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