other special event days, without prior approval of the ENGINEER. 5. Connection of all Devices 5.1 General Reserved 5.2. Intersection connections The CONTRACTOR shall make all connections necessary to make functional the traffic control system as described throughout this specification and on any plan sheets. All connections of existing and/or newly installed vehcile signal heads, peestrian signal heads, loops, detectors, pedestrian push -buttons, preemptors, illuminated signs and all other signals and/or control equipment. 5:3:-MUTES-eenneetiens 5.4. S.W. Bell Telephone System When called for on the plan sheet, the CONTRACTOR will make arrangements with the local telephone company and pay all costs to have installed to the controller a voice grade dial -up commerical telephone circuit. 5.5. Street light When called for on the plan sheet, the CONTRACTOR shall contact the Local street lighting agency and make arrangements to have the appropiate street Tight luminaire and circuit installed.1 The CONTRACTOR will not have to bare any costs for street lighting equipment. 6. Protection of Utilities The CONTRACTOR shall be responsible for the protection of all present utilities that have been located by the various utility agencies. He shall also protect the existing traffic signals and their related equipment from damage caused by subcontractors and employees under this CONTRACT. 7. Sidewalk Restoration The. CONTRACTOR shall bear the .cost of restoring to its original condition all sidewalks which are damaged in; any way by him, whether the damage was necessary or unnecessary. Damaged sections of sidewalk shall be replaced entirely, joint to joint, by the 32 CONTRACTOR within 7-calendar days after the damage originally ��-- occurred. fil 8. Street Restoration �I The CONTRACTOR shall bear the cost of repairing all portions of street surfaces damaged during construction. Where the pavement must be broken for installation or construction, the CONTRACTOR shall backfill the area with suitable material as directed by the ENGINEER. The CITY shall repair the pavement in accordance with CITY ordinances and practices. The CONTRACTOR will be billed directly by the CITY at the current rates. The edges of areas to r be repaired shall be neatly sawed by the CONTRACTOR, as approved by the ENGINEER, with no zigzag edges, prior to repair. The CONTRACTOR shall prepare the 7-calendar days after the street for repair by the CITY within damage originally occurs. Driveways damaged by the CONTRACTOR shall be considered as streets for this l' purpose. 9. Curb and Gutter Restoration The CONTRACTOR shall bear the cost of restoring to its original condition all curb and gutter which are damaged in any way by him whether the damage was necessary or unnecessary. Damaged sections of curb and gutter shall be replaced entirely, joint -to -joint, by i the CONTRACTOR within 7-calendar days after the damage originally occurred. P', 10. Restoration of Walls and Grassed Areas F The CONTRACTOR shall restore, in a manner acceptable to the ENGINEER, all walls and grassed areas which are damaged in any way by him whether the damage was necessary or unnecessary. All such restoration shall be accomplished by the CONTRACTOR within 15- calendar days after the damage originally occurred. 11. Installation and Connection of Wire and Cable 11.1. General Unless otherwise noted elsewhere in these SPECIFICATIONS, the installation of wire and cable used on this project shall conform to the following. The CONTRACTOR shall furnish and install all necessary spade lugs, crimped solderless connectors, recessed -screw barrier -type terminal blocks, tape, water -proofing, terminal boxes, pole attachment hardware, wire wrap, ground rods and all other material necessary to install and -connect the wire and cable to form a fully functioning system. With the exception, of the splice between loop wire and associated loop lead-in cable, all splices shall be made only in control equipment cabinets or terminal boxes. Required terminal boxes are shown on any included PLANS. The CONTRACTOR may furnish and install additional terminal boxes for his own convenience. 33 With the exception of the splice between loop' wire and its associated loop lead-in cable and the splices in system interconnect cables, all splices shall be made at recessed screw, barrier type terminal blocks with each terminal having 2 terminal screws with a removable shorting bar between them. Terminals shall be provided for each conductor, including spares,and all conductors shall be connected to a terminal. Each conductor shall be furnished r, with a spade lug. When splicing, no more than 2-conductors may be connected to the same terminal screw. The CONTRACTOR shall furnish and install all pull boxes indicated on any included PLANS or in these SPECIFICATIONS. The CONTRACTOR may furnish and install additional pull boxes for his own convenience. The cost of all pull boxes installed for the CONTRACTOR'S convenience shall be included in the cost of the associated wire and cable. No direct payment will be made for them. Messenger cable shall be attached to terminal poles using end -type strandvises. At poles in the middle of a run, standard cable hangers with J-hooks shall be used. Messenger cable may be -spliced at mid -run points using butt -type strandvises. Electrical continuity for grounding shall be maintained at all splices. The integral messenger shall be grounded at each end. Figure-8 cable shall be attached to terminal poles using end -type strandvises.. At poles in the middle of a run, standard cable hangers shall be used. Electrical continuity of integral messenger for grounding shall be maintained at all splices. The integral messenger shall be grounded at each end. Where cable or wire must be attached to new messenger cable, to existing messenger cable or to new or existing Figure-8 cable, the attachment shall be made' using 0.05"0.3" aluminum wrapping tape(4-turns minimum) spaced at intervals no greater than 18". The CONTRACTOR may use suitable spiral cable wrap if approved by the ENGINEER. An exception to the wrapping requirement is that, where an existing messenger is equipped with existing rings or hooks, these may be used in lieu of wrapping if they have sufficient capacity. Where aerial wire or cable enters a conduit, terminal box or other device, it shall be neatly formed, as shown in the typical installations, to create a drip loop approximately 6" in depth to prevent water from running:along the wire or cable into the conduit, terminal box or other device. -- Where wire or. cable must be installed in conduit, powdered soapstone, talc or other approved lubricant shall be used. All wire and cable ends shall be taped to exclude moisture and shall be kept until properly spliced or terminated. 34 F 4 The CONTRACTOR shall furni,sh_ and install all necessary mounting' ' hardware : the "CONTRACTOR may reuse all existing mounting hardware which is suitable. Cable guys shall be furnished and installed as shown on any included PLANS and as directed by the ENGINEER where it is necessary to offset an otherwise unbalanced stress on a pole. Where shown on any included PLANS and elsewhere as directed by the ENGINEER, the CONTRACTOR shall furnish and install pole extenders to enable cable attachment at heights above those of the poles. These pole extenders and their installation shall conform to the requirements of the typical installations. Where wire or cable must be installed in existing conduit, the CONTRACTOR shall remove and reinstall all existing wires and cables as necessary to enable installation of the new wire or cable. Where cable must be installed on poles with existing cables, the cables shall have the same amount of sag as the existing cables. 11.2. General Electrical and Wiring Requirements 11.2.1. National Electrical Code All equipment and material provided, adjusted or modified shall be fabricated and connected in accordance with the National Electrical Code published by the National Fire Protection Association and with all State and local codes. Any such equipment, materials or work which does not satisfy the National Electrical Code and which was provided, installed, adjusted or modified by the CONTRACTOR shall be replaced at no additional cost. All conduit shall be grounded and bonded in accordance with the National Electrical Code. All equipment housings cabinets and pedestals shall be grounded and bonded in accordance with the National Electrical Code. All housing, enclosures, cabinets, and pedestals shall be grounded with an equipment (third wire, earth) ground. 11.2.2. Wiring Requirements Control cable shall be attached to messenger cable using either spiral cable wrap or 0.50"x0.30" aluminum wrapping tape or approved alternate at intervals not exceeding 18". The use of hooks or rings, except those which exist, shall not be permitted. F 35 All field wiring entering a cabinet, shall be dressed against the walls of the cabinet and shall be harnessed, clamped in place or laced. The Engineer may require additional clamping, lacing or harnessing if, in his judgment, this is required for an acceptable installation. No in -line splices shall be made at any point in the work required by this contract except at recessed - screw, barrier type .terminal strips, except that system interconnect cable, shall not be spliced at terminal strips but shall be spliced using crimped, solderless connectors. System interconnect cable shall be spliced only in control_ equipment cabinets or in terminal boxes but not at terminal strips. No terminal strips shall be located on the floor or bottom of control equipment cabinets. No splices shall be made in conduits, in manholes or in pull boxes, except as specifically permitted by any included PLANS or these SPECIFICATIONS. A specific exception to this requirement is that loop wires shall be spliced to loop lead-in cable only in the pull box or valve box adjacent to the loops. The CONTRACTOR shall protect all new conductors and cables and all existing conductors and cables which are to be reconnected from damage and from moisture and water absorption. Wherever wire or cable is installed over roadways, driveways or other areas subject to vehicular traffic, such wire or cable shall desirably not be closer to the ground than 22' and shall in no case be closer to the ground than 18'. 12. Pull Boxes and Conduit 12.1. General Conduit and pull boxes shall be installed in accordance with the National Electrical Code, as required by the typical installations _ and as required elsewhere by these SPECIFICATIONS and any included PLANS. It is not, however, the intent of any included PLANS or these SPECIFICATIONS to prohibit the use of a conduit or pull box by more than one type of circuit unless any included PLANS or these SPECIFICATIONS clearly show a separation. It is the intent of these SPECIFICATIONS and any included PLANS to made maximum use of existing conduit and pull boxes. Unfused electrical service conductors shall not be installed in the same _conduit or pull box with any other circuits. The following types of cable and conductors may be installed in the same conduits and pull boxes with each rM r other, provided. Aal this may be accomplished without causing cross -talk or malfunction of any aspect of the system: System interconnect cable Loop wires Loop detector lead-in cable Signal Cable Other types of wire and cable Wherever the CONTRACTOR chooses to utilize the same conduit or pull box for more than one type of cable or wire and this is the cause of malfunctions or cross -talk, the CONTRACTOR shall install additional conduits and pull boxes and shall separate the circuits, as necessary to correct the condition, at his own expense. In no case shall the CONTRACTOR fill any new conduit containing signal cable, system interconnect cable, or loop detector lead-in cable to a capacity which will prevent the future installation of a 12-conductor, A.W.G.#12 signal cable within the requirements of the National Electrical Code. 12.2. Pull Boxes Pull boxes shall be installed as shown or described in any included PLANS. To the extent possible, pull boxes shall be located out of the path of vehicular traffic. Each pull box shall be installed on a bed of crushed stone 12" (minimum) deep and extending at least 2" beyond the edges of the pull box bottom on all sides. The aggregate to be used shall meet the gradation limits, soundness and shale requirements for Number 2 Coarse Aggregate as specified for concrete for STRUCTURES (Item 421) of the State's Spec. The cost of the crushed stone shall be included in the cost of the pull box. 12.3. Conduit After installation of underground or long (greater than 30') conduit is completed, all such conduits installed under this contract shall be tested with mandrel having a diameter /4" smaller than the conduit and a length of 2" inches. All conduits which will not allow passage of the mandrel shall be repaired to the satisfaction of the ENGINEER. If repairs cannot be affected, the conduit shall be removed and replaced at no additional cost to the CITY. After the mandrel test, all conduitsshall be scoured with a stiff wire brush slightly larger in diameter than the conduit. The CONTRACTOR shall clear all conduits in the presence of the ENGINEER. All conductors,except loop conductors (unless otherwise noted), shall be run in conduit 'except where run inside poles. Where signal conductors are run in lighting standards containing high voltage street lighting conductors, the 37 I signal conductors shall be ;encased in flexible or rigid metal conduit. Signal conduit shall be at least 3" in diameter and detector conduit shall be at least 2" in diameter, unless otherwise indicateq. Conduit ,for power service connections shall bq at least 1 /4 itin diameter. Conduits smaller than 1 /4" diameter, shall not be used unless otherwise specified, except grounding conductors at service points may be enclosed in I/2" diameter conduit. The. CONTRACTOR may, at his own expense use larger size conduit,. in which case it shall be for the entire length of the run with no reducing couplings permitted. Conduits shall be laid to a depth of 6" below sub -grade but not less than 36" below pavement grade except where approved by the ENGINEER; conduit may be laid at a -depth of not less than 36" below grade when 'installed in locations other than under the roadway. See the typical installations in any included PLANS. Conduit shall be placed under existing pavements by approved jacking or drilling methods. Pavements shall not be disturbed without the approval of the ENGINEER. Conduits terminating in anchor base standards and pedestals shall extend approximately 2" above the foundation. Conduits shall enter pull boxes from the bottom and shall terminate not less than 2" nor more than 4" above the bottom of the box and near the box walls to leave the major portion of the box clear. Threads shall be clean cut, straight, and of sufficient length to permit proper coupling; long running threads will not be permitted on any, part of the work. Threads shall be protected in transit, and wiring installation and conduit shall be provided with proper supports and protection during construction to prevent injuries. Ail ends of pipe installed for future connections shall be properly threaded, reamed and capped to prevent water and foreign matter from entering the conduit system. The ends of conduit shall butt together when coupled. Threaded ends shall be provided with approved conduit bushings. All couplings and joints in non-metal conduits shall be made up with appropriate cement'if not threaded. All conduit ends shall be reamed to remove burrs and sharp edges. All bends shall be of Long sweep, free from kinks and of such easy curvature to permit the drawings in of cables without injury to insulation, unless otherwise shown in any included PLANS. Flexible conduit, where called for on the drawings, shall be galvanized flexible steel conduit over which shall be 38 extruded a: moisture. and oil -proof jacket of polyvinylchloride.' Conduit and fittings shall be in accordance with the Joint �I Industry Conference requirements. Existing underground conduit to be incorporated into a new system shall be cleaned by blowing with compressed air or by other means approved by the ENGINEER unless existing cables and wires prevent this. Weatherheads shall be furnished and installed on all open ends of vertical conduits which are exposed to rain or the elements. The cost of all necessary weatherheads shall be included in the cost of the conduit. Proposed conduit runs shown on any included PLANS are approximate and may be changed with the approval of the ENGINEER at no additional cost to the CITY. Wherever parallel and proximate conduit runs are required, they shall be in the same trench unless otherwise noted. [� All metal conduit shall be grounded and bonded in accordance with the National Electrical Code. 13. Loop installations Installation procedures shall insure that changes in 9 weather, environmental conditions and ambient temperature will not cause the loop systems to become inoperative, operate erratically or produce spurious actuations. A lead-in cable may serve one or two loops. No splices shall be permitted in the loop wire. The loop wire shall be unspliced from the connection to the lead-in cable, through the loop, and back to the lead-in cable spl ice. The contractor shall take care not to damage the loop wire insulation or sheath during installation. The loop wires shall be spliced to their associated lead-in cable in a pull box. The splice shall be soldered and water - and moisture proofed as shown in the typical installation drawings. Loops are shown schematically in any included plans and the typical drawings. All necessary turns of loop wire, as required by the typical installation drawings, shall be installed in the same saw slot. Furthermore, large loops are simply shown as rectangles in any included plans; however, they shall be configured as shown for quadruple loops in the typical installation drawings. 39 The installation of loop 'systems shall insure that there is no interference or cross -talk between loop wires, between lead-in cables or between loop wires,and lead-in cables. The continuity of the lead-in cable shield. shall be maintained; however, the shield shall not be grounded. The loop, system shall be tested at the control equipment cabinet with a loop frequency meter and with a megger. These tests shall verify that the inductance of the loop system is within the range of 60 to 490 microhenrys and that the impedance to ground is at least 10 megaohms. If the loop system passes these tests, the tests shall be reconducted after the splice between the loop wires and the lead-in cable has been soaked with water. These tests shall be conducted in the presence of the Engineer, and shall be performed before the loop slots are sealed. The loop slots shall be blown dry before 'installing the loop wire. Once the loop system passes the tests specified above, its loop slots shall be sealed by the 'contractor. The slots shall be dry at the time of sealing. The sealant shall be installed in accordance with the manufacturer's recommendations and the requirements of the typical installation drawings. Application equipment used to install the sealant shall fill the slots from the bottom up. The temperature of the sealant shall be at least 700 Fahrenheit and that of - the `air shall be at least 500 Fahrenheit during sealant installation. A steel; hand-held roller wit i an outside diameter of 8" and a thickness which is within /16" of the width of the slot being sealed shall be used to compact the sealant in the slot. The compacted sealant shall be flush with the pavement surface. Excess sealant shall be struck off and removed from the site. Such.removed sealant shall not be reused. The contractor shall connect the loop system to the associated detector amplifier, shall tune the amplifier to achieve proper operation and shall check the operation with a 2'x2' shorted -turn 'vehicle model which the City will provide. When this model isplaced 'in the center of the loop, an actuation shall be registered on the detector amplifier. If more than one loop is to be connected to the same detector amplifier, their associated lead-in pairs shall be parallel -connected at the terminal strip in the controller cabinet'. Heat -shrinkable Teflon tube labels shall be used to tag and identify each new lead-in cable in the control equipment 40 T cabinet. Both the.16cati�on_of.the associated loop(s) and the cabinet terminal numbers shall be contained on the label. ' The label shall be securely attached to the cable near the cable termination. The legend shall be clear and readable ` and shall not deteriorate under the conditions normally found in such cabinets. No two loops on the same approach shall have the same color sheath, unless there are more than two such loops on the approach. Loops in adjacent lanes shall be made up of loop wires having different colored insulations. When loops are installed in brick pavement, the installation shall conform to the typical installation drawings and the following procedures. 1. The bricks shall be carefully removed to allow the saw slot to be cut in the concrete base. The bricks shall be carefully stored until they are reinstalled. It is understood that some bricks will be damaged in this process. The city will furnish replacement used bricks to the contractor as necessary. It shall be the contractor's responsibility to pick these up at a location or locations within the city as directed by the engineer and carefully load them, transport them to the job site and unload and install them as necessary. 2. The existing sand cushion between the bricks and the concrete base shall be removed and disposed of by the contractor. The concrete base shall be swept clean. 3. The loop slot shall be sawed and the loop installed as discussed above. 4. The loop shall be tested and the slot sealed as discussed above. 5. After sealing the slots, the concrete base shall be cleaned and swept to remove all loose and foreign materials. 6. The contractor shall furnish and install a new, 1- 1/2" thick sand bed. The sand shall consist of hard, durable grains, free from vegetation and other deleterious substances. When dry, the sand shall pass it 1/4" laboratory screen and shall be well graded from course to fine. The sand bedding shall be shaped to a true surface parallel with the proposed restored surface of the finished roadway in order to permit the construction of said finished roadway surface. 7. The brick shall be cleaned and shall be reinstalled in the same pattern as the surrounding brick. Following installation of the brick, the contractor shall sweep sand into the cracks between the bricks, wetting the sand with r. water in layers until the cracks are full. All excess sand shall be removed from the site and the site shall be left broom clean. 41 14. Work on Utility Poles In addition to the other requirements of any included PLANS and SPECIFICATIONS, all work which is performed on utility poles shall be performed by the CONTRACTOR in a manner which will satisfy all of the requirements of the utility pole owner. The utilities involved are: Lubbock Power. and Light Southwestern Public Service, Incorporated Energas Lubbock Cox Cable Southwestern Bell Telephone Company General Telephone and Electronic Company South Plains Electric Cooperative Following are installation requirements for communication class conductors on Lubbock Power and -Light poles.. Unless otherwise required by the other utilities, these requirements shall apply to all work on all poles of all of the utilities. Wherever underground conduit or direct -burial cable must be installed, the CONTRACTOR shall open a trench which is between 8" and 16" wide and of appropriate depth as indicated in any included PLANS, these SPECIFICATIONS or the typical installations. After the conduit or cable has been placed, the CONTRACTOR shall backfill the trench by tamping in 6" maximum horizontal layers. All excess material shall be removed from the site and the excavation shall be finished flush with the surrounding natural ground. 15. Placement of traffic signal heads Signal heads will be placed over the roadway as indicated on the site plan if included. The locations shall be: (1) over the lane line (2) over the center of the lane (3) As detailed on the site plan if included if not covered by (1) or (2) above. 16. Wheelchair ramps Where called for on the plan, sheets, a wheelchair ramp shall be provided connecting the roadway with the adjacent sidewalk. The adjoining ramp shall be completely constructed by removal and replacement of the curb and :gutter to, the City Engineer's most current standards. 42 "71 a===— tmrm me & mt? ARM ra (TWICAL) NOTES rploposts V= & OV47 0% CONSTRUCTION tinTm 3-SECT" Mvt WAN tROMALK (TYPICAL) I. CITY M INSTALL PROPOSED SIGNS ple"MMED 3-SECTION VENAL WAI e. INSTALL ALL HEY BLACK SIGNAL HEADS WITH BACKPLATES PMPfl- TVAFM STAG M t4l K 3V 'LM M ARM MV 3. EXISTING UTILITIES AND LOCATIONS APPROXINKTIE ONLY cxnTpr. S-Htfmr S30.W" R"C $06 14-7 4. SIGNAL HEADS TO ALIGH ON CENTER Or LANE OR LANE PPOMMD 3-stc, SIGNAL W-Al —40 Pooposm PwArnc slaty, *2o-m r4* . 3v tm im" Ymv-, LINE AS INDICATED ON PLANS 'I CONTRACTOR TO PROVIDE STOP PARS AND CROSSWALKS La PROFOWD PMSMN4 SIGNAL W-All AS INDICATED ON PLANS AMEN CONCRETE MAW CONMUCTION (SEE DETAIL) rmtm IMEKSTRIAN KMMUTTOM ♦ RINIRMIP PCKITOM NISI RI" mTEI LIGHT WITH PULL IPDX CEM EMTM CO TROLLER UTILITY POLE FA PPOMM colotooLL17111 INTERCONNECT CAPLE SPLICE FOX 0 EYMTM TRWrIC SIGNAL CAKE KU PDX MILE / MAST ARM ASSEMBLEY • raorost0 TRAFM SMMft CAJLF PULL 11M mwrm SKN% ELECTRIC ov" ME IPAW rato"Im" 10 DCFwavuell wm L M WN WIPS KWA "v=TM cvvtn To* fiffm um x7ml is Wou" 1tFaAN TOt DRAYWCE L MAMIT RULE ""T M" ASTMILT ffVK 0 O PEDESTRIAN ME TRAFFIC rLVV "AFT11C SmK OR TIRE ""PANT EXISTING r-callow 0%,C) CMTBG r-CDNMT G-M 10"019M 31-co"m elm —Is— VVIORMEAS TwAFFTC STOML CAKE p OYERNEAN POWER LINE — G — W LINE —Tv— OVEVNEAV TV CAKE — W -- VAT" LINE — 3 — MEVCTI LINE —I— W#F"WAV TOMPHIONt LIME OYEPAVAI TwWM UOPw Pri"c"M CAPLE TWATFlPC SIPOW& MA LINE W l-Vlr VIM FrfAL CONDUIT Ma"f or w4v CUMP < > LOOP DETECTOR LOP X.L., VEJUP-1011 I CITY OF LUBBOCK L"00"A' 3 B ELM & "I". sum" & vm 747" OLOM & c"t I FAM4QFWD &ACTH , WM42 L 41TI 1 777-1 (THIS PAGE LEFT BLANK INTENTIONALLY) mom TG .R TARN A"' IHL VR.E R SHOWN. ID A7 orPROM AS OWROM Dw" DlENSNW AS DOWN ON SITE PLm RY TW ENGeRR. ALIMITIM ION 1IF r `� A lvlvivivivr tvivivr HEAVY DUTY sw SEE tlCCITRATMS No STANIIESS St[LL MM,Wu 'm THE EH [ am INOW HEAR TO 1LLMN OR LANE OR MITER Or LAW AS MOICATEI M SM /LAR THE PRILIECT GUSS[I[R TtIK As SHOWN TOT a V srAaR K AS �J AIHLAN—'jl R tt SIGNAL HEAD CONNECTION ASSEMBLY (BRACKET) B OOOO OOO "DST AM nVE - SECTOL Or tK LL WAR THREE - SECTKPL IP SNOW HE" SM' BLACK AN PLAM6 ONE PIECE LO4TRIICTION WITH INS "W.TLS O ��� RNR T Nso -T COVER V/WOREW MAST ARM SIGNAL HEAD CONNECTION Y PUSH PUSH BUT BUTTON Tcee"na mac ( TOP VIEW) vAnAu FOR FOR PH 5AG' r SOCK ICK AS TE•ERER to GREEN WALK c B NSOIIRCI 7 Veal IRL"IB r[T sRARLs LIGHT SIGNAL ram' OVAIAE IOU W . C RISE ARN --I VARMRE r.— PEDESTRIAN � SIGNS TAIL HANDH❑LE TERMINAL n. 5' BACKPLATE DETAIL COMPARTMENT DETAIL IT o-vr �s wNeTnN ham, T111L w POLE MOUNTED SIGNAL HEAD ",sew so •-s/r so + t NDNm x n� CONNECTIn A & IEC Rwtt NNN ARM a FOIE Vr Tom ONSETS 7 TOP a NOTION 7 "C"', nNG (q VP 7 TARRU "OLES POLE PLATE ONLY -w III& VIRM ERIARED) NIA IQE N ME N> tVv-rl.r La — NO TTAOI NOLT ( ASTIt - AM) (O 114' TNR SM OL43M ARM ATTACHMENT DETAIL VV RIA MOLT ---� CIRCLE yr I/!' TIC sm NRT I'm DID" PEDESTRAIN PUSHBUTTON DETAIL S•c7IALR STREET awmz ll"I'L"Fag1CoIMO/T KTArLS Lt AmPRaM 1 NI' A W K Y- NALV. AHCIOII em V / (YI GALV. TEN IRlTS In (n GALV. r SIL R I/C TIM MT WASHERS PER IDCNON POP BASE DETAIL =SAW& MN �- PENETTRAIN SM a CO PARTWN7 FIVE"WPus TnRAN I �amE CRvae .. CITY OF LUBBOCK TYPICAL BRACKET, PAIT ARTS AND POLE ASSEMBLY DETAILS (THIS PAGE LEFT BLANK INTENTIONALLY) TYPICAL DETECTOR LOOP INSTALLATION SHEET C A ) GENERAL LOOP LOCATION AND LAYOUT PULSE OR STSTEN IMP LOOP TIN NTERSECTOII APPROAEII LOOP ON IN►ERStCTM SOT 101[SY L TINuss OTWl"SE Rom R •i' Y•i' 6 O100011310N S TO RC wry" DT SITE SKETCH OR PLAAS 1 LOOP TO IMVE 3 710RIRS OF VIE PRESENCE INTERSECTION DETECTOR LOOP /N TILNIE1 Knum LORE --J IQR9 L UNLESS ODERVTSE Ie/0 Y•a, O DD[MSONS 11 AND E VILL K suplED ON THE I;MC 1 1T D 13 7 OR LESS, M LOOP SMALL HAVE 3 non Q VIRE P D IS GREATER TAW Y, TK LOOP sIW_L NWt E TRANS cr v w GENERAL NOTES 11O SPLICES SWILL PE PERDOYTt3 INTW IMP VRC T• OWL K 041 CORPUM VIE I10/ TW LEADIN SPLICE, TIROl" TK LOOP, AM RAC( TO THE LEAD-N SPLICE Y PO SPLICES SMALL K PCIRNMED N THE LEAD-N CAPLE EXCEPT TIC SPLICE TO TW L® VMS. 3 CLTXPT RR ALTLAME DETECTORS, LOOP SHALL K CENTERED N TWR RESPECTIVE LAIC; WILESS OTWRVTSt NOTED TOR VIDE UPS LAWS VITH PARKIN( TW EDGE OF M LAW STALL K COS1DEKED TO DE C EKIM THE GIRD EA(E TOR PARALLEL PAPKRRS Am w rem TIE LARD FACE F01 ANGLE PARKD(C LWESS OOCRV[SE NOTED. A TAIERE PRACTICAL, A SIMILE LCAD-DI CABLE SMALL SERVICE Two L om 3 C"XT E8S Some ARE Ie/0RR S13ES, i LOOP VIRE 94ALL K A,Vfa Nu M STRANDED COPPER VTTN T" DC LATI01 (ENCASED N AN ORIA" /QYEWAIMC SWAM, 7 LOU" N ADJACENT LAWS SMALL K I AWED OT LOP VIES INVOIG DIPiEKENT COLOR I IV"TON NO TWO LIM OM THE SAW STREET LEG AND "TEAM THE SANE PULL ROE( SMALL RAVE THE SAME COLOR MAAMN Rr rSS MORE TOW rMW LOP" GIST K ACCMIODATED. D LOOP LEAD-N DOM$ CWTMTT SOYL K WORADED THE SHIELD SMALL OTT K GRODOER D M L® WRE SMALL K 1CLD N THE SLOT DT WQKTALIC RETAOERS TO PREVENT IT PROI ILOATOTG N THE SEALANT, TIE RETADC" SMALL K PLACED EVERY I' OR CLOSER. R TWO TYPES Or LOOP DSTALLATWM AK DESQTKO ON THIS SIEET. TYPE ( 1 ) NAT STALLIONS ARE RR LOOPS OCTALLED N GOOD PAVENW. TYPE (a TAL NSLATIOS RE LOOPS AfOR LS NSTALLED INJEW OR DMMGED ►AVEME"T N TYPE 12) INSTALLATIONS THE LOOP VIRE IS ENCASED IN PU.YET(YLEME SWAIM INSTALLATION DETAILS LOW VMC I UW LUB-R( CARE SPLICE KTAL . WELD vom DNLLATTNI RD DAYOIAT m �•LV M. �� � 1LIIQ DWATDII O® POLLAI_ TIDST L® VNC RMRJ �•• (� VR PAI Ls 1EATw (Au STEP D Swr NSLLIITIOR AS Off." SAS► B TVIST DARE L7>rDUCTTRS 1TIGLT)ER V131.2 SOLDER [ACM SPLI(x mm Ksvl-� SRDED MT USED� SIP 4 an VIE MR TO EACH SPLICE 1 C"la PD.L " V a n," MWINIR TILLED VIMI Toms EPTtNEO KAL[R 3RP S VRE-TIC OR TAPE VIES NO PREPARE SIV v P64EM LOOP SPLICE ER M VA/ -TIGHT WATER-TIORT SPIN COVERS SPLICE COVED AND ALLOW SCALER TO SET V. CITY OF LUBBOCK TYPICAL INSTALLATION OF DETECTOR LOOP No Text TYPICAL DETECTOR LOOP INSTALLATI❑N SHEET (B) INSTALLATION DETAILS SECTM A - A Lot AM nxpm LAYTM SPLICE c SEE MAX L� VNK <Tr►J " ILL IM IN0.L FOR IN WIN Awe GUTT[lt FOR CwNomo UtT (SE[ HRttc e > t SEC CPUtiO xTAI) N c SEE COMM PETA0. ) N lMP VIBE IN SAY SLOT LOOP LEAbE O1 CHIN (TYPJ t SIX CDNER PETA0.) .. r TRHL ' GUTTER VB(CdN MVSICM A.1[RNAi[ r LRy SECTIOB c - e A CIRe ( SEE CM"M KTAI) COMM AS WOMEN TO COIIROL r M � � I � ASRYLT a CONCRETE PAVEMENT � A MRp"Dri, anNET, Ea. CDISTVMTMN a RETAIIER (SEE GENERAL TOM! > ERPAHSM" JmwT POLL BOX L PER Prow OR IMP VIBES IN PLASTIC J TUNING ( TYM E ) )aim l/a Am CIRNiR DaA0. ' p�C(� MWTN WITMILE IN H Po" air att ` J NY OPHER SUITABLE wCANS TO PREVENT rLL SLOT VITA I'DDLE DUDBEI SEALM EOTRACE Or SEALANT * EA.A T* SEAL VEIN FLEXUBLE LOOP VRBES TO x TOTALLY [)CAPSULATED I-Vr 1Ql PULLER [MOM SEALANT. I( SEALANT N PAVC LOQ :UrfI SNALL EO P /AST a SEE PAR xTAIL OR SHEET - • HRL-NOI HQE S" IN, TO PPOVDC r1A.L BF11M Q SIDf AT NRI eET TYPE TYPICAL RLATI ft R1 a L TYPE a AT "AH ILIPP6 rTld I [ • Vr rOt TYPE L DISrALLATIO .J � LOOP VIBE AT mlHNlnt p1TRACL [ . ve• ra TYPE a D(sTALLA7m11 4 LOOP VIBES DOLL x TVISTLA i TING PER FOUT CUNMT AND PULL Nm a EXCESS SEALIN SwULI R aTRteTc I rNE OfLIM VIDE N THE PAIL Bar SALL x OTT AND REHUM TROT SITE / TAPER IN CLM![D To PRCVOR HOVEMIt Or _J 1 ONEVIRC RELATIVE TO THE OTNM LOOPi EACH LOW VNE PANE ANN EACH I" WITH SSEEALANT I ML MILE VDM LEAFIN CAILE S ILL HMVE AT LEAST ELEMMU [HOON[e SEALANT a rM7 Or SLACK IN THE PULL KM I SLT7Td e - 0 LOOP PDT LOOP ADl OflU6ItH VIRGRI PAWW f ALTQIMT[ r CTIDN l . P Law WINE !' ASPHALT ON COItR[i[ PAVEMENT •;,rr` ~ ,r +�"^ OVETLAM MVCHOIT ALITMLATt e= • .. NET"" ( SEE OLKIAL IOr[ !) �' .• •�• �', .A.aow MaaAY LtBr vlNc (rTPc I) a LOW vNa •.•• • !•� " ~ •� N PLASTIC TYPES ( TYPE e) r Y.: . aldam tirnOR WOMEN? Q TI MLL At KFMIEe IMAMA"t 1-V41 IOL[ ' • �_ � �. '.e St S •• IlM I ML MJM xrOK SAVOR: LOOP ADTS FILL SUM VM r0MV EUIENTeA SULM PAVE[ ` sm uT� Lbi no►� , To x TOTALLY [T..IPwLArcD CITY OF LUBBOCKform J III yr TOR TYPc I INSTALLATION j TYPICAL INSTALLATION e -air fOR TYPE N pLSTAILATIOT VY """A OF DETECTOR LOOP P w t [RC[SI SEALER SwLL BE STMIN Orr AM REMOVED rem SITE TON ION bHfK PR J (THIS PAGE LEFT BLANK INTENTIONALLY) A.. s .mil ,--I --) ----I ----) ----I -I --- A-s �-'��--- -7---`��--_ - -A--- , __ TYPICAL NEW CONTROLLER AND CABINET INSTALLATIONS BASE MOUNTED CONTROL CABINET AND WOOD POLE MOUNTED SPLICE BOX INSTALLATION NOTESt 1 rum SERVICE CMNXT SNBLL BE NSTALUI M D"m RKTALL WATIMACAY � i E NAVAMTUMPol SLC AT SL [ AS IIOICATED Ei emOI OT RLa4 e AS atom sacs sorts arc RReNrsl am srcmerRT ro%"-v INSTILLL 1-1/4OIS LTf1A • NOAi rgiR pWAv SENICE (SEE NOTEST "WOLL Pam DIEM HEV COflSOLLER CARscT SRFi1RLR SO[ 1 ATsusR � R R+� s+Nlt► %\ir\i\ir\ir�ir\ir�i\ir�i\r . JOLT �uRRRa {� TERHDML IOC ,�- SRR Lop RTSTALL S• HOP" RM CO VJTT FOR CONTROL CARE 00 STSTON NTERCW CT CABLE TERMINAL ( SPLICE ) BOX INSTALLTION TISTAII T WWII MR raRlC R SRTECAN / fDR04 CARL 1NNERCORR[CT CAIILE f FAIL MAPS AT 3- Rom V►MCS'NS CAVOWT KILL im CITY OF LUBBOCK TVICAL NEV CONTROLLER . AND C"MET INSTALLATIONS 7-tYTS . I or I N8 awm M 1 No Text FRONT VIEW TYPICAL 170 BASE FOUNDATION TYPICAL MAST ARM FOUNDATION VU"wk 4T NOW [t �M FM � :�. •� .+�:. RrIG�� CP�MI�Tf +• r r TOP VIEW TYPICAL CROSSWALK - TYPE SP . 1 errr yr PM�erx"m is SIDE VIEW TYPICAL CROSSWALK — TYPE P w w ^r �� STD► MR-+ I root gccs CAA" Q 1K AC/AA RIMGf O t TIP vRH TOP virw am RL"m rm" vav m " owwii v�eii T s toes rasa V" .. I CITY OF LUBBOCK TYPICAL ITtON IM51 ARM roUMATICH A MIC iAL CAcR TJSriN.I[ (THIS PAGE LEFT BLANK INTENTIONALLY) CAST IRON PULL BOX TRAFFIC SIGNALS `� f---12.so•--� 1.25• 6.25• R 6.19• R .31 �] . 'OPEH�I� PAD DETAIL rUt RMI SURrACE V/O CM L MR,CWS�[1 a A.,• TdlIRR v uw toiR • 1 i• AMYLt � W v VMW W fr T. TRlfif. Lrm. LP -' .. I •; •� .. a f SAW SAV ow ICT! " L2M MROI / • RMI AL%M I I TMalw MI • • ! SEM. sAv E., . TAARAEE AM co"cir PAS I VALVE Io. - CAST PM :. f r TYPICAL PULL BOX G CONCRETE PULL BOX SECTmN A - A NOTES L "M TVLVAM " LTT "" we Cry" Rmwm I. Mmn 'L' I4r4 AM K" A "AMIA . CSM[RS. TVO REOINIm I. COVER TO LC OBI 'TRA/FIC TRMAL=•. IL KILLIM M K R4TALLG Of A M6 CRIm STMIC HAVIU .M A fRMRBMTM Q M mu saw TIE grTOM Or THE PULL IOR. 1 17/CVQATS PUl 9M MY K CMIYU EREI At PMMILL ALTERHMME. VKP RAVMW AM IPECIIG►TTON DATA ON " RELATIVE STWEMTNS OF M EOIE•EIG METAL AMI/CP rl/EiaASS PULL SMMI "" K PROVTR■ FOR APPROVAL IT rw EKREEA 1 i TRAFFIC I� SIGNA 1 I I THE "WEA SECTmN S -I CITY OF LUBI ��y T PULL PM T LL iTfO:AL 1NSTALLTt011 No Text f MAST ARM SIZE 40' / 33' X 1 35' LENS SIZE 12, SIGNAL HEAD NO 1 2 1 3 4 S 6 1 7 B 9 10 11 HORIZONTAL VERTICAL INDICATIONS R Y Y G G R Y G R Y G R Y G R Y G R Y G R Y G FLASH MODE Y ' R Y REST MODE G R G ■ PME VTN STREET LPE ERTENSION PHASING DIAGRAM i i SITE PLAN ELM AVENUE No Text SIGNAL MEAD SCHEDULE I ( � MAST ARM SIZE 3S' 33' 32' PEDESTRIAN LENS SIZE 12' SIGNALS SIGNAL HEAD NO.fRY 4 6nG PI P2 P3 P4 HORIZONTAL R Y G R Y Y G G R Y G R Y G W W W W VERTICAL INDICATIDNS DW DW DW DW FLASH MODE Y Y R REST MODE G G R MOTES L CONTRACTOR TO PROVIDE TELEPMW LINE COHHECTIOM TO CDNTRMLER 2. VWEL CHAIR RAMPS PER. CITY OF LURK" SPECTFICATTON PHASING DIAGRAM f 3 om trim T9KCIe1 AT TNN SITE PLAN QUAKER AVENUE rw 24TH STREET u A..man rn� � fAwcm R 14TH ST I No Text PHASING DIAGRAM \ \ \ \ \ NOTES- 1. CONTRACTOR TO PRMDE TELEPHONE LINE ID CONTROLLER Z. WHEEL CHAIR RAMPS PER. CITY 13F LWOOCR SPECWICATION SIGNAL HEAD SCHDLLE MAST ARM SIZE 10' 1 35. DI w DI PEDESTRIAN LENS SIZE 12' SIGNALS SIGNAL HEAD NO 1 S 6 7 B 9 10 I1 PI P2 HORIZONTAL VERTICAL INDICATIONS R Y«Li G !23 L R Y G R Y G R Y G R Y GR Y G V V DV DV :LASH MOVE Y R Y REST HIDE G R G ■ POLE VITH STREET LM EXXNSION SITE PLAN J Im1G IRK SKKM N TRA rI MCI STALL lALIM D6 EAS11pRIR TIC su�a N 9 w Hz T xE CITY OF LUBBOCK i� r Mf101[1 11w I SDUML AT. J• DUN" AVENUE L 74TH STREET 1-9- _ =51RC RR 2,� No Text FRANKFURD AVENUE PHASING DIAGRAM I I i�AI r " Q enok Dory 10 tlilL m.unei wi a II ! _ J 1 MAST ARMS AND SHAFTS TO K USED IN THE FUTURE E%PAMs10N Of TRANKFORp AVENUE AND p2ND STREET 2 LOOPS im fRON STOP !AR ON ALL APPROACHES 3 CONLINE TOTOR TO PROVIDE CONTROLLER TELEPIIDNE }� R ,uA 3 82ND STREET R A L e SIGNAL HEAD SCHEDULE — w MAST ARM SIZE 35' ■ 45' ■ 1 IS• • 4Y ■ LENS SIZE 12' SIC44AL HEAD NO I 1 2 3 4 5 6 7 8 9 10 11 !2 HORIZONTAL VERTICAL TNDICATUM R Y G R Y 6 R Y 6 R Y G R Y G R Y G R Y G R Y G FLASH MODE Y R Y R REST MOUE R R R R tee:. wm ra A s�o�a ew I I Au Am neM meat UK glO�ew I f SITE PLAN 01Fu f�l"�"l9oc .� L _ min l>M(L1�Aa Amc ,— M a --fts i�y S AMeleA:ele ear ."TM al" � b en�ee �nswsec c N MM T CITY OF LUBBUCK I MAeeeRo tA.rs ,n.. a IRA1A rOn AVIXX L S M! SMET R. Y No Text SIGNAL HEAD SCHEDULE FRANKFORD AVENUE MAST ARM SIZE 10' ■ 4W R 45' • 40' ■ LENS SIZE 12' SIGNAL HEAD NO 1 4 5 6 7 8 9 10 11 12 HORIZONTAL VERTICAL DMICATIOM RY Y6G[t[3 RY YGG RY6 R Y G RY YGG RYG R Y G RYYGG RYG R Y G FLASH MODE Y R Y R REST HOPE G R G R NOTES. 1 CONTRACTOR TO PROVIDE TELEPHONE LINE TO CONTROLLER • tli PME WM V'M UK LilO6a PHASING DIAGRAM rwuc ab �o�c� —7 MRl ow""M m /RSf --� 1vi�l�9' igI1M I EXISTING SITE PLAN 1. or rw" LOf OEM .- M Ina ME rein uHUfT LW Nat wwenw co"Mmo t s1dR N fr w w CITY OF IUBF PRE I IoZHK flOY< M�ln •A f'RNNCFOR! AVE L 66TN No Text EXISTING SITE PLAN PHASING DIAGRAM TEX" Kd Udvm"v x"s TECH INvlEmv c:: f : w s - -. wars :rsri ■ r yr iwu KUL cnwm R s+ mwc.0 r� es r�war�— — — — — — — - - - - - - - - - --- - - - - - - - - - - - - - - - - - - - - - - - - - 4TH STREET g twtmxvmi ANLE NOTES. - cKLmw root ear[ ` l UDF DETECTORS TO START AT THE EDGE OF COKWTE DRIVE NNs rR (AS PER AGREEMENT WITH TEXAS TECH UNIVERSITY) CONTRACTOR TO PROVIDE TELEPHONE LINE TO CONTROLLER TFAS TWH tmcvcn TT 6EICRAL NOW110L SIGNAL HEAD SCHEDULE MAST ARM SIZE 35' / 45' ■ 1 45' / 33' ■ LENS SIZE le, SIGNAL HEAD ND 1 12 3 NI S 6 7 8 9 !0 It 12 HORIZONTAL VERTICAL INDICATIONS R Y G R r G R Y G R Y G R Y G R Y G MSH MODE R Y Y R REST MODE R G G R . ru WM VIM LM (WORM 1 �111� N N: r r >N Ns r tr N: is R U' w I ' / rri CITY ❑' LUBB❑C ns urmL risN�i ATM STREET ( FX ZM > t GENERAL HOSPITAL ENTRANCE GENERAL HOSPITAL ENTRANCE (MEMPHIS AVENUE) _ Wane 'mwc N (THIS PAGE LEFT BLANK INTENTIONALLY) 7 SPECIAL CONDITIONS -44- (THIS PAGE LEFT BLANK INTENTIONALLY) City of Lubbock P.O. Box 2000 Lubbock, Texas 79457 ! eO6-767-2167 Florida Traffic Control Devices, Inc. P.O. Box 890028 Attn: George W. Williams, III, V.P. Houston, TX 77289-0028 SUBJECT: Traffic Signal Installations The City of Lubbock, having considered opened on the 22nd day of May, 1992, for work to be furnished in and for: City of Lubbock Bid # 12001 TRAFFIC SIGNAL INSTALLATIONS Office of Purchasing June 16, 1992 the proposals submitted and to be done and materials as set forth in detail in the Specifications, Plans, and Contract Documents for such work for the City of Lubbock; it appearing that your proposal is fair, equitable and to the best interest of said City, please take notice that said proposal was accepted by the City Council of the City of Lubbock on the June 11, 1992, at the bid price contained therein, subject to the execution of and furnishing of all other documents specified and required to be executed and .furnished under the contract documents. It will be necessary for you to execute and furnish to the City of Lubbock all such documents within ten (10) days from your receipt of this Notice. The five percent (5%) bid security, submitted with your proposal, will be returned upon the execution of such contract documents and bonds within the above specified ten (10) day period. In the event you should fail to execute and furnish such contract documents and bonds within the time limit specified, said bid security will be retained by the City of Lubbock. CITY 0 LUBBOCK Gene E ds, C.P.M. Purchasing Manager