Loading...
RES 1998-2541 - Contract with Commonwealth Electric for downtown northeast redevelopment, traffic signalization • r�. r; , ,.fir, A tAAHA,q { a L., u,. . ` of age Planning Department `,� s .: i ,k r� ; co Q`"sa i q r;i 1 " 2 c} Omaha/Douglas Civic Center i '� l I�ess 1819 Farnam Street,SuiteW 1100 �trl �� � �A�a „. ,• } `=_ t., ' ' (402)444-5200 ory r ; Omaha,Nebraska 68183-0110 (402)444-5150 �Z I)FEeR� ` �'� Telefax(402)444-6140 City of Omaha Robert C.Peters Hal Daub,Mayor Acting Director Honorable President and Members of the City Council, The attached Resolution approves the contract with Commonwealth Electric for traffic signalization for 16th Street from Capitol Avenue to Chicago Street. This project is part of the overall public improvement work for the First National Bank Redevelopment Project and is in accordance with the Redevelopment Agreement that was approved by the City Council on February 4, 1997. The following bids were received on September 2, 1998. The Engineer's Estimate for this project is $208,770.79. Contractor Bid COMMONWEALTH ELECTRIC $177,863.30 (LOW BID) OK Electric Co., Inc. $183,319.00 Sadler Line Construction $185,952.25 The Finance Department is authorized to pay the cost of S.P. 97-8c in the amount of$177,863.30 from the First National Bank, Phase One, Public Improvement Account. The last review by the Human Relations Director showed the contractor is in compliance with Ordinance No. 28885 and that the contractor has on file a current Annual Contract Compliance Report Form(CC-1). As is City policy,the Human Relations Director will continue to review the contractor to ensure compliance with the Contract Compliance Ordinance. n t Honorable President and Members of the City Council Page 2 The Planning and Finance Departments recommend acceptance of the low bid from Commonwealth Electric in the amount of$177,863.30 for S.P. 97-8c, being the lowest and best bid received, and request your consideration and approval of this Resolution. Sincerely, Approved: rid- Robert C. Peters ? Date • . Elliott, P.E. Date Acting Planning Director Public Works Director Approved as to Funding: Approved: •a0L11441k Louis A. D'Erco e 7PT' Date George vis, Jr. Date Finance Director Human elations Director Referred to City Council for Consideration: 00e Mayor's Office/Title Date P:\PLN3\4095.PJM i,fi i p :f1.lJff11J�lllltllJfl./YIlfl! ✓lflflfll./llflllflllllfllflfflfllf!!�I! lllffllfl! (l l 1 s CITY -% Y s of s . OMAHA s PUBLIC WORKS DEPARTMENT s s CONTRACT DOCUMENTS , , AND SPECIAL PROVISIONS % ,J , , % s% Special Project No. 91 - gam % 40.11* S fit. ..d '� _,� ♦ L.'..' I In s % `. Bids received un it 11:0 o'clock �' —J 2 ZS 11 0 A. _19 Contract Aw 191 Resolution o. 2 -(% s Contractor s S S 9.72 S V!!-lflllll!-.r..,llfll./YIJlll./IJIll ..cc.11llll..../flllf.!-.�lllf!l�IIl./l!!!!!! !!If!!lJ I - t. ' NOTICE TO BIDDERS Sealed Proposals will be received by the City of Omaha, at the Office of Mary Galligan Cornett, City Clerk, L/C 1 , Omaha/Douglas Civic Center, until 11:00 a.m. on the 2 day of '' �$ for the construction of . e l i 8 e being t(l bb etlge=1 *IketriV. tiSbNieRUE. "1"0 elkialketel 4104E1 +. R'- gat'i.1llrl..:l*-l4j"ts> • INSTRUCTIONS TO BIDDERS PROPOSALS Each Proposal shall be legibly written or printed in ink on the form provided in this bound copy of proposed contract documents. Alterations in the Proposal by interlineation, by interpolation, or otherwise, will not be acceptable. Alteration of the bid by erasure must be signed or initialed by the bidder; if initialed, the City may require the bidder to identify any alteration so • initialed. No alteration in any Proposal shall be made after the Proposal has been submitted. The bidder must bid on each item. If an item is bid at no cost, the words, "No Charge"shall be written in the appropriate space. All addenda to the contract documents shall be acknowledged in the Proposal, properly signed by the bidder and attached to the Proposal when submitted. Each Proposal shall be enclosed in a sealed envelope or wrapping, addressed to the "City Council, City of 0 ka" d identified on the outside with the words "Proposal for the Construc- • tion of C.,, the bidder's name and the bidder's address; and filed with the City Clerk at the Office of Mary Galligan Cornett, L/C 1 , Omaha/Douglas Civic Center 68183. Proposals must be based upon the Plans and Specifications for the work bid upon as prepared by the City Engineer and filed in his office. Bidders should familiarize themselves with the work herein contemplated by personally visiting the location of the work, in order that the true spirit and intent of the Plans and Specifications may be fulfilled. No bidder may submit more than one Proposal, multiple Proposals under different names will not be accepted from one firm or association. PROPOSAL GUARANTEE Each Proposal shall be accompanied by a cashier's check, a certified check, United States Government Bond (negotiable), or a bidder's bond, for five (5) percent of the total amount bid, but in no case be less than One Hundred Dollars ($100.00). The Proposal Guarantee shall be made payable without condition to the City of Omaha, Nebraska, hereinafter referred to as City.The Proposal Guarantee may be retained by and shall be forfeited to the City as liquidated damages if the Proposal is accepted and a contract based thereon is awarded and the bidder should fail to enter into a contract in the form prescribed, with legally responsible sureties, within ten (10) days after such award is made by the City. NB-la 9/86 • 4 ACCEPTANCE AND REJECTION OF BIDS Bids will be compared on the basis of unit bid prices and the schedule of prices on file in the Office of the City Engineer. The lowest bid will be deter- mined on the basis of the total cost. The City reserves the right to accept the lowest base bid;to consider deductive alternatives;to reject any or all bids; and to waive irregularities or informalities in any bid. Bids received after the specified time of closing will be returned unopened.** AWARD OF CONTRACT The City Council will award the contract as early as practicable after the tabulation of said bids to the lowest responsible bidder, whereupon all other bids will stand rejected, and the Proposal Guarantee of all bidders not successful will be returned. The Proposal Guarantee of the successful bidder will be returned upon approval of the contract and bond by the City Council. SIGNATURE OF BIDDER Each bidder shall sign his Proposal using his usual signature and giving his full business address. Bids by partnerships shall be signed with the partnership name followed by the signature and designation of one of the partners or other authorized representative. Bids by corporations shall be signed with the name of the corporation followed by the signature and desig- nation of the president, secretary or other person authorized to bind the corporation. Anyone signing a Proposal as agent for another, or otherwise, must file with the Proposal, evidence acceptable to the City of his authority to do so. INTERPRETATION OF CONTRACT DOCUMENTS If any person who contemplates submitting a bid is in doubt as to the true meaning of any part of the plans, specifications or other proposed contract documents, he may submit to the City Engineer a written request for an interpretation thereof. The person submitting the request shall be responsible for its prompt delivery. Interpreta- tion of the proposed contract documents will be made only by addendum. A copy of each adden- dum will be mailed or delivered to each person obtaining a set of contract documents from the City Engineer. The City will not be responsible for any other explanations or interpretations of the proposed contract documents. LOCAL CONDITIONS AFFECTING WORK Each bidder shall visit the site of the work and shall completely inform himself relative to construction hazards and procedure, labor and all other con- ditions and factors, local and otherwise, which would affect prosecution and completion of the work and its cost. Such considerations shall include the arrangement and condition of existing struc- tures and facilities, the availability and cost of labor, and facilities for transportation, handling and storage of materials and equipment. All such factors shall be properly investigated and considered in the preparation of the bidder's proposal. There will be no subsequent financial adjustment for lack of such prior information. TIME OF COMPLETION The time of completion is an essential part of the contract and it will be necessary for each bidder to satisfy the City of his ability to complete the work within the allow- able time set forth in the Proposal. In this connection, attention is directed to the Special Provisions and the Standard Specifications for Public Works Construction, 1989 Edition, of the City of Omaha relative to delays, extensions of time and liquidated damages. NB-2a 10/89 STATE SALES TAX The City of Omaha will furnish the successful contractor with a "Purchasing Agent Appointment and Exempt Sale Certificate" Form No. 92, for all items which are considered by the State of Nebraska to be exempt from the State Sales Tax. • NEBRASKA LEGAL REQUIREMENTS Only the bids of contractors qualified to do business in the State of Nebraska will be considered; all as required by Nebraska State Statutes and amend- ments thereto. PERFORMANCE BOND The successful bidder shall furnish within ten (10) days after the award, a Contract and a Performance, Payment and Guarantee Bond on forms required by the City, in the full amount of the contract as security for the faithful performance of the contract and the pay- ment of all persons performing labor or furnishing materials in connection with the contract This security shall also cover the guarantee required by the contract for the period of guarantee stated in the Proposal (See Section 103.05). SURETY The surety on the Contract and the Performance, Payment and Guarantee Bond shall be a duly authorized surety company, licensed to do business in the State of Nebraska, satisfactory to the City of Omaha. No surety company will be acceptable as bondsman that has no permanent agent or representative in the City of Omaha, Nebraska, upon whom notices may be served; service of said notice on said agent or representative in the City of Omaha shall be equal to service of notice on the president or such other officer of the surety company as may be concerned. Should the surety company acting as bondsman remove its permanent agent or representative from . the City of Omaha, the contractor shall then furnish the City of Omaha with a new surety bond conforming to the above described requirements. BOUND COPY OF CONTRACT DOCUMENT The Proposal or other bidding forms shall not be removed from the bound copy of contract documents. The copy of contract documents filed with each bid shall be complete and shall include all items listed in the Table of Contents and all addenda. • COPIES OF PLANS AND SPECIFICATIONS Copies of the plans and specifications for use in preparing bids may be obtained from the Public Works Department, Room 631, Omaha/Douglas Civic Center 68183. The contractor to whom a contract is awarded will be furnished, without cost to him, seven (7) copies of the plans and specifications, together with all addenda thereto. Additional plans and specifications may be obtained from the City Engineer at cost. **THE CITY RESERVES THE RIGHT TO ACCEPT OR REJECT ANY OR ALL BIDS IN THEIR ENTIRETY; BIDDERS HAVE THE RIGHT TO APPEAL ANY REJECTION DECISION TO THE CITY COUNCIL. • • NB-3 2-86 r, 1 r , PROPOSAL for • Se 11- '8. c. • Omaha,Nebraska 2L 199a 'Mayor and City Council City of Omaha Omaha, Nebraska The undersigned, having carefully examined the plans, specifications and all addenda thereto, and other contract documents,for the construction of 6 rpt_ 41W94tItar lea G4hric.p66.e • and having carefully examined the site of work and become familiar with all local conditions including labor affecting the cost thereof, do thereby propose to furnish all labor, mechanics, superintendence, tools, material, equipment and all utilities, transportation and services necessary to perform and complete said work, and work incidental thereto, in a workmanlike manner, as described in said plans, specifications and other contract documents, including Addenda Numbers Q h issued thereto for/the base bid sum of / ( / / / / 1•••L /-•ee g2..�rn-��/sQ.�e.�•.440.,5Aruio+.: C,14 �.dr2�S:Xilit..�OLLARS and / L;r - CENTS $ l -7, 8Co3 The undersigned further certifies that he has personally inspected the actual location of the work, together with the local sources of supply, and that he understands the conditions under which the work is to be performed, or that if he has not so inspected the site and conditions of the work, that he waives all right to plead any misunderstanding regarding the work required or conditions peculiar to the same. The undersigned understands that the "QUANTITY" called for in the "SCHEDULE OF PRICES" is subject to increase or decrease, and hereby proposes to perform all quantities - of work, as increased or decreased, in accordance with the plans and the provisions of the specifications at the unit price bid. The following is the itemized proposal: • • P-1 2/72 ,4 , 1 , o , Schedule Of Prices (P-2) Public Works Department Omaha, Nebraska Monday, August 17, 1998 Line Item # Description Quantity Price Total 1 900.000 MOBILIZATION 1 @( I000.7 i ) per LS =( '0 Oc ,y l ) 2 800.001 TRAFFIC SIGNAL REMOVAL-MAST ARM 1 @( 2 y2.07 ) EACH =( 1 YZ. Q-7 ) 3 800.003 TRAFFIC SIGNAL REMOVAL 1 @( (ss%< ) per LS =( (as.0$ ) 4 800.004 TRAFFIC SIGNAL HEAD REMOVAL 13@( ?3.i.(, ) EACH =( 9S4./ ,44:,4 ) 5 900.051 STREET LIGHT POLE WITH TRANSFORMER 2 @( Z388,Y'!� ) EACH =( y�76,$g ) BASE,TYPE SLP-0-40 / O 6 900.052 COMB.MAST ARM SIGNAL&LIGHTING POLE 2 @( 4/S$3.6`4t) EACH =( 9,G-7.Z p) TYPE CMP-20-0 d 7 900.053 COMB.MAST ARM SIGNAL&LIGHTING POLE 4 @( , .72 .38) EACH =( 2//9 3 4-2.) TYPE CMP-30-0 8 900.054 COMB.MAST ARM SIGNAL&LIGHTING POLE 3 @( $y�.21) EACH =( /6 2$a,6 1 ) TYPE CMP-40-0 9 900.055 COMB.MAST ARM SIGNAL&LIGHTING POLE 1 @( 1Zta.fig) EACH =( S31.4.(4 ) TYPE CMP-60-0 10 807.099 INSTALL MAST ARM POLE 1 @( j 332,dS) EACH =( /338.03- ) 11 810.000 TRAF.SIGNAL,TYPE TS-1 W/T31 FACE, 25 @( G2./.3g ) EACH =( /SS3 /.so ) BKPLT&MA-5 MTG 7 12 810.001 TRAF.SIGNAL,TYPE TS-1A W/T31 FACE&B-4 13 @( j z .S ` ) EACH =( 75 72..{,3) ALT.MTG 13 810.005 TRAF.SIGNAL,TYPE TS-1L W/T32 FACE, 1 @( j i 5$ ) EACH =( Vs.Q c , ) BKPLT&MA-5 MTG 14 900.060 TRAF.SIGNAL,TYPE TS-1R W/T33 FACE 2 @( o06,73 ) EACH =( )ZQ 1,y/o ) BACKPLATE&MA-5 MTG. � 15 900.061 TRAF.SIGNAL,TYPE TS-1 R(SIDE MOUNT) 1 @( C 22,,is- ) EACH =( S Z8• y� ) W/T33 FACE&B-4 ALT.MTG �1 16 815.000 PEDESTRIAN SIGNAL,TYPE PS-1 W/T-23 26 @( y93 ,�,f� ) EACH =(428241 , tp‘) FACE&8-4ALTMTG 77 17 900.063 PEDESTRIAN PUSH BUTTON,TYPE PPB 11 @( Q y,(,C7 ) EACH =( 93 i .S y 18 820.003 TRAFFIC SIGNAL CONTROLLER,TYPE TC-170 3©( c6,i(O f Q9) EACH =( j q g3$,Z 1) (3 PHASE) 19 900.065 VEHICLE DETECTOR,TYPE TD-5,6'X6' W/4 18 @( (4 6 .d�) EACH =( -.7ZS i ,s`� 1 TURNS OF WIRE Page 1 of 3, 8/17/98 3:28:23 PM, Schedule Of Prices(P-2), Generated by:admin for project SP 97-8c 1 , Line Item # Description Quantity Price Total 20 900.067 VEHICLE DETECTOR,TYPE TD-5B,6'X15' W/2 1 @( /233.(I4) EACH =( 0 z 33.94 ) TURNS OF WIRE 21 900.068 VEHICLE DETECTOR,TYPE TD-5C,6'X21' W/2 2 @( Lpg.-7 8 ) EACH =( 3.57 .J 4 ) TURNS OF WIRE 22 826.001 PULL BOX,TYPE PB-1,GROUNDED LID 3 @( S3S.944 ) EACH =( /(o40'7,8'8 ) 23 826.002 PULL BOX,TYPE PB-1A,UNGROUNDED LID 2@( -zrri..Qg ) EACH =( S/44,gc, ) 24 830.000 2"PVC CONDUIT-TRENCHED 1065 @( 3,2'7 ) per LF =( 3 yg2. ,SS) 25 830.001 2"PVC CONDUIT—UNDER ROADWAY 617 @( CI;71, ) per LF =( s St ci-7 .2`/) 26 830.002 2"PVC CONDUIT-UNDER SIDEWALK 84 @( j'2.34) ) per LF =( / 03$. L y ) - 27 830.010 3"PVC CONDUIT-TRENCHED 28 @( L.,3 ) per LF =( /28,2 y ) 28 830.011 3"PVC CONDUIT-UNDER ROADWAY 68©( /3, jZ. ) per LF =( ,g92.. Kp ) 29 831.012 12/C#14 AWG TRAFFIC SIGNAL CABLE 114 @( ./$ ) per LF =( V./(3,,,j� ) 30 831.016 16/C#14 AWG TRAFFIC SIGNAL CABLE 851 @( 'Z ,'3(,, ) per LF =( Zoos.3' ) 31 832.006 6 PAIR COMMUNICATION CABLE 971©( /,( ) per LF =( J62./,S"7 ) 32 833.001 2/C DETECTOR LEAD-IN CABLE 756 @( ,"7 ( ) per LF =( $3(0.'7(4, ) 33 900.080 SERVICE CABLE, 1/C#6 AWG COPPER TYPE 1200 @( a ) per LF 1:(—n a,a a ) THHN-THWN 34 833.003 2/C#16 PPB LEAD-IN CABLE 713 @( -S Z ) per LF =( 37a,-7( ) 35 900.082 3/C#6 STREET LIGHTING CABLE 595 @( .ys ) per LF =( 2.6"7 ,75 ) 36 900.083 INSTALL 200W STREET LIGHTING LUMINAIRE 12 @( q Z,35" ) EACH =( /!O8.2.C) ) 37 833.004 GROUNDING CONDUCTOR, 1/C#8 BARE 759 @( , - / ) per LF =( 3g-7,Oct ) COPPER 38 837.000 INSTALL OVERHEAD SIGNS,SIGNS 1 @( -39 y442.-7) per LS =(39 iy.2� ) PROVIDED BY CITY / 39 900.086 Provide&InstalIVeh.Priority 1 @(S'Asg.s-� ) per LS =(S/�9..-�0 ) Contr.Sys.(Optocom)16&Davenport 40 900.087 Provide&InstallVeh.Priority Contr.Sys.(Optocom) 1 @( �J v cy3p•y O4) per LS =( 5�34. G./' ) 15&Chicago 41 900.088 Provide&InstallVeh.Priority Contr.Sys.(Optocom) 1 @( SZ3 1.9Q per LS =( S'23 1. 94) 17&Chicago Page 2 of 3, 8/17/98 3:28:24 PM, Schedule Of Prices(P-2), Generated by: admin for project SP 97-8c Line Item # Description Quantity Price Total TOTAL BASE BID (UNES 1 Through 41 INCLUSIVE) Grand Total(/77Q(o33)) 7 Schedule Of Prices(P-2), generated by admin on 8/1/17/98 3:28:25 PM for project SP 97-8c 0,57 CERTIFIED BY: , / e /�,g 1 DATE: Y Page 3 of 3, 8/17/98 3:28:25 PM, Schedule Of Prices(P-2), Generated by:admin for project SP 97-8c 11 • The City of Omaha will furnish the successful contractor with Form No. 92, PURCHASING AGENT APPOINTMENT AND EXEMPT SALE CERTIFICATE, for all material items required in the construction of this project, which the State of Nebraska considers to be exempt from the State Sales Tax. For each bid item, the bidder shall quote a TOTAL UNIT PRICE. The UNIT PRICE shall include all costs, including material, necessary to complete the UNIT item of work. Failure to quote a • TOTAL UNIT PRICE may be cause for rejection of the proposal. In the event of discrepancy between the product of QUANTITY and TOTAL UNIT PRICE with the TOTAL PRICE quoted in the proposal, the product of the QUANTITY and the TOTAL UNIT . PRICE shall control. The undersigned hereby agrees to furnish the required bonds and to sign the contract within ten (10) calendar days from and after the acceptance of this proposal, and further agrees to begin and complete all work covered by the plans and specifications within the time limits set forth herein. Accompanying this proposal, as a guaranty that the undersigned will execute the contract agree- ment and furnish a satisfactory bond in accordance with the terms and requirements of the specifi- cations, is a cashier's check, a certified check, United States Government Bond (negotiable) or a bidder's bond for .5 70 It is hereby agreed that in case of failure of the undersigned either to execute the contract agree- ment or to furnish satisfactory contract bond within ten (10) days after receipt of NOTICE TO AWARD, the amount of this proposal guaranty will be retained by the City of Omaha, Nebraska, as liquidated damages arising out of the failure of the undersigned either to execute the contract agreement or to furnish bonds as proposed. It is understood that in case the undersigned is not awarded the work, the proposal guaranty will be returned as provided in the specifications. The undersigned agrees to accomplish the work in is entirety within a period of 40 working days and shall be prepared to begin no later than Zt and to forfeit liquidated damages as set forth in Sectio 1 8.08 of the Specifications in the event of over-run of time. The undersigned also agrees, if awarded the Contract, to furnish bonds as required by the specifi- cations for the faithful performance of the work and guarantee workmanship and material under Contract for a period of two (2) years from the date of final acceptance of the work. • • P-3 1/82 • If awarded the Contract, our Surety will be �t Cd LLtti Gt irt_aL Ci LI L ictti (name of Surety Comph'iy) of /L.L YL C O t h.) I n e. b ra Respectfully submitted, • Signature of Bidder: (a) If an individual doing business as: (b) If a Partnership: Member of Firm Member of Firm // . (c) If a Corporation: (),6 1Y1/yt o_n rue //h E7e c, eo -i ar Name of Corporation >ht. I tat& 6a'72 . aomnigf icer B Y a nr h 1'1 Gt riJL =State of Neb ELSASSER ATTEST: f Win. Business Address and Telephone No.: • • • • • P-4 7/88 • • . . • • • "CERTIFICATE" • • • • A Corporate Contractor, in submitting this Proposal, hereby represents that the Corporation has complied with all Nebraska Statutory requirements, which are prerequisite to its being qualified to do business in the State of Nebraska, or that it will take all steps necessary to so qualify,if the successful bidder. • . . ee-inryne-nuieeiltjhenz e.) ern • Name of orpor, tz • iOfficer &ark/ R Dein s-A/17 gif)C-fna- itteA) Title • If Foreign Corporation: Nebraska Resident Agent • • • • • • • • P-5 2/72 • • • • • • . . 1 ' ° TO:THE CITY.OF OMAHA: _ 1 CERTIFICATE Undersigned hereby certifies that all equipment to be used by undersigned is the performance of the contract pertaining to the project for: 4t? `tl- 8 (gm szo-rit.eici 1 Neuier le.) 1 sakofp°P4 and pursuant to Contract between undersigned and the City of Omaha has been assessed for taxation for the current year, except as to equipment acquired since the assessment date. Said equipment has been assessed in County The Certificate above is submitted pursuant to the requirements of Section. 77-1323, Reissue Revised Statutes of Nebraska, 1943, as. amended. The Contractor further certifies that all non-salvaged material removed from the project will be disposed of at the following approved and permitted location(s): The City must be informed of any additions or changes in such location(s). gJl) .L. , r� Cam- Ae.-4-Atea--1-z-4-42-). Contractor's.Name a (Spe ify: Corporation, Partnership, J or Individual) By: '..li`t4( tle, specify: President, Part , or Owner) u(lAilr..4:14...• Attest: Secretary (if corporation) STATE OF NEBRASKA ) _ ) ss. COUNTY-� OF DOUGLAS ) !mod-tit ot. 1-. 7/k,L'sir--ii e. and C--iLe_ i1J i . 4'm (TL0A-, being first duly sworn on oat±, depose and say that they eAPresident a Sec etary, respectively, of Li9, yyyj trnJ/ it L ( v '._Y ? • �j . that theyhave read the ore going Certificate, a [_,��(�_ g �g know its contents, and the same are true. SUBSCRIBED nd sworn to before me this / day of (,,(Zt , A ., 19q)• / ,. // AM ." p 6 h�s. p `( i My Commission Expires ! jQ 6 02/91/5343S • • . CONTRACT • THIS CONTRACT is made and entered into in TRIPLICATE by and between the City of Omaha, a Municipal Corporation of the Metropolitan Class in Nebraska, hereinafter called City, and / ./VA4•6•1 UJEEk4. t C:A= t.R-1e5g7 hereinafter called Contractor. In consideration of the following mutual agreements and covenants, it is understood and agreed by the Parties hereto that: 1. Contractor does hereby agree and undertake to construct eta— da. (‘-ith .Te-rwt 4726tCC. . 616415..Wei. -to Z1.1444.6,6 402-emrt aileini 'L 4a.T.1ts.4.j10e td4 also referred to hereinafter as work, in accordance with the terms and provisions hereof and subject to the quantity provisions in the accepted Proposal of Contractor for the sum of r.t'01-1 ?- .gtN1 1 SOLY606Tht�t�.+.�� CroNc"l A'ULYJ J '1X-7`-( \4R--S 4%1 VZ _� d G B • ($ M I$4.3. )) P under penalty of Performance, ayment an uarant ond. • 2. Contractor shall conform with the applicable Plans and Specifications,applicable Special Provisions and any applicable Change Order or Addenda pertaining thereto or to this Contract, all of which by reference thereto are made a part hereof. Applicable Notice to Bidders, Instruction to Bidders, Bid. or Proposal of Contractor, Resolution awarding this Contract, the Performance, Payment and Guarantee Bond, and all proceedings by the governing body of the City relating to the aforesaid work are made a part hereof by reference thereto. 3. The Contractor shall furnish all tools, labor, mechanics for labor, equipment and materials to construct said work in accordance with the provisions of this Contract and all applicable Plans, Specifications and Provisions herein referred to. • 4. The City agrees to pay the Contractor in accordance with the provisions of the Plans and Specifications, the accepted Proposal of the Contractor, and the Provisions of this Contract. 5. All provisions of each document and item referred to in Paragraph 2 above shall be strictly complied with the same as if rewritten herein, and no substitution or change shall be made except upon written direction, the form of which shall be by written "Change Order"of the City; and substitution or change shall in no manner be construed to release either party from any specified or implied obligation of this Contract except as specifically provided for in the Change order. C-1 1/82 6. Contractor does hereby state, warrant and covenant that he or it has not retained or employed any company, or person, other than bona fide employees working for said Contractor to solicit or secure this Contract, and that he or it has not paid or agreed to pay any company or person, other than bona fide employees working solely for the Contractor, any fee commission, percentage, brokerage fee, gifts, or any other consideration, contingent upon or resulting from the award or making of this Contract. For breach or violation of this statement, warrant and covenant, the City of Omaha shall have the right to annul, this Contract without liability. 7. Contractor shall conform with all applicable City Ordinances, with a11. applicable State and Federal Laws, and with all applicable Rules and Regulations. 8. Contractor shall indemnify and save harmless the City of Omaha, its officers, employees, agents and representatives from all claims, suits or actions of every kind and character made upon or brought against the said City of Omaha, its officers, employees, agents and representatives for or on account of any injuries or damages received or sustained by any party or parties by or from the acts of the said Contractor or its servants, agents, representatives, and subcontractors, is doing the work herein contracted for, or by or in consequence of any negligence in guarding the same or any improper material used in its construction, or by or on account of any act or omission of said Contractor or its servants, agents, representatives, and subcontractors, and also from all claims of damage for infringement of any patent in fulfilling this Contract. 9. The Contractor shall carry public liability insurance to indemnify the public for injuries sustained by reason of carrying on the work. The coverage shall provide the following minimum limits: Bodily Injury $250,000 each person $500,000 each occurrence $500,000 aggregate products and completed operations Property Damage $100,000 each occurrence $250,000 aggregate; and shall name the City as additional insured with the Contractor. Attention is drawn to the Standard Specifications for Public Works Construction, 1989 Edition, for further details. 10. Contractor shall pay to the Unemployment Compensation Fund of the State of Nebraska, unemployment contributions and interest due under the laws of the State of Nebraska on wages paid to individuals employed in the performance of this Contract, and shall submit to the City of Omaha a written clearance from the Commissioner of Labor of the State of Nebraska certifying that all payment due of contributions and interest which may have arisen under this Contract have been paid by the Contractor, or his subcontractor, to the State of Nebraska Unemployment Compensation Fund. Payment of the final three percent (3%) of the total amount of the Contract shall be withheld until this provision has been complied with as required by Section 48-657 R.R.S. 1943, as amended. 11. The Contractor shall not, in the performance of this Contract discriminate or permit discrimination against any person because of .race, sex, age, or political or religious opinions or affiliations or disability in violation of Federal or State Statutes or Local Ordinances and further the Contractor shall comply with City of Omaha Ordinance 28885 pertaining to Civil Rights and Human Relations. C-2 8/93 12. Contractor shall procure a policy, or policies, or insurance which shall guarantee pay- ' ment of compensation according to the Workmen's Compensation Laws of Nebraska for all work- men injured in the scope of employment; and further agrees to keep said policy, or policies, in full force and effect throughout the terms of this Contract In addition, all other insurance in any way required of Contractor shall be procured by the Contractor and kept in force by Contractor throughout the term of this Contract Certificate or certificates of insurance, or copies of policies, if required by any Department of the City, shall be filed by the Contractor with the Public Works Department of the City of Omaha. 13. Except as may otherwise be required by applicable law, payment of any balance due Contractor under this Contract shall be made by the City to the Contractor upon completion of Contractor's work and obligations in accordance with the Contract, upon acceptance thereof by the City, and upon submission of certificate by Contractor in accordance with Paragraph 11 above. No payment by City shall in any way constitute any waiver of any rights of City. 14. Pursuant to Section 8.05 of the Home Rule Charter of the City of Omaha, no elected official or any officer or employee of the City shall have a financial interest, direct or indirect, in any City contract. A violation of that section with the knowledge of the Contractor, in addition to constituting employee malfeasance, shall be cause for the City to unilaterally terminate or void this Agreement. 15. The parties hereto acknowledge that, as of the date of the execution of this Agreement, Section 10-142 of the Omaha Municipal Code provides as follows: Any amendment to contracts or purchases which taken alone increases the original bid price as awarded (a) by ten percent, if the original bid price is one hundred fifty thousand dollars ($150,000) or more, or (b) by seventy-five thousand dollars ($75,000) or more, shall be approved by the City Council in advance of the acceptance of any purchase in excess of such limits or the authorization of any additional work in excess of such limits. However, neither contract nor purchase amendments will be split to avoid advance approval of the City Council. The originally approved scope and primary features of a contract or purchase will not be significantly revised as a result of amendments not approved in advance by the City Council. The provisions of this Section will be quoted in all future City contracts. Nothing in this Section is intended to alter the authority of the Mayor under Section 5.16 of the City Charter to approve immediate purchases. • C-3 1/86 Dated at Omaha, Nebraska this J9day of ('CS4 , • ATTEST: CITY OF OM• - A,A MU CIPAL CORPORATION f B I y CI Clerk =yor Ordinance/Resolution No. passed on SEAL OF THE CITY OF OMAHA: , 191• 6+-111A/ri-0-7721.14(2..dea) }.1U-LY_;-/e) 6 . Contractor P5 A_ .8 97-h)efoue-et Street Addresss • ATTE City State Zip Code Secretary of (Corpo rate)) Contractor Bymr ( P • CORPORATE SEAL: Title: aL 61-41.-/C--14—) STIPULATIONS: CORPORATE CONTRACTOR: (1) Attach certified copy of resolution authorizing - execution of this Contract;. , (2) Submit certificate showing corporation is qual- " ified to do business in Nebraska. .,•'wrx NON-CORPORATE CONTRACTOR: State Identity: Sole Owner(s);Partnership. -. - °V _; If a Partnership, state names and addresses of all u- � - partners and a "general partner" must execute. 4 • C-4 1/86 09/25/98 08:20 COMMONWEALTH ELECTRIC 4 402 474 0114 NO.974 D17 • • ,11 • PERFORMANCE,PAYMENT AND'GUARANTEE BOND KNOW ALL MEN BY THESE PRESENTS: That we Commonwealth Electric Company of the Midwest, 4225 S 89th St. , Omaha,NE 68127 hereinafter called Prinelpai.and Universal Surety Company, Box 80468, Lincoln, NE 68501 hereinafter called Surety, are held and firmly bound to the City of Omaha and hereby jointly and severally bind ourselves. executors, administrators, personal representative, successors, and assigns to the City of Omaha, a Municipal Corporation of the Metropolitan Class in the State of Nebraska, hereinafter called City, in the penal sum of --One Hundred Seventy Seven Thousand Eight Hundred Sixty Three0/100- ($ 177,863.30 y lawful money of the United States of Am erica,to be paid to the City for the payment whereof the Principal and Surety hold themselves, their heirs, executors, administrators. personal representatives, successors and assigns jointly and severally by these presents. WHEREAS, The Principal is about to enter, or has entered, into a written Contact with the City for the construction by the Principal of 471 lawtILIMerl •C • also referred to as Project No.Se 11" 86 , which Contract is made a part hereof by reference thereto the same as though fully set forth herein; NOW,THEREFORE,the conditions of this obligation are such that: FIRST: If the Principal shall faithfully perform the Contract on his or its part, shall satisfy all claims and demands incurred for the same, shall fully indemnify and save harmless the City from all cost and damage which said City may suffer by reason of failure so to do, and shall fully reinburse and repay said City all outlay and expense which said City may incur in making good any such default;and, B-I - 4/73 09/25/99 08:20 COMMONWEALTH ELECTRIC 4 402 474 0114 NO.974 018 SECOND: The Principal shall indemnify and save harmless the City of Omaha,Its officers, employees, and agents from all claims, suits, or actions of every lead and character made upon or brought against the said City of Omaha, its officers, employees and agents, for or on account of any injuries and damages received or sustained by any party or parties by or from the acts or omissions of the said Contractor or his or_lb servants, agents, and subcontractors, in performing under said Contract, or by or in consequence, or by of on account of any act or omission of said Contractor or his or its servants, agents, and subcontractors, and also from all claims of damage for infringement of any patent in fulfilling said Contract;and, THIRD: The Principal and Surety on this Bond hereby agree to pay all persons, firms or corporations having contracts directly with the Principal'or with subcontractors, all just claims due them for the payment of all laborers and mechanics for labor that shall • be performed, for the payment of all material and equipment furnished, and for the payment of material and equipment rental which is actually used or rented in the performance of the Contract on account of which this Bond is even, when the same are • not satisfied out of the portion of the Contract Price which the City may retain until completion of the construction;and, FOURTH: Principal and Surety are jointly and severally liable under the provisions hereof and action against either or both may proceed without prior action against the other, and both may be joined in one action;and, • FIFTH: Work constructed for the City of Omaha under the specifications of the Contract of which this is a part hereof, shall be guaranteed as hereinafter more specifically set forth for the full number of years specified as set forth below. The term • of guarantee shall be dated from the date of acceptance and as regards the respective • projects shall be no less than the following: a_ Permanent Paving Projects • 2 years b. Sewer Projects 2 years • c. Street Resurfacing Projects 2 years d. Seal Coating Application Projects 1 year e. Sidewalk Projects 2 years f. Traffic Signals 2 years g. Bridges & Structures 2 years h. Seeding & Sodding I year • • • B-2 9/83 09/25/9E 0B:20 COMMONWEALTH ELECTRIC 4 402 474 0114 NO.974 D19 • The Principal hereby binds himself and his heirs and assigns for the entire expense of the guarantee and for all repairs or reconstruction which may,from any imperfection in the said work or material. become necessary within the term of guarantee. The Principal further agrees to correct and repair promptly during that time all failures of whatsoever description and all settlements and irregularities of t=eenches, sidewalks, • paving, other surfacing, sewers, drains or other structures caused by any imperf karma in his worlmranship or material and shall deliver the work in all respects in good condition at the end of that time; If, at any time within the period of guarantee after the completion and acceptance of the work contract for, the work shall. in the judgment of the Engineer, require such h repairs of reconstruction as above set out, he shail'aotify the Principal by certified mail and, should the Principal refuse or neglect to begin to make such repairs within twenty (20) days from the date of the service of such notice, then the City Engineer shall have the right to cause such repairs or reconstruction to be made in such manner as he shall deem best; and the cost thereof shall be paid by the Principal or his sureties; Then this obligation shall be null and void; otherwise it shall remain iu full force • and effect. • Any Surety on this Bond shall be deemed and held,any Contract to the contrary notwithstanding,to consent without notice; 1. To any extension of time to the Principal in which to perform the Contract. 2. To, any change in the Plans, Specifications or Contract, when such change does.not involve an increase of more than twenty percent (20%) of the total Contract Price, and shall then be released only as to such excess increase. 3. That no provision of this Bond or of any other contract shall be valid which limits to less than five years from time of acceptance of the work . the right to sue on this Bond for defects in workmanship or material not discovered or known to the obligee at the time such work was accepted. • $-3 9/83 09/25/98 08:20 COMMONWEALTH ELECTRIC 4 402 474 0114 NO.974 D20 SIGNED AND SEALED THIS 25th DAY op September 98 AZ, 19 IN PRESENCE OF: COMMONWEALTH ELECTRIC COMPANY OF. THE.MIDWEST • • Nantes BY Address Title: • COUNTERSIGNED: (Attach Corporate Resolution of &biPrincipal Authorizing Execution) a, _ t• Betty J. Kreifels UNIVERSAL SURETY COMPANY Gene Lilly Surety Bonds Inc. Surety Company ame P. 0. Box 30553 - Address — BY 474: • (A� �- Pact)* Betty J. rei e s Lincoln NE 68503 City State Zip APPROVED AS TO FORM: *Instruction: Type names of persons under signature of each. Atha y . • • B-4 4/73 • • • NEBRASKA STATUTORY RIDER The State of Nebraska Code, Section 411010 requires the name of the soliciting agent and the name and address of the agency to be shown on each bond issued by a Nebraska Agent cr for any bond issued to a Principal or Insured residing in Nebraska. This rider is to comply with the statutory requirements of the State of Nebraska. Name of Soliciting Agent Betty J. Kreifels Name of Insurance agency represented by the soliciting agent: Gene Lilly Surety Bonds, Inc. Address of the Agency: 3440 "0" Street (street) Lincoln \E 68510 (City) (State) (Zip) A copy of this rider should be attached to the original and all copies of any bond issued. 6, ` UNIVERSAL SURETY COMPANY LINCOLN, NEBRASKA POWER OF ATTORNEY Ftnnin c i" en g Ann presents: That the UNIVERSAL SURETY COMPANY,a corporation of the State of Nebraska having its principal office in the City of Lincoln,Nebraska,pursuant to the following Bylaw,which was adopted by the Board of Directors of the said Company on July 23, 1981,to wit: "Article V-Section 6.RESIDENT OFFICERS AND ATTORNEYS-IN-FACT.The President or any Vice President,acting with any Secretary or Assistant Secretary,shall have the authority to appoint Resident Vice Presidents and Attorneys-In-Fact,with the power and authority to sign,execute,acknowledge and deliver on its behalf,as Surety:Any and all undertakings of suretyship and to affix thereto the corporate seal of the corporation.The President or any Vice President,acting with any Secretary or Assistant Secretary,shall also have the authority to remove and revoke the authority of any such appointee at any time." does hereby make,constitute and appoint ROBERT T. CIRONE OR JAMES M. KING OR BETTY J. KREIFELS, LINCOLN, NEBRASKA its true and lawful Attorneys)-In-Fact,to make,execute,seal and deliver for and on its behalf,as Surety: Any and all undertakings of suretyship And the execution of such bonds or undertakings in pursuance of these presents,shall be as binding upon said Company,as fully and amply,to all • intents and purposes,as if they had been duly executed and acknowledged by the regularly elected officers of the Company at its offices in Lincoln,Nebraska, in their own persons. The following Resolution was adopted at the Regular Meeting of the Board of Directors of the UNIVERSAL SURETY COMPANY,held on July 23,1981: "RESOLVED,That the signatures of officers of the Company and the seal of the Company may be affixed by facsimile to any Power of Attorney ex- ecuted in accordance with Article V-Section 6 of the Company Bylaws:and that any such Power of Attorney bearing such facsimile signatures,including the facsimile signature of a certifying Assistant Secretary and facsimile seal shall be valid and binding upon the Company with respect to any bond,undertaking or contract of suretyship to which it is attached." All authority hereby conferred shall remain in full force and effect until terminated by the Company. IN WITNESS WHEREOF,UNIveRSAL Suse'rn COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereunto affixed this 12TH day of NOVEMBER , 19 97 / UNIVERSAL SURETY COMPANY r.CORPORATEIr ry By Vice President '+� State of Nebraska °1671 Lea ss. County of Lancaster On this 12TH day of NOVEMBER , 19�Z.,before me personally came ROBERT L. PRIVETT to me known,who being by me duly sworn,did depose and say that(s)he resides in the County of Seward,State of Nebraska;that(s)he is the Vice President of the UNIVERSAL SueerY COMPANY,the corporation described in and which executed the above instrument;that(s)he knows the seal of the said corpora- tion;that the seal affixed to the said instrument is such corporate seal;that it was so affixed by order of the Board of Directors of said corporation; that (s)he signed(his)(her)name by like order;and that Bylaw,Article V-Section 6,adopted by the Board of Directors of said Company,referred to in the preceding instrument,is now in force. B2"-13-12k je.SORRAL010TMYStiso.:Reinsta My Commission Expires 8-22 01 Notary Public JEANNE BENO ,Assistant Secretary of UNIVERSAL SURETY COMPANY,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney executed by said UNIVERSAL SURETY COMPANY,which is still in full force and effect. Signed and sealed at the City of Lincoln,Nebraska this 25th day of September , 19 98 COR PORATE'4: •, SEAL Assistant Secretary '•fate .*`" THE AMERICAN INSTITUTE OF ARCHITECTS ,�= .q... !. MA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, that we Commonwealth Electric Company of the Midwest, P. 0. Box 80638, Lincoln, NE 68501 as Principal, hereinafter called the Principal, and Universal Surety Company, P. 0. Box 80468, Lincoln, NE 68501 a corporation duly organized under the laws of the State of Nebraska as Surety, hereinafter called the Surety, are held and firmly bound unto City of Omaha, Nebraska as Obligee, hereinafter called the Obligee, in the sum of 5% of the amount bid Dollars ( $ —5%— ) for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns; jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for 'Traffic Signal SP 97-8C NOW, THEREFORE, if the Obligee shall.accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and materials furnished in the prosecution thereof, or in the event,af'the ftaflure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to bi..the good the difference not to exceed the penalty hereof between the amount specified in said bid and such larg?r amou \�fb� r4,which the 1 Obligee may in good faith contract with another party to perform the Work covered by said id, the1n th's'obligation shall be null and void, otherwise to remain in full force and effect. 1 C‘ ' Signed nd seated this 2nd day of epb �,''•• ,98= -- "- COMM NWEAL ELtemE C ( THE MIDWEST r cipal) r rr. (Seal) ill , (Witness) BY: I • TTNTVF.RSADFTY .0 , (Seta!) (Witness) By: > 1• ( i I Robert T. alione, Attorney—in—FSt MA DOCUMENT A310•BID BOND•AIA'•FEBRUARY 1970 ED•THE AMERICAN r / ' 1`. INSTITUTE OF ARCHITECTS 1735 N Y AVE NW WASHINGTON,D C 20006 • CONSENT OF DIRECTORS OF COMMONWEALTH ELECTRIC COMPANY OF THE MIDWEST June 3, 1992 The following resolutions are hereby adopted by the unanimous consent of the Directors of Commonwealth Electric Company of the Midwest (herein the "COMPANY"). WHEREAS, the Company has employed Mr. Gary Demmel in the capacity of Branch Manager of its Omaha, Nebraska branch. WHEREAS, the Company desires to expedite its business affairs by authorizing its Branch Manager to enter into certain agreements. NOW, THEREFORE, it is resolved as follows: RESOLVED, that the Company does hereby authorize, direct, approve, consent, and ratify the execution by Mr. Gary Demmel, any document or contract with a value not exceeding $500,000; waivers and releases reviewed by management committee; checks not exceeding $1,000. RESOLVED FURTHER, that Gary Demmel is hereby authorized and directed on behalf of the Company, to execute and deliver any documents, instruments, or other writings not identified above as shall in his judgement, be necessary, proper, desirable, or expedite in connection with the Company's business affairs. N WITNESS E OF, I hav hereunto set my hand and affixed the seal of sai Corp brati t ' 3 day of Jun , 1992. • it ess Secretary (CORPORATE SEAL) KiiiiiiirtePI . KT.IPI IC E "O" 'INSURAN"C. DATE APRIL 1,19 S PRODUCER • THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, Gallagher Captive Services, Inc. EXTEND,OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. i Arthur J.Gallagher&Co. The Gallagher Centre COMPANIES AFFORDING COVERAGE Two Pierce Place COMPANY Itasca,IL 60143-3141 A Fidelity&Guaranty Ins.Co. INSURED: COMPANY _ • Commonwealth Electric Company of the Midwest B 1901 Y Street,Suite 100 COMPANY Box 80638 c Lincoln,NE 68501 COMPANY o • .. ... .. r THIS uu C BEEN ABOVEQ �PDLICY PERIOD NOTWITHSTANDING AOUEYrHEPMUCO ECp SC018EH RINCSETOTOATMHE RMSUIONP D pNDO O�g UCHOCEMAUM ITS U 0E4pOMAYMHAEEENNRETWL D eYAA D CLAIMS. POLICY LIR TYPE OF INSURANCE POUCY NUMBER DATE EFFECTIVE DATE EXPIRATION UMITS GENERAL UABIUTY 30026281002 4/1/98 4/1/99 GENERAL AGGREGATE S 1,000,000 X COMMERCIAL GENERAL.LIABILITY PRODUCTS-COMP/OP AGG S 1,000,000 CL A AIMS-MADE X OCCUR PERSONAL&ADV INJURY S 1,000,000 OWNERS'&CONTRACTORS'PROT EACH OCCURRENCE S 1,000,000 - *The limits of liability shown reflect the I mits at inception. FIRE DAMAGE(My One Fre) S 100,000. • Arthur J. Gallagher&Co. does not assume any responsibility • for notification in the event of depletion of the aggregate. MED EXP(My One Person) S 5,000 AUTOMOBILE LIABIUTY 30026252302 4/1/98 4/1/99 COMBINED SINGLE LIMIT s 1,000,000 X ANY AUTO ' A OWNED AUTOS CDeoll: AU_ BODILY INJURY Coll: $500 (Per Person) S A SCHEDULED AUTOS Comp: $250 , X HIRED AUTOS Deductibles will BODILY INJURY X NONOWNEDAUTOS increase on (Per Accident) S vehicles over $40,001 PROPERTY DAMAGE S GARAGE UABIUTY* AUTO ONLY-EA ACCIDENT S ANY AUTO OTHER THAN AUTO ONLY EACH ACCIDENT S AGGREGATE S EX ESS LIABILITY* EACH OCCURRENCE S UMBRELLA FORM AGGREGATE S OTHER THAN UMBRELLA FORM S WORKERS COMPENSATION AND 2300354985 4/1/98 4/1/99 X «n� ER EMPLOYERS'LlA81UTY A 'OE EL EACH ACCIDENT S 1,000,000 E PROPRIETOR/ INCL EL DISEASE-POLICY LIMIT S 1.000,000 PARTNERS/EXECUTIVE OFFICERS ARE: EXCL EL DISEASE-EA EMPLOYEE S 1,000.000 OTHER DESCRIPTION OF OPERATIONSILOCATIONSNEHICLESISPEC1AL ITEMS PROOF OF INSURANCE FOR ALL PROJECTS-CITY OF OMAHA,NEBRASKA,IS INCLUDED AS ADDITIONAL INSURED REGARDING GENERAL UABIUTY. CITY OF OMAHA, N EBRASKA SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE 1819 FARNAM STREET TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO MAIL SUCH NOTICE OMAHA, NE 68183 SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY,ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE ACORC/25:S(3/93) If you have any quesder pleeie ca0 Mahn'.Rubin et(830p286d19b .. ,-„COMLIGEN,ftp ,'� -ACORD)RPORATION 1993 I .J CITY OF OMAHA PUBLIC WORKS DEPARTMENT TRAFFIC ENGINEERING DIVISION SPECIAL PROVISIONS For TRAFFIC SIGNAL WORKS REVISIONS: 06-17-98: Pedestrian Push Button 02-03-98: 2" & 3" LB's for Controller Cabinet Types 303 & 336 10-27-97: Loop Detector Installation 05-27-97: General Information Downtown NE Redevelopment Project Traffic Signalization at 16`h & Davenport St., 16th & Chicago St., 16th& Burt ST., 17th & Chicago St. June 17, 1998 Project Description This project consists of the following traffic signalization works: 16th & Davenport Streets: • Build a new traffic signalization with vehicle priority control system 16th & Chicago Streets: • Build a new traffic signalization with vehicle priority control system 16th & Burt Streets: • Remove all existing traffic signal heads and provide and install new traffic and pedestrian heads • Remove the existing mast arm located on the southeast corner and hanging over Burt Street • Install one signal mast arm pole, type MP-30, provided by the City of Omaha, on the northeast corner. Provide and install the appropriate anchor bolts and the reinforced concrete base. The contractor shall inspect the bolt pattern on the base of the existing mast arm at the City Traffic Maintenance Facility prior to ordering the anchor bolts • • • • 17th & Chicago Streets: • Remove the existing span wire pedestrian signal • Build a new traffic signalization with priority vehicle control system All street lighting poles, signal mast arms, combination signal mast arm and street light poles,pole transformer bases, and traffic controller cabinets shall be finished in bronze color. The street lighting luminaires shall be of the round decorative type. The contractor shall make cable and underground utility check prior to ordering materials to verify signal mast arm length. General Information Vehicle Signals & Pedestrian Signals The following revisions apply to the specifications on the vehicle and pedestrian signals: O Signal head housings shall be of the black polycarbonate type. The City of Omaha will no longer approve/accept the yellow housing signal head or the yellow aluminum housing pedestrian signal head. © All vehicle signal red indications (except optically programmed signal heads) and pedestrian "Don't Walk" indications shall be of the LED type. Currently, Dialight Corporation supplies the only acceptable LED. Others may be accepted only after the item has been tested and approved. 6 PR Communication Cable The 6PR Communication Cable shall not be disconnected (made non-operational) during any work activities at a traffic signal. If the 6PR is disconnected for any reason, it must be reconnected that same day or a temporary connection must be made. The only exception will be spelled out in the plans and the contractor will be directed to remove the 6PR to eliminate damage to the wire. Any costs associated with either of the above including the replacement of the original 6PR because of damages (splices/torn casing) caused to it, shall be considered incidental to the cost of the project. Traffic Signal Controller, Type 170 The following specification identifies the 170 Controller, controller cabinet, system memory module and other related equipment. The contractor shall deliver the controller for 2 • testing to the City of Omaha, Traffic Maintenance Facility, 4303 South 50th Street. It shall be delivered during normal working hours so that the City can install the program for local intersection control and time based coordination, then test it. Equipment documentation shall be provided as specified in the latest version of the Traffic Signal Equipment Specifications published by the State of California Business, Transportation and Housing Agency (Caltrans). The Controller provided shall be a Type 170 Controller either single or dual ACIA. The controller shall be provided with internal modem slots. The number of internal modem slots provided shall be based on the type of controller requested (single or dual ACIA). The 170 Controller shall meet the Type 170 Traffic Signal Controller Systems - Hardware Specifications, FHWA-1P-78-16 and the latest revision of the California State Specification. The controller shall be provided with a system memory module with blank EPROM'S. The controller shall be supplied with all the equipment required for the operation as shown in the plans, to include, but not be limited to: 16`" & Davenport Streets 1 -Controller Unit, Model 170SV Master or Equal (Dual Modem Slots) 1 -Monitor Unit, Model 210 3 -Switch Pack, Model 200 2 -Flasher Unit, Model 204 1 -Cabinet, Model 336 1 -System Memory Module (as City requires with appropriate memory chips) 1 -2 Channel Loop Detector Amplifier, Model 222 1 -Modem, GDI Model 404 (2400 Baud) 3 -DC Isolators, Model 242 & Chicago Streets 1 -Controller Unit, Model 170SV Master or Equal (Dual Modem Slots) 1 -Monitor Unit, Model 210 4 -Switch Pack, Model 200 2 -Flasher Unit, Model 204 1 -Cabinet, Model 336 1 -System Memory Module (as City requires with appropriate memory chips) 2 -2 Channel Loop Detector Amplifier, Model 222 1 -Modem, GDI Model 404 (2400 Baud) 3 -DC Isolators, Model 242 3 17th & Chicago Streets 1 -Controller Unit, Model 170SV Master or Equal (Dual Modem Slots) 1 -Monitor Unit, Model 210 3 -Switch Pack, Model 200 2 -Flasher Unit, Model 204 1 -Cabinet, Model 336 1 -System Memory Module (as City requires with appropriate memory chips) 2 -2 Channel Loop Detector Amplifier,Model 222 1 -Modem, GDI Model 404 (2400 Baud) 3 -DC Isolators, Model 242 Controller Cabinet The controller cabinet provided shall be designed specifically for use with the Type 170 Traffic Signal Controller and meets the latest revision of the California State Specification with the following modifications and/or additions. The controller cabinet shall be unpainted natural aluminum. The controller cabinet shall be equipped with an interface isobar, IBAR 2-6, noise filter and surge suppressor or equivalent. The Type 170 Controller shall plug into the 120-volt power outlet. The cabinet shall also be equipped with an EDCO SHA-1210 filtering surge protector or pre-approved equivalent. The installation of the EDCO SHA-1210 filtering surge protector shall be according to the procedures provided by EDCO. The EDCO SHA-1210 will be mounted inside the PDA-2 on the 336 and 332 style cabinets. The cabinet shall also be equipped with an EDCO Suppressor Model PC642X008D or pre- approved equivalent. This device will be mounted on a ten circuit Buchannan connector PN PCB 1 B. The Buchannan connector will be mounted inside the cabinet and wired to the C2 connector. The C2 connector will use pins A, B, C & E for all local controllers. The EDCO Surrestor will be grounded to the cabinet ground. The wiring code for the C2 pins will be as follows: A pin=RED wire B pin=BLUE wire C pin= GREEN wire E pin= WHITE wire The power distribution unit for the 332 and the 336 cabinets shall be equivalent to the PDA-2. The 24-volt power supply will be a plug in model for the PDA-2. The circuit breaker panel will be hinged for access to the EDCO SHA-1210. All of the green and yellow 120 VAC outputs for switch packs (SP) numbers 1, 4, 7 and 10 shall be terminated with 2000 ohm/12 watt resistors to AC neutral. 4 In addition to those items listed above under the heading Traffic Signal Controller, Type 170, the Controller Cabinet will also be equipped with a 210 Conflict Monitor, Type 204 Flashers and all flash transfer relays necessary for full operation. A minimum of four red and yellow flash transfer plugs and the necessary cabinet mounting hardware must also be provided. A 2-inch hole must be centered in the bottom of the 303 type cabinet. To accommodate the amount of wire going into a cabinet a 2" LB shall be used on a 303 type cabinet and a 3" LB shall be used on a 336 type cabinet. A hole large enough for a 2" LB must be centered in the bottom of the 303 cabinet. A hole large enough for a 3" LB must be in the bottom of the 336 cabinet. The master cabinet shall be equipped with a fuse block. The fuse block will have twelve fuse holders. The fuse block must be equivalent to Littlefuse 356 ( series. The C2 connector will be wired to the EDCO Surrestor first and then to the fuse block. All the fuse holders shall be equipped with a 1 amp. fast blow fuse. The fuse block will be labeled as below: 1A, 1B, 1C, 1E, 2A, 2B, 2C, 2E, 3A, 3B, 3C, 3E, 4A, 4B,4C and 4E. All of the A's will be jumpered together. The other three (B, C and E) will also need to be jumpered together like the A's. Specifications for the System Memory Module This specification defines the requirements applicable to the system memory prom module. These specifications shall supplement the General Specifications for Traffic Signal Equipment, FHWA document IP-78-16 dated December, 1978, and in case of conflict the specifications listed within this specification shall govern. The module shall comply with the details and connections shown on the plans for the Model 170 Traffic Prom Module of the General Specification. The electrical connections in and out of this module shall be through a printed circuit connector having two rows of 36 independent bifurcated contacts on 0.100 inch centers. The module shall be designed so that persons inserting or removing the assembly shall not be required to insert hands or fingers within the microprocessor unit housing this modular assembly. A handle or griping device protruding no more than 1 1/4 inches from the front panel shall be attached to the front of the assembly. The front panel shall be connected to ground. All data inputs and outputs shall be Tri State Buffered enabling them to drive a load consisting of 10 TTL gates and 200 picofarads. When this module is not being addressed, the data output and inputs shall be disabled into a high impedance state and the data I/O 5 lines shall not source or sink more than 100 microamperes. All address inputs shall not load the bus by more than one TTL gate load and 100 picofarads. There shall be provided a positive method to prevent this module from being inserted upside down in the prom slot. The memory shall consist of a minimum of 3-28 pin sockets. The selection of EPROM usage shall be via jumper shunts or soldered wires and require no switches. Any one or combination of the 3-28 pin sockets shall be programmable to house 62256 RAM devices. Programming shall be accomplished through the use of jumper shunts or soldered jumper wires and require no switches. Standby voltage shall be provided for all RAM devices when used. With each system memory module (local prom module) one (1) blank 27256-25 EPROM shall be provided and one (1) NOVRAM 256K or one (1) 62256 with a lithium battery. In addition to the above the master prom module will need one NOVRAM 64K or 6264 with a lithium battery. Both RAM devices need to be either NOVRAM or RAM with a lithium battery backup. The entire memory address map shall be user definable such that each of the sockets can be addressed independently. There shall be provided on the system memory module a regulated 5 volt power supply, derived from the 12 volt supply available on the prom module connector. This supply shall provide at a minimum, 500ma on the prom module. The system memory module must provide an option for a lithium battery for volatile RAM devices. The module shall operate and intermate with the Model 170 Controller Unit. The front panel shall be labeled"System Memory." Vehicle Signals Vehicle signals shall be equipped with backplates if shown in the plans. The backplates shall be one piece plastic-vacuumed formed, fabricated from black ABS plastic with a material thickness of at least 0.125" and a flange wall on all sides with a minimum thickness of 5/8" for stiffness. Signal head housings shall be of the black polycarbonate type. The City of Omaha will no longer approve/accept the yellow housing signal head. 6 All vehicle signal red indications (except optically programmed signal heads) shall be of the LED type. Currently, Dialight Corporation supplies the only acceptable LED. LED supplied by others may be accepted only after the item has been tested and approved. Pedestrian Signals The Pedestrian Signals shall be Indicator Controls Model 7090 or approved equal. The manufacturer recommended bulb or a minumum 69-Watt bulb shall be used in these signal heads. Signal head housings shall be of the black polycarbonate type. The City of Omaha will no longer approve/accept the yellow aluminum housing pedestrian signal head. All pedestrian"Don't Walk" indications shall be of the LED type. Currently, Dialight Corporation supplies the only acceptable LED. LED supplied by others may be accepted only after the item has been tested and approved Pedestrian Push Button The pedestrian push buttons shall be black in color and have a rubber cover providing weather proofing. Push button signs shall be installed above each push button. The signs used shall conform to the City of Omaha Sign Book(Rev. 1/25/88) codes R10-4-1, R10-4-2 and R10-4-3. The type of sign used depends on the location of the push button and the number of push buttons on the signal pole. Loop Detector Installation The sawed loops identified in the plans shall be field located by a representative of the City of Omaha, Traffic Engineering Division. At least 2 days_advance notice shall be given to the Division before the loops are to be cut into the pavement so the locations can be marked. Contact Ron Weaver at 444-5163 to arrange to have the locations marked. All loops installed in new pavement shall be cast in place. Loops placed in new concrete that are saw cut WILL NOT be accepted. A '/ inch PVC schedule 40 conduit should be installed for each loop detector from the hole in the curb to the pull box or signal base. In cases where there are multiple loops coming through the same hole in the pavement, up to three loops will be allowed in a'/4 inch diameter PVC schedule 40 conduit. If there are more than three loops in the same pull box, there needs to be more than one hole in the pavement. 7 a. Salvageable Traffic Signal Equipment The contractor shall haul salvaged traffic signal equipment to the City Traffic Maintenance Facility at 50th and "G" Street. The contractor shall make an appointment with Joe Sobczyk at 444-5163 before delivering these items. The contractor shall deliver these items during normal business hours and supply the men and equipment to unload the items. The following are items that shall be returned to the City of Omaha: 1 ea. Traffic signal controller/cabinet, Type 170/303 2 ea 35' Wood Pole 1 ea. Traffic Signal Mast-Arm only (25') `' All 12" Signal Heads All 12"Pedestrian Signal Heads All Signal Head Mounting Hardware(Overhead& Sidemount) TRAFFIC SIGNAL SYSTEM CABLE General Where new wire is used on a signal project splices will not be allowed in the wire. If a splice is to be made the contractor shall notify the City Inspector before the splice is made to determine if the wire can be installed without splicing. Service Cable: Type SC Service Cable for the power source circuits shall be Type THHN-THWN copper conductor, gasoline and oil resistant, 600 Volt AWN. Power wire is black in color and the neutral wire shall be white. The cable shall conform to the requirements of Article 310 of the National Electric Code. The Service Cable is to run from the power source to the controller. The service cable voltage drop can not exceed 3%. Typically for a 30 AMP draw at a distance of 190 ` 4 gauge copper wire would be required. General Cable: Type 16/C, 12/C, 7/C, 5/C The traffic signal cable shall be No. 14 AWG solid wire traffic signal cable with the number of conductors as shown in the plans. The cables shall comply in all respects with the International Municipal Signal Association (IMSA) specification as follows: 20-1 General Use 8 20-3 Aerial Cable 20-5 Direct Burial Cable Push Button Cable: Type PC The push button lead-in cable shall be No. 16 AWG traffic signal cable with 2 conductors, which meets IMSA Specification 20-1. Communication Cable: Type 6Pr Communication Cable shall meet all the requirements of REA Specification PE-39. Loop Lead-In Cable: Type DC A 2/C Lead-In cable commonly used with loops, it shall be No. 14 AWG stranded, pre- twisted shielded waterproof cable which meets IMSA Specification 50-2. Loop Detector Wire: Loop detector wire shall be No. 14 AWG Type XHHW, polyethylene insulated which meets IMSA specification 51-3. Communication Line Splices shall not be made between controllers. Where this is not possible, the location of the splice shall be given to the city inspector along with the reason for the splice. All 3-way splices shall be inspected by a City of Omaha inspector before splices are sealed. The communication line (6 pair) is to be installed from inside of controller to inside of controller. If the controller is not installed prior to 6 pair installation enough 6 pair shall be left on the controller pole to allow for the connection into the controller without splicing. The connection into the controller shall be made through the C2 connector on the controller. The cable coming from the controller to the fuse block of the cabinet must be 2 pair, 22-gauge wire. The wire must be communication cable that meets the 1987 requirements of N.E.C. The four wires must be color coded, the red wire to pin A, the black or blue wire to pin B, the green wire to pin C and the white wire to pin E. The cable shall be terminated to the fuse block with fork terminals. The cable shall be soldered to the male pin amp. connectors. All necessary amp. hardware shall be provided by the contractor to make a solid connection to the C2 connector on the back of the controller. The city will 9 ti provide an example of this cable upon request of the contractor. The cable connection and its assembly is considered incidental to other pay items. The communication cable used shall be 22-gauge wire and shall meet section 1088.08, of the City of Omaha Standard Specifications. Existing Wiring The existing wire, which becomes unnecessary as a result of this project shall be removed from all conduit affected by this project. This will be considered incidental to other pay items. Traffic Signal Operation The existing traffic signals shall remain in operation during this project unless temporary signals are turned on. Any signal downtime shall not occur during peak hours. The peak hours are Monday - Friday, 6:00 A.M to 9:00 A.M and 3:00 P.M to 7:00 P.M. Signal down time shall not occur on the weekends (Saturday & Sunday)between 9:00 A.M to 4:00 P.M. Large Street Name Signs The existing signs shall be relocated to the new signal mast arms before the project is completed. Any new sign required for this project shall be obtained from the City of Omaha (see Traffic Signs). These signs shall be mounted to the mast-arm using Astro- Brackets and 3/4 inch banding. If mounted on a wood pole "Z" brackets or Astro-Brackets shall be used as a mounting device. Traffic Signs All permanent signing (except the Fiber Optic Signs) shown on the plans shall be provided by the City of Omaha for the contractor to install. These signs shall be picked up by the contractor at the Traffic Maintenance Facility, 4303 South 50th Street. Two weeks notice shall be given to Pat Lulow 444-5160 before the signs are to be picked up. All hardware necessary to mount and install the Traffic Signs shall be supplied by the contractor. Any sign mounted to the mast-arm shall be done so by using an Astro-Bracket and 3/4 inch banding,this is part of the hardware that is necessary to mount and install Traffic Signs. The following are the signs provided by the City of Omaha: 10 OVERHEAD MOUNTED SIGNS 1 ea. No Left Turn R3-2-1 36"X 36" 1 ea. Left, Left Optional R3-8-1 36"X 36" 1 ea. One Way LA R6-1-1 36"X 12" 1 ea. One Way RA R6-1-2 36"X 12" 1 ea. Don't Enter R5-1-1 36"X 36" 2 ea. Left, Right Optional R3-8-7 36"X 36" 3 ea. 18" Street Name Sign, Chicago St 2 ea. 18" Street Name Sign,Davenport St 1 ea. 18" Street Name Sign,Burt St 2 ea. 18" Street Name Sign,17th St 3 ea. 18" Street Name Sign,166' St The following is not provided by the City of Omaha 18 ea. Astro-Bracket and 3/4 inch banding Ordering Traffic Signal Equipment The equipment required to complete the project shall be ordered within 10 (ten) business days after the bid award date. Proof (requisitions, etc.) must be submitted within 15 (fifteen) business days after the award date to the Traffic Maintenance Facility, 4303 South 50th Street, Omaha, Nebraska 68117, Attention: Glenn Hansen. If some materials are already in stock, the contractor needs to identify those materials that he already has in stock. The City of Omaha will reimburse the contractor for those materials once they are delivered to the contractor and proof of delivery is submitted to the City. The City will pay 100 percent of the cost less the retainage fee as outlined in the City of Omaha, Standard Specifications Manual. The items where reimbursement will be issued shall have a unit cost greater than $75.00 (seventy- five) dollars. Those items with a unit cost less than $75.00 will be paid for once the project is completed. Signal Materials to be Supplied by the City of Omaha The contractor shall make an appointment with Joe Sobczyk 444-5163 in order to pick up the materials to be supplied by the City of Omaha. At the time that the contractor picks up the materials he shall bring enough manpower and equipment to load it. Two weeks notice shall be given before the materials are to be picked up. 11 • • r • The City of Omaha will supply the following materials: Traffic Signal Bases The contractor shall provide designs for all concrete bases where mast arms are longer than 61 feet. The cost for the design shall be considered as part of the cost of the mast arm pole. This design would then be used as a substitute for Standard Plate 815. The use of the ground rod and the number of conduits as indicated on Standard Plate 815 shall remain the same. Any cost associated with installing wire/conduit into an existing signal base/foundation/pad is considered incidental to the other pay items. When installing a conduit bend in an existing base the conduit size shall be equivalent to the conduit in the ground. The steel in the base shall not be cut or damaged and the concrete shall be broken away in the shape of a "U" with an approximate depth of at least 12" or 6" below the depth of the surrounding ground surface, whichever is greater. Enough concrete shall be removed so the conduit will be inside the anchor bolts of the foundation. The conduit shall be placed in the "U" with concrete added in the "U" and finished to match the base. The contractor shall supply three (3) spare conduit bends in all concrete bases for Mast Arm Poles and Combination Mast Arm Poles, with or without a controller. The contractor shall supply two (2) spare conduit bends in all concrete bases for Street Light Poles. The contractor shall also provide and install conductors in the CMP/Street Light Pole shaft and in the Luminaire Arm and hook up the Luminaire Head (Luminaire Head provided by O.P.P.D.). The contractor shall also connect the conductors in the pole shaft to the 3/C street lighting cable as shown on the plans. O.P.P.D will connect the conductors from the power source to the conductors in the pole that carries the traffic controller. The cost of that described above shall be considered incidental to the cost of the Combination Mast Arm Pole, Street Light Pole or the cost of the Mast Arm Pole. Pull Boxes The pull boxes have been revised to include a type which is grounded, these are identified as Type PB-1. The non-grounded type (original type) are now identified as Type PB-1 A. Standard Plate 803, Sheet 1 of 2, dated July 28, 1993, should be used on this project. Conflict Monitor The Model 210 Conflict Monitor shall be compatible with the Type 170 Traffic Control System and shall meet all requirements of the latest version of the Traffic Signal 12 1. Equipment Specifications published by the State of California Business, Transportation and Housing Agency (Caltrans). The monitor shall be able to identify power problems, brown outs and power surges. Switch Pack Model 200 and Flasher Model 204 The Model 200 Switch Pack Unit and Model 204 Flasher Unit shall be compatible with the Type 170 Traffic Control System and shall meet all requirements of the latest version of the Traffic Signal Equipment Specifications published by the State of California Business, Transportation and Housing Agency (Caltrans). Two Channel Isolators -Models 242 and 252 Model 242 and 252 Two Channel Isolators shall be compatible with the Type 170 Traffic Control System and shall meet all requirements of the latest version of the Traffic Signal Equipment Specifications published by the State of California Business, Transportation and Housing Agency (Caltrans). Detector Amplifier Model 222 Model 222 Detector Amplifier shall be compatible with the Type 170 Traffic Control System and shall meet all requirements of the latest version of the Traffic Signal Equipment Specifications published by the State of California Business, Transportation and Housing Agency (Caltrans). Modems - Model 400, 404 and Auto Dial The Model 400 and Model 404 modems shall be compatible with the Type 170 Traffic P YP Control System and shall meet all requirements of the latest version of the Traffic Signal Equipment Specifications published by the State of California Business, Transportation and Housing Agency (Caltrans). Where a black box 400 type modem is requested GDI Model 400SA or 404SA is acceptable, specification sheets on other black box type modems shall be submitted to the engineer for prior approval. The modem shall have an operating temperature range between 130 degrees F and -20 degrees F. The auto dial modem shall be functionally equivalent to the Hayes 2400 Modem. GDI Model SM2400 is acceptable, specification sheets on other auto dial modems shall be submitted to the engineer for prior approval. The auto dial modem shall be able to reset itself if hung up or disconnected by anything other than a command from a PC. The 13 t L modem must have an operating temperature range between 130 degrees F and -20 degrees F. The auto dial modem must be programmed to operate at 2400 baud and will auto select to 1200 baud when operating at the slower speed. Liquidated Damages The Liquidated Damages as defined in the City of Omaha Standard Specifications for Public Works Construction, 1989 Edition is revised as follows: Liquidated Damages shall be assessed at the following rate: Amount of Contract Minimum Damages/Day <$100,000 $300. $100,000 to $500,000 $500. >$500,000 $1000. Opticom This is a system that employs optical communication to identify the presence of designated priority vehicles and cause the traffic signal controller to advance to and/or hold a desired traffic signal display. Opticom Priority Control System was developed by the 3M Company. In order to be compatible with the existing system no alternatives will be accepted. The bid item will be lump sum based on the location and the equipment listed below for that location. The wire (Detector Cable, Model Number 138) shall be supplied and installed in an unspliced length, from the Optical Detector on the mast arm to the Phase Selector inside of the controller cabinet. The wire shall be installed inside of the mast arm and upright and through the underground conduit to the Phase Selector/Controller Cabinet. The Opticom system shall be supplied with all of the equipment required for the operation as shown on the plans, to include, but not be limited to: 16"' & Davenport St. 2 - Phase Selector(Auxiliary Detector/Green Sense Harness Model 762) 1 - Optical Detector, Single Channel, 1 Direction, Model 711 1 - Optical Detector, Double Channel, 2 Direction, Model 722 1 - Unspliced Length of Detector Cable, Model 138 14 t. & Chicago St 2 -Phase Selector(Auxiliary Detector/Green Sense Harness Model 762) 1 - Optical Detector, Double Channel, 2 Direction, Model 722 1 - Optical Detector, Double Channel, 2 Direction, Model 722 1 - Unspliced Length of Detector Cable,Model 138 17th & Chicago St. 2 -Phase Selector(Auxiliary Detector/Green Sense Harness Model 762) 1 - Optical Detector, Single Channel, 1 Direction, Model 711 1 Optical Detector, Double Channel, 2 Direction, Model 722 1 -Unspliced Length of Detector Cable, Model 138 Street Light Poles All street light poles (SLP) that are part of this project and are located at a signalized intersection with either a push button or pedestrian/traffic signal or any combination thereof shall be supplied with a transformer base. This does not apply to street light poles between intersections unless plans or specifications indicate otherwise. The contractor shall supply two (2) spare conduit bends in all concrete bases for Street Light Poles meeting the above guidelines. The contractor shall also provide and install conductors in the Street Light Pole shaft and in the Luminaire Arm and hook up the Luminaire Head (Luminaire Head provided by O.P.P.D.). The contractor shall also connect the conductors in the pole shaft to the 3/C street lighting cable as shown on the plans. O.P.P.D will connect the conductors from the power source to the conductors in the pole that carries the traffic controller. The cost of that described above shall be considered incidental to the cost of the Street Light Pole. The following table shall be used to determine the proper depth of the concrete bases. Standard Plate No. 815, Sheet 1 of 2, Foundation Details shall be used for the construction of the base and the figures on this Standard Plate will need to be adjusted for the smaller diameter base. 15 HEIGHT OF ST. LT. DEPTH OF BASE DIA. OF BASE 40' 7' 2' 30' 5.5' 2' 25' 4' 2' Construction Specifications The City of Omaha, Standard Specifications for Public Works Construction, 1989 Edition shall apply to all signal construction work completed as part of this project. Requirements at Signal Turn On The following must be completed before contacting the City of Omaha about turning on a traffic signal. This is true for new and rebuilt signals or for modifications made to signals which required the signal to be turned off for any length of time. a) All necessary parts shall be located on site. b) The cabinet shall be wired completely and ready for turn on. c) All transformer bases shall be completely wired and the inspection plates removed. d) All signal heads shall be wired and bulbs inserted. e) All push buttons shall be completely wired and signs installed. f) All loops shall be in and completely wired unless prior arrangements have been made with the City of Omaha's Traffic Engineer or his designated representative. g) Any lane control signs shown on the plans shall be installed (overhead and post mounted). h) The phone drop and the related communication line (6 Pr.) shall be installed and ready for testing unless prior arrangements have been made with the City of Omaha's Traffic Engineer or his designated representative. i) A trained person supplied by the contractor capable of troubleshooting, repairing and correcting any signal/wiring problems, shall be present at turn on. j) All equipment, tools and materials required to troubleshoot, repair and correct any problems discovered at turn on shall be available at turn on. If the above is not followed the City will back charge or subtract from the amount of money owed on the contract, the value for time, materials and equipment lost while repairs related to the above are made so the signal can be properly turned on. 16 Traffic Signal Removal The cost to remove the signal as shown on the removal diagram shall also include the cost to remove the cabinet (where appropriate). The concrete bases shall be removed (at least) to a depth 30" below the ground surface. The surface shall be prepared to match the surrounding area or a pull box may be installed if called for in the plans. Notification Concerning Start of Project The contractor shall notify Joe Sobczyk (City of Omaha) at 444-5163 and Steve Fanslau (O.P.P.D.) at 636-3330 before construction is to begin. The contractor shall also notify the City of Omaha, Sewer Maintenance Division at 444-5332 before drilling the bases for the mast arm poles, to insure all sewer lines are located before work begins. 17 t • APPROVED: CITY of, OMAHA REVISIONS STANDARD' • !,G - PUBLIC WORKS DEPARTMENT �TTX +� a sjj0� DESIGN ENGINEER OATS C G •„ DOE LOOP DETECTOR 6-13-79 I s-2(-eo PUBLIC WOR DIRECTOR�DA�� INSTALLATION DETAIL ((-4-88 80L 9-12-89 S1 ET/Of3 PLAN VIEW NO SCALE 0 . tTRAFFIC SIGNAL CABLE TO CONTROLLER -`r ---V• ---) 14 II 145° CORNERS II PAVING JOINT m • IS.. S4..$ 2 of 31 II i A I ' SPLICE DETECTOR LEADS TO CABLE A ,;.1•.• SAW CUT .:iiii.;)•.,., 5 _ I Lam- , _ DRILL THROUGH PAVE- 2" TOP OF MENT AT GUTTERLINE - EXISTING PAVEMENT mt PULL FOR DETECTOR LEAD -_� /PLACEMENT AS SHOWN, BOX I FOR EACH LOOP. PLUG ^' I ' . CHIP—OUT 0 O-• CORNER OR CD ,, TYPE HOLE WITH DUCT SEAL- L- A PB-1 ANT TO WITHIN 3/4" —SAW CUT 2 DIA, DRILL `� Oo 0 OF CONCRETE SURFACE, 11. GAUGE LOOP BEFORE POURING EPDXY ©DETECTOR WIRE FILLER,A IMSA S1-3 EPDXY CRACK - Ile \=i = •,I is — &6 3/16' MIN. FILLER �:. ink .����;�r,qJ4 i� 1 e• s. • . •moo'-'r`y/'' . .-.. •.. :.......,.. ..... CRUSHE-G .,:r.ti.d; :. :: +'• :. ;:..: : :• . ROCK N 2' CONDUIT EXTEND CONDUIT 2" INTO EXISTING PAVEMENT AND GROUT IN PLACE SECTION 'AA' NO SCALE NOTES s _ i ® 1. SAW CUT DEPTH ANO WIDTH SHALL BE AS SHOWN ABOVE.2. EPDXY CRACK FILLER (2.0•• MINIMUM DEPTH) SHALL BE PLACED IN ALL SAW CUTS AND HOLES UPON COMPLETION OF DETECTOR INSTALLATION. 3. LOOP DETECTOR DIMENSIONS, THE NUMBER OF TURNS OF WIRE REQUIRED AND PULL BOX LOCATIONS SHALL BE AS SHOWN ON CONSTRUCTION PLANS. a& 4. EPDXY FILLER SHALL BE 3M LOOP SEALANT OR EQUIVALENT. S. FINISHED LOOP SHALL SHOW NO SHORTED TURNS, NO BROKEN WIRE AND SMEG OHMS (MINIMUM) TO GROUND, MEASURED, WITH SIMPSON 260 VOLTOHMETER OR EQUIVALENT. .. .1‘ . . APPROVED: CITY' OF. OMAHA REVISION DATE ' ;, STANDARD • ' .1! • / ...,:'.;::,:-TRAFFIC ENGINEER DATE PUBLIC WORKS DEPARTMENT NEW 6-13-7'8 PLATE A 11-488 AT Ell'/0-rit LOOP DETECTOR /1\ 912 NO. -eg ici 7 ffIGINEER PAVING JO/NT DETAIL 802 SHEET 2 of.3 Z . 1/2" I.D. FLEXIBLE. NON-METALLIC TUBING. (CORROSION AND WEATHER RESISTANT WITH A MINIMUM NOMINAL WALL THICKNESS OF 1/8” ) EXPANSION JOINT LOOP WIRES • OR CRACK 1,41k I- A Atik ....: - t .:4 ..... 1- 8" 6" i I ..-1 } 8,. ' 'A _ .......,_. PLAN VIEW NO SCALE 1/2" I.D. FLEXIBLE, EPDXY FILLER NON-METALLIC TUBING. EXPANSION JOINT EXISTING R OR CRACKOADWAY ,i , BEVEL-AND SMOOTH SURFACE \ END TO PROTECT CABLES. b.c,j iZ it, LOOP [ WIRES - :•.,v:,:•;::::.4...::•-.4 7**..!•. ...P....;)..:.:::7--•-i,•...,.::.C...Ic:.f, :.! -.4'':.7...*::•ij.gi:'''..:.•.1..1.v.:.: ;43.:. ... , ..• . • ,L 12" MINIMUM EXISTING ,.... . PAVING ,Z. , SOFT PLUG TO PREVENT EPDXY CABLE SLACK TO Z . CEMENT FROM FILLING CONDUIT. ALLOW FOR EXPANSION SECTION. "AA" NO SCALE APPROVED: CITY OF OM A H A REVISION_ DATE smp1D. Rp • �Gt� 4•_OATE S3_d • PUBLIC WORKS DEPARTMENT 6-13-73 PLATE oESlew$EUWlEER 10-12-88 NO, 1-13-89 • IMEER LOOP DETECTOR t 9.12.89 ()ATE 'CAST/N PLACE"DETAIL 8O2 PUBLIC WORKS DIRECTOR _ SHEET 3OF3 PLAN VIEW NO SCALE TRAFFIC SIGNAL CABLE TO CONTROLLER LB CONDUIT FITTING it I II u u 1 n p I\ //2"PVC CONDUIT ANO 3 TURNS SPLICE DETECTOR /4 AWG XNHW WIRE, A LEADS TO CABLE POLYETHYLENE A • INSULATED. ;; A '�T"CONDUIT FITTING S PULL BOX, TYPE PB—/ - • PAVEMENT • ud ' •. r •6 • • ..•�pssa:,. lei1, ici v.•�i. � :a::D`' .Q � 0 •� 0`• :�L:p �`•'•.,id•f :.�.. Qr. s ,,�•m f ROCK v 2" " //2"PVC. CONDUIT-1 TO 3 SECTION 'AA' NO SCALE NOTES: I. PVC CONDUIT SHALL BE SCHEDULE 40 PIPE SIZE. INSTALL COMPLETE LOOP(CONDUIT AND WIRE) JUST PR/OR TO POURING CONCRETE. USE EXTREME CARE DURING CONSTRUCTION TO ELIMINATE DAMAGE TO LOOP. 2.FINISHED LOOP SHALL SHOW NO SHORTED TURNS,NO BROKEN WIRE AND 5M OIIIS(MINIMUM) TO GROUND, MEASURED WITH SIMPSON 260 VOLTOHMETER OREGUIVALENT. • • • APPROVED: CITY of • OMAHA • REVISIONS STANDARD �k :41/s' PUBLIC WORKS DEPARTMENT PLATE TRR'AFFIC N NEER DATE NO. PULL BOX yCIT NGINEER OATE Bno3 TYPE PB-1 AND PB-1A Sheet loft NOTES 1, PULL BOXES, TYPE PB-1 AND PB-1A, SHALL '-`1,-,^;;` •h' ,A•.. • HAVE ONE SPARE BEND INSTALLED AND CAPPED A � . 6►%►....,„*.: A OR PLUGGED AT BOTH ENDS WITH THE CORRECT „ '••.��' , �';"• .. SIZE AND TYPE OF FITTINGS FOR THE TYPE `%u fir• OF CONDUIT FURNISHED. }=Ll' ,,>--�.I 1 r o _� ,t:' i►M%-4 t 2. ACCESS DUCTS, BENDS AND/OR SWEEPS ARE �g' ` •i '•..J. C SUBSIDIARY TO THE ITEM "PULL BOX, TYPE • i _! �'.• &`� 'f,1.•5. - PB-1" OR "PULL BOX, TYPE PB-1A". �:•.- • - +a ; • DIAMOND CHECKED SURFACE 3. COARSE AGGREGATE FOR FILL MATERIAL SHALL BE GRAVEL COMPOSED OF CLEAN, HARD . TOP VIEW DURABLE AND UNCOATED PARTICLES. 1/2" PREFORMED EXPANSION NOTE: SEATING SURFACES OF FRAME 4. PROLONGED EXPOSURE OF THE PULL BOX AND JOINT FILLER TO DEPTH OF AND COVER SHALL BE MACHINED COVER TO SUNLIGHT, COMMON ICE MELTING (ABUTTING CONCRETE I TO FIT. FRAME AND COVER TO CHEMICALS, OR FERTILIZERS SHALL NOT . BE CAST IRON. CAUSE SIGNIFICANT DAMAGE TO THE PULL BOX CONCRETE ' 4", 1/2" CHAMFER (IF IN EARTH) OR COVER, OR IMPAIR ITS FUNCTION. Ir""'� S. PULL BOXES WHICH ARE INTENDED FOR '% !/\ TT .' u ti,••:: i Tp INSTALLATION IN SURFACED AREAS, SUCH AS / r �7 I� °. ,��� 1 7 SIDEWALKS OR SURFACED MEDIANS, SHALL HAVE A LIP OR FLANGED EDGE FRAMING THE COARSE ,/� 1t• _ 1,.,.J!p;- 'o:.,, GEC( AGGREGATE -0::•- c .9': O'•'•• i COVER OPENING TO PROVIDE A FLUSH, FRAMED .a.:...� : •o:a , L SEPARATION BETWEEN THE SURFACING CONDUIT \ MATERIAL AND.THE EDGES OF THE COVER. -- SECTION "A-A" 6. PULL BOX COVERS SHALL BE EMBOSSED WITH AN ANTI-SLIP SURFACE PATTERN, AND SHALL TYPE PB—1A FIT SUFFICIENTLY TIGHT TO PREVENT m„ ENTRANCE OF RUN-OFF WATER. - --0 BRONZE GROUNDING LUG. (MAY BE BOLTED OR BRAZED TO RING AND COVER) 7. PULL BOXES SHALL BE CAPABLE OF O FLEXIBLE GROUNDING CONDUCTOR: 24", O3 NO. 6 GROUNDING SUPPORTING VEHICULAR TRAFFIC IN NO 6 THHN STRANDED COPPER, GREEN. • CONDUCTOR ACCORDANCE WITH AASHTO SPECIFICATION • H-20 LOADING. 8. TYPE PB-1 PULL BOXES HAVE GROUNDED LIDS �'}�' `I. 0 0 '' rV;j'; �\ AND TYPE P8-1A PULL BOXES HAVE %:•i( \�\// UNGROUNDED LIDS. '9''• 2 � ::(-0 ` 14" MIN. '�.7.• ;. rp4 74.41 o` ( ii ip p GROUNDING CONNECTIONS IN PULL BOX (TYPICAL ALL METAL PULL BOXES) TYPE PB-1 • 'APPROVED ' CITY OF OMAHA """"°" DATA STANDARD DATE 1' '5/ PUBLIC WORKS DEPARTMENT PLATE `. .L -� SERVICE RISER DETAIL qP. TE -_ 804 4.'7-'1' z . • CT°R NO SCALE CONDUCTORS SHALL EXTEND. 6'ABOVE GRADE----- - O.P.P.D POLE BUSHhVG AND LOCKNUT ;o 2"CONDUIT iliarmivilailakmanazisamsa NOTES /. SERVICE RISER LOCATIONS SHALL BE AS SHOWN ON CONSTRUCT/ON PLANS Z. O.P.P.D. SHALL INSTALL ✓!{ACTION BOX AND RISERS ON THE POLE. WORK SHALL BE COORDINATED WITH O.P.P.D. • ‘ k APPROVED: CITY OF OM A H A REVISION DATE sTANDARD alc../ES,44.4744DATE !///4(/ PUBLIC WORKS DEPARTMENT ' 6-4'87 PLATE _ I 1-22-ee NO. �I E EMDATE/` 024 STANDARD SIGNAL FACE 2-e-8 ARRANGEMENTS 807 Arl'usu4 •4.0.. S':';'ECDTAO 159PVEICAL H S E 11 E12 E21 E22 E31 T^11 T12 T21` T22 C^31 T^31 PN 0 0 PN P R R R R Pl.\ 0 44 0 O , TS-1 0 TS-1 T32 L T33 8 T41 T42 T51 C �� R t' R�J q-D=T---- a?‹, 0 0 .. ,17::\ 0 0 so ,-, 0 (.... . .. TS-1L TS-1R 0 pi TS-1LB TS-1RB T51A "I"..\ ,IIII T23 Idir R T S-1 L L 1 SIGNAL FACE NOTATION Qo KEY 0 1 lif t I xoo J E- All 8 Signal Lenses 0 0 PS-1 T- All 12�� Signal Lenses 0 0 PS-1 Q © C- Combination of 8118 12" Signal Lenses. Number of Lenses in TS-1LL PS-1 Signal Face. 0 Signal Face Arrangement , . APPROVED, CITY OF . O M A H A . REVISION DATE STANDARD C ENGINE� °' TE/4/43► PUBLIC WORKS DEPARTMENT - d 4-e-93 PLATE TRAFFIC - , N�DATEIt . POLE BRACKET NO. CI ENGINEEnR AfaBUC WORKS DIRECTOR/ INSTALLATION DETAILS 809 tn.-reader (I1i1IIISleeve• lingOilD I� - ► '/4N m \_-••• -:-.). clifi 71- 0 -4.- ‘ )°- d. • 1111111 Adapter . Pole B-1 B-2 B-2 - For wood poles For steel poles For aluminum poles I :-.1 I 07: I to I I �_1 i r 4,....yj I I. I �-I' 0.--.N..... B-4 Cable guide needed I E _1 on entrance bracket only. I 1 Ain I. 1_, �� Q I r 7' B-5 11 , For side mount I __ �, i1r�-�-.,t Optically Programmed . signal heads __ -- • I11 �' %, Side View 1 I. II I , • • !II , • E. . 1 `� 1 !, ; !� KEY 1 C- 2 inch pipe coupling • 1--.... -- J - D— Cable guide, 2 Inch pipe as ......>1 shown.' Remove all burrs and B-4 (Alternate) sharp edges. • E—Astro Brack.t • ' APOROVED: CITY OF OM A H A REVISION am sTAPCARD r6 0ATE/00., PUBLIC WORKS DEPARTMENT PLATE TRAFFIC R TE��/,�b f MAST ARM NO. ei fi-(kr ft».0 A�,uC ?/ Cod//ter ' MOUNTING DETAILS . 8/3 Insert Plug Insert Plug Rotatable 01 Coupling �` ...��\ '' -- lig"-- i jIt �i0(, r 1 I 1 tr. ia II ( - a a �/ II v1 li II -::-.- Ili ..- :: 111, 4\ ilip!p,mic, ii,/ ,/ '4...I.N.., II (6'I ) Jfi • 0-• 1 /,"..klac--`- 29 Mast Arm II' �N. 44 a IIi I) t•., t /f !1 ISII\II T ` k;/r t / MA 5 ADJUSTABLE MA 5- 1 MAST ARM MOUNTING MOUNTING HORIZONTAL OR VERTICAL HARDWARE INSTALLATION GENERAL NOTES (..a--=-1 1.) PIPE COUPLINGS FOR SIGNAL BRACKETS SHALL BE EITHER IS INCH OR 2 INCH DEPENDING UPON THE SIGNAL HEAD TO BE INSTALLED. SIGNAL BRACKETS SHALL rt - BE FURNISHED BY THE MANUFACTURER OF THE SIGNAL HEADS. I 2.) UNLESS OTHERWISE SPECIFIED IN THE PLANS. ALL TRAFFIC SIGNALS MOUNTED it ABOVE THE ROADWAY SHALL HAVE A HEIGHT OF 17' 6 , ALL SIDE MOUNTED I�=� TRAFFIC SIGNAL A HEIGHT OF 10' AND PEDESTRIAN SIGNALS AT A.HEIGHT OF 8' AS MEASURED TO THE BOTTOM OF THE SIGNAL HEAD HOUSING OR BACKPLATE. i 3.) ALL SIGNAL HEADS SHALL BE MOUNTED IN SUCH A MANNER AS TO BE EASILY (� REMOVED FROM THEIR SUPPORTING STRUCTURE. Wiring I ii' I_ �_: 4.) GASKET SEALING COMPOUND SHALL BE USED IN ADDITION TO ANY LEAD WASHERS REQUIRED FOR CREATING A WATER-TIGHT CONNECTION BETWEEN THE SIGNAL HEAD AND MOUNTING BRACKET. Wiring 5.) SIGNAL HEADS SHALL BE SECURELY AFFIXED TO THEIR RESPECTIVE POSITIONS • BY USE OF SERRATED COUPLING OR OTHER ACCESSORIES RECOMMENDED BY THE Diagram SIGNAL MANUFACTURER. 6.) WIRING FROM INSIDE MAST ARM THROUGH 1' FIELD DRILLED HOLE IN ARM• SHALL BE BROUGHT THROUGH MA-5 SUPPORT TUBE AND LOWER ARM (AS SHOWN). FIELD DRILLED HOLES SHALL HAVE RUBBER GRONIETS INSTALLED. QROo EDr ✓, • CITY of • OMAHA REVISIONS' STANDARD / �1 PLATE '..at Lai. +'�''`'f`"�" PUBLIC WORKS DEPARTMENT L:� 3-6-92 NO. TRAFFIC ErINEER DATE CIT ENGINEER DATE MAST ARM 'POLE DETAILS 814 DEVICE DE8CRIPTION 'PROJ.AREA (FT2) WEIGHT (LBO/ LUMINAIRE POLE 12•-5 SEC. SIGNAL WITH BACKPLATEB 11 13.78 116 -` ARM SPAN CAP 30• X 36. SIGNAL ARM MOUNTED SIGN 7.50 7 12' MAX. 12•-1 GEC. SIGNAL WITH BACKPLATEB 8.70 &0 c__� 18' X 84' STREET NAME SIGN 18.58 19 _ `- _ 12•-3 SEC. SIGNAL WITH NO BACKPLATEB 4.88 45 .'3.3 FT2 `4 12' PEDESTRIAN SIGNAL 2.88 25 (TYP) r�\ 1 SIGNAL ARM SPLICE-ALLOWABLE SEE ONLY ON ARMS 55'OR LONGER. STD. PLATE NO.017 SEE DETAIL 2, STD.' le II' II' PLATE NO. 817 ram, 3' _,4 - -- , I i. $� - 2 MO o n cool 413427 Coy Coy "�'' X —CooJ o C� C� O © 0 © © © © © © _ Tr 0 45' THRU 55' F 3, II' 3, II' 3' 5� SIGNAL ARMS ----F--- n n , n W rw C,O,J ' CO] ca 35' THRU 40' li1 © z O SIGNAL ARMS 0 © © © © ® o o O 13/B" Dia:Hole w/1" h II' , , w — L4 Rubber Grommet I u 3- 5 e r_ ' l I a MAST ARM CAP O - . reJ z -j• m_o ' Kg 20' THRU 30' (re ES SIGNAL ARMS GENERAL NOTES cA__- f i. TRAFFIC SIGNAL MAST ARMS AND POLE SHAFTS 6. ALL MISCELLANEOUS HARDWARE SHALL BE GALVANIZED u D SHALL BE SUPPLIED WITH 1" I.0. RUBBER TO COMPLY WITH ASTM-A153 (EXCEPT THREADED FASTNERS O O X GROMMETS FOR CABLE INLETS. (SEE DETAIL UNDER 3/8 INCH DIAMETER.) __ Al:�Q 2 STD PLATE 817). SIGNAL MAST ARMS SHALL = f ALSO BE SUPPLIED WITH 1" RUBBER GROMMETS 7. THE POLE SHAFT AND SIGNAL ARM SHALL BE GALVANIZED — _ FOR THE NUMBER OF SIGNALS SPECIFIED. ALL TO COMPLY WITH ASTM-123. ONLY SINGLE PIECE INLET MOLES SHALL BE DRILLED IN THE FIELD SIGNAL ARMS ARE ACCEPTABLE. 41:4=4CF_.) BY THE CONTRACTOR. 8. A GROUNDING NUT FOR ACCOMMODATION OF NO. 6 AWG 2. POLE CAPS SHALL BE PROVIDED WITH EACH POLE . BASE COPPER WIRE SHALL BE PROVIDED ON THE INSIDE SHAFT ANO SIGNAL MAST ARM. OF THE TRANSFORMER BASE. 5 3. TRANSFORMER BASES SHALL BE PROVIDED WITH 9. TRAFFIC SIGNAL POLES SHALL BE DESIGNED TO CURRENT 1.,EACH POLE SHAFT. THE TRANSFORMER BASE AASHTO STANDARDS. WITH 80MPH ISOTACH. 13 p SHALL HAVE A HAND HOLE WITH A MINIMUM OPENING OF 8" x 13" AND SHALL BE REINFORCED TO MAINTAIN 10. A MINIMUM 6" GAP SHALL BE LEFT BETWEEN THE EDGE T THE FULL STRENGTH OF THE TRANSFORMER BASE. OF THE SIGN AND THE BACKPLATE ON MAST ARM MOUNTED SIGNS. 10 M1 4. SIGNAL MAST ARMS SHALL HAVE A MAXIMUM RISE OF 5 UNLOADED AND A MINIMUM RISE OF 0 AT 11111. MAST ARM POLES SHALL BE DESIGNED ACCORDING TO THE M THE END OF THE MAST ARM WHEN FULLY LOADED. MAXIMUM LOADING SHOWN ON THIS STANDARD PLATE. • 5. EACH POLE SHAFT AND SIGNAL ARM SHALL BE ry~••t L1�2� FURNISHED WITH ALL MISCELLANEOUS HARDWARE �' NECESSARY TO COMPLETE ASSEMBLY. Pedestrian Pushbutton PPB and Sign ,Ss Tg. Foundation flush with surrounding concrete S;o'r,.;;:y= sidewalk or a maximum of 2'projection If In earth //��-4:.{s: r; Handhole away from traffic. / ��`7r�y It See Detail 4, Std. Plate No.816 1;!t:&*:;:;T=I ;r: ; • s VED CITY OF OM A H A ,*Evil ION DATE sTANDARD /91— PUBLIC WORKS DEPARTMENT i 12-595 PLATE RAFFI R[iR Il-31-915 140• • T s MAST ARM POLE I - N NE P FOUNDATION DETAILS • 815 FOR MAST ARMS LESS THAN 44° sheet 1 of 2 POLE FOUNDATION Concrete median surface. sidewalk, etc. • Preformed Expansion Filler - -F-503 ANCHOR BOLT See Detail 4 .8-F-502. CIRCLE ..DIAMETER Std. PM* No. 816 CENTERED ON POLE FOUNDATION O. —a-- 4"CLEAR ON 1" Chamfer AilliALL SIDES 1 C' - I GROUND ROD Iff /i. /i, ',,, /!;.ii 'i/ i/ /,, 4.•�:a1 `\\�'\y �, ..� ANCHOR BOLTS. , , ,,_,�,, . is riT,...;. / '/ . • 4 - . .l s-> '' . '. .w.r7;1:":t2....;::?;:4..) :� :o /, SECTION A—A cam: L_s ,ss: '.,rill. °.r. .<;.. I90° Conduit Bends—Se.e Notes fil t41: : 'qt; : Anchor Bolts Supplied With Pole co ``" ''• �: !• ' `i Ground Rod In Conduit. '• ! n y;. :j*jot.;. • See Detail 6 ..,••::. E:_::44: ,•4 i Standard Plate A ,,, ,..:::. F,•:; A No. 816 �,...�:�:. i:. (2"------ 1'>' Dial. 3� i F-503 I Reinforcing Steel 1 1 FOUNDATION NOTES • .GENERAL CONDUIT BENDS POLE FOUNDATION SHALL BE ROUND. THE EXCA- CONDUIT lM OS SHALL BE 90 DEGREES. THEY SHALL BE LOCATED VATION SHALL BE TO THE NEAT LINES OF THE FOUNDATION. A MINIMUM OF 30 INCHES BELOW GROUND LEVEL. SPARE CONDUITS ONLY THE TOP TWO FEET MAY BE FORMED. SHALL BE INSTALLED IN EACH FOUNDATION WITH BOTH ENDS - PLUGGED AND FREE OF MOISTURE ACCORDING TO THE FOLLOWING: REIEF NG STEEL (MRST ARM FOUNDATION ONLY) - . F-502 5/8" X 7'4". 8 PER FOUNDATION POLE TYPE / OF SPARE SIZE OF F-503 5/8" BAR BENT AS SHOWN, 8 PER FOUNDATION CONDUIT BENDS CONDUIT FOUN- DATION - I(ALTERNATE) 5/8" BAR BENT AS SHOWN. 8 PER MP OR CMP. IL*3 Q* 3-2" WITFUWITHOUT GROUND RDD 5/8( " X 1T') AND CLAMP CONTROLLER _ THE GROWS ROO.SHOULD BE PLACEb BEFORE THE CONCRETE IS All IF CONDUIT FOR STREET LIGHTING IS SHOWN (PART 1 • POURED AND LOCATED AS SHOWN IN FOUNDATION DETAIL. IT • SHALL EXTEND AT.(.EAST EIGHT INCHES ABOVE TOP OF FINISH- OF THE PLANS),THIS QUANTITY CAN SE REDUCED ED FOUNDATION AND SHALL EXTEND A MINIMUM OF EIGHT FEET TO I (ONE). INTO THE GROUND BELOW THE FOUNDATION. • • ' • STANDPIPE CONDUIT 2 INCH MINIMUM ABOVE TOP OF FINISHED ANCHQR BOLTS (MAST ARM FOUNDATION ONLY) FOUNDATION ANCHOR BOLTS SHALL BE 11/2" DIA. X 54" X 6" AND SHALL BE THREADED. ANCHOR BOLT CIRCLE SHALL BE 17k" IN DIAMETER: CONCRETE • EACH ANCHOR BOLT SHALL BE SUPPLIED WITH TWO HEXAGONAL ---CONCRETE SHALL BE CLASS FL60 OR SG65. HUTS AND TWO FLAT WASHERS. ANCHOR BOLTS SHALL BE 50.000 PSI MINIMUM YIELD STRENGTH. ' ' ` s =ED: _ CITY of OMAHA REVISIONSSTANDARD . L �� Y; PLATE • PUBLIC WORKS DEPARTMENT 42a-9z NO. TRAFFIC [f/0 N[[R DATE 12-5-96 Vf/,-2, MAST ARM POLE 12-31-96 815 • IT ENGINEER DATE FOUNDATION DETAILS FOR MAST ARMS BETWEEN 45' AND 61' Sheet 2 of 2 POLE FOUNDATION 28" 36" DIA. F,#6 DIA. E#6 w 11111-1114 3" MIN. `` 1.T5" ` • ANCHOR BOLTS I"CHAMFER , 4 CONT. . 91 PROJECTION 2;"CL. ' PREFORMED EXPANSION FILLER lAbi DIA. I• / OCRETE MEDIAN SURFACE, SIDEWALK,ETC. •� ��'•�-�, SECTION A—A 0 , 4 SPc•1z,;.. , S. L z @ 3 ''R¢oi ' _'.,. • "STANDARD . iC ',;.! •I 1: S PLATE NO. e)l f o . ` v Ii ; 8I6 FOUNDATION NOTES I_:D• _; 90° CONDUIT GENERAL •1 I';d •.f',1��" BENDS—SEE --Mr-POLE FOUNDATION SHALL BE ROUND. THE EXCA- o :•'_I I;;„ NOTES VATION SHALL BE TO THE NEAT LINES OF THE FOUNDATION. I 1 o;j I• ONLY THE TOP TWO FEET MAY BE FORMED. `t t •:, °—lit ANCHOR BOLTS ;'ca GROUND ROD (5/8" x 23') AND CLAMP • -s . rj•s '.'•• - SUPPLIED THE GROUND ROD SHOULD BE PLACED BEFORE THE CONCRETE IS 1 :..y(;.� t';; _ r�/ WITH POLE POURED AND LOCATED AS SHOWN IN FOUNDATION DETAIL. IT O #4 SPCrwD, ��� y�„ SHALL EXTEND AT LEAST EIGHT INCHES ABOVE TOP OF FINISHED 1 -� 0 3"t s?'.'"'� '�-�'�''' , FOUNDATION AND SHALL EXTEND A MINIMUM OF EIGHT FEET INTO ' ' >�J _�. t THE GROUND BELOW THE FOUNDATION. o P. 3 :.-`:' #..r.. 1 - .• .�. +; .� GROUND ROD ANCHOR BOLTS (MAST ARM FOUNDATION ONLY) '� :;.•,:1 IN CONDUIT ANCHOR BOLTS SHALL BE 1.75" DIA. x 84" x 6" AND SHALL BE THREADED. ANCHOR BOLT CIRCLE SHALL BE 24" IN DIAMETER. 11'..* :::-.Z. '.' "• • 12— 6 BARS EACH ANCHOR BOLT SHALL BE SUPPLIED WITH TWO HEXAGONAL ;= NUTS AND TWO FLAT WASHERS. ANCHOR BOLTS SHALL BE ' ••4, • .:•���' • •EA.13—6 LG. 60,000 PSI MINIMUM YIELD STRENGTH. ••: ••'.• CONDUIT BENDS #4 "=,6, ` On-,..,•••' CONDUIT BENDS SHALL BE 90 DEGREES. THEY SHALL BE LOCATED • SPIN •` =;` ip ,. .�•!i' , •' A MINIMUM OF 30 INCHES BELOW GROUND LEVEL. SPARE CONDUITS ,mo�' V•Z SHALL BE INSTALLED IN EACH FOUNDATION WITH BOTH ENDS w .;• .+!'. PLUGGED AND FREE OF MOISTURE ACCORDING TO THE FOLLOWING: � ,, •?..1 1I� I POLE TYPE / OF SPARE SIZE OF ' D. >e;oM CONDUIT BENDS CONDUIT 1A • ..�+�'� ,•i.a F:" A •".. ..`. �� IF4.:e -,:•� MP OR CMP. ©. 3 © * 3-2" 1 yi) ,!...i 9�• t 1 WITHMATHOUT • _ set1`• . CONTROLLER DA #4SPC•.- . _:1v.kra.;s ' @ 3^ ,::•.... - ; ®, r - e-v; STANDPIPE CONDUIT 2 INCH MINIMUM ABOVE TOP OF FINISHED �0 FOUNDATION 3z�CL. t `' ` ,� CONCRETE • CONCRETE SHALL BE CLASS FL60 OR SGGS WITH A COMPRESIVE STRENGTH OF 3000 PSI. ALTERNATE CONCRETE BASE KEEPING THE SAME DIMENSIONS (3' DIAMETER AND 14' DEPTH). REINFORCING INGISTE TEEL SHALL BE GRADE 60 (60,000 PSI) CONCRETE AND TYPE REINFORCING STEEL SHOWN ON STANDARD PLATE 815 SHEET 2 OF 2, THE REINFORCING STEEL LAYOUT DEFORMED BARS. INDICATED ON STANDARD PLATE 815 SHEET I OF 2 CAN BE USED INSTEAD OF THE SPIRAL. . A41.1F CONDUIT FOR STREET LIGHTS IS SHOWN (PART OF THE PLANS), THIS QUANTITY CAN BE THE 2'-4" DIAMETER HOOPS SHALL BE MADE USING /4 REBAR, REDUCED TO I (ONE). SPACED ON 8" INTERVALS, 20 PER FOUNDATION. THE 13'-6" LONG /6 REBAR SHALL BE PLACED AS SHOWN, 12 PER FOUNDATION. • . P, OV . CITY of OMAHA REVISIONS STANPLDARD �v P . PUBLIC WORKS DEPARTMENT - NO. TRAFFIC GINEER D TE t1/47/L2.- TRANSFORMER BASE C ENGINEER DATE DETAILS 816 DOOR SECURED WITH - (2)-0.38' X 8.63' LONG HEX 15.6' BOLT HEAD SCREWS CIRCLE 12.5' BOLT 17.25' BOLT CIRCLE CIRCLE I TRANSFORMER R74 141rj BASE • Orili0eir % ASSEMBLY 1\--- 24• DOOR i4.88' Ili':¢ GROUNDING I •(4)- �, X SQ. SQUARE UARE BOLT & NUT I . • 3.88' SLOTS 5.51' NUT HOLDER ''z. •BRACKET I I FOR GROUNDING AT 181' TO DOOR. 1.51' THICK y HOLDOOWN LUGS i S U4 TOP PLAN ELEVATION BOTTOM PLAN HEX NUT II , FLAT JAI GROUT DETAIL 16 CLASSES I $ 2 POLE BASE WASHER t • DOOR SECURED WITH 711.7n17.77.77.-ii".:7.:.: (2)-0.38' X 8.63' LONG HEX sIII/Ei1_11u- : '• �+riur=mr_nu_ HEAD SCREWS :j: WEEP 28' BOLT HEX NUT HOLE CIRCLE 24' BOLT 18' BOLT (LEVELING NUT) CIRC(F CIRCLE 18' CENTER (4)-2.08' HOLE 10' CENTER - DIA. HOLES DETAIL 4 - POLE BASE ASSEMBLY HOLE 24IWi I 1111111,11 ,.6 ' FLAT WASHERS & LOCk iR fff • WASHERS PROVIDED FOR CLASS 18 2 POLE 1' 24' p:•• (4)-1.51' HEX HEAD t4)-1.63' X 2.b3' FOR. SQUARE 18R CIH18HOLDAT !MARE • �'k� BOLTS WITH HEX NUTS SLOTS 180' TO DOOR. 1 N FLAT MASHERS i LOCK WASHERS PROVIDED FOR CLASS 3 POLE. TOP PLAN ELEVATION BOTTOM PLAN TRANSFORMER BASE DETAIL 7 - CLASS 3 POLE BASE 1.50 DIA. HOLE WHEN 2Q-40'ARMS- 1.5" I� I5.5"CLASS 19 2 / A CLASS I OR 2 45 -55'ARMS-1.75" POLE IS SPECIFIED POLE: I9"CLASS 1.75• DIA. HOLE WHEN g" 3 POLE A CLASS 3 POLE IS 20.-40' ` SPECIFIED. (4)-ANCHOR BOLTS WITH ARM-54 • (2) HEX NUTS AND (2) WASHERS/ 14.75"CLASS 19 2 POLE PER BOLT WITH TMEADED 18"CLASS 3 POLE. END GALVANIZED AT LEAST 12". '-55' C011ECTION BOLTS TO BE AVM A325 MATERIAL. • ARM-84 LUBRICATE IN FIELD IF NECESSARY • - f 6" DETAIL 5 I POLE BASE DETAIL 8 ANCHOR BOLT CLASS 1 POLES: 20' TO 30' ARM LENGTH CLASS 2 POLES: 35' TO 40' ARM LENGTH CLASS 3 POLES: 45' TO 55' ARM LENGTH PROV.•. . CITY of OMAHA REVISIONS STANDARD 14,1, , , 1,...2�Zi 1 PLATE RAFFIC NAINEER DATE PUBLIC WORKS DEPARTMENT NO. CIT ENGINEER a D LUMINAIRE ARM DETAILS - 817 LUMINAIRE MOUNTING HEIGHT j I.. 6'-O" I2'-0" • B O1 - F -T 1 I t Nv.. . PLAIN TOP lip 'I I DRILLING m PATTERN _� N m TDRILL In ° D I i ',W --r s- DR I LLID I E I 41 Ai • C A lkiN - — DETAIL 3 A- MATING ARM S. POLE STEEL SIMPLEX ATTACHMENTS WITH WIRING DETAIL I RACEWAY CONFORMING TO ASTM DESIGNATION A27 GRADE 65 - 35, Ell i Ii, SECURED IN PLACE WITH (2)-0.5" x 1.25" CAP SCREWS B- 2" STD. SCHED. 40 PIPE ASTM, A53A / DETAIL 3 C- 1/2" SQ. NUT SCROLL FASTENER D- SINGLE BOLT ARM ATTACHMENT, FASTENED W/1/2" x 3/4" S.B. N.C.R. (TAPERED BOLT HEAD) E- 1 1/2" x 1/2" x 1/8" COMMERCIAL GRADE STEEL CHANNEL SCROLL =1 O • F- 2" STANDARD GRADE A PIPE AS GIVEN IN ASTM - A53 O POLE CAP e" ca S.36• OIA. D0.T CIRCLE 3-I/ "Scr r OIA. CENTER SCREWS Maz IFT G �_w to-I•-•tat LE PO WIENS1CH HOOK& WIRE a= ® 120° • "eoLr•. IA31s/ SUPPORT lal¢— c N N T. EXTENSION SASE MOLE TUN _ _. COVE R DETAIL 3 + IA)-1•-•ta+c TAPPED ICLE•. r. HOD(PROVIDED AT POE TCP A D AT N DETAIL 5 Oj S IRING•.PPOCT PyE TOP CAP( PROVIDED FOR WASH R DETAILS 6HIT 1�N ALL Pat TOPS. 4 REO'D DETAIL 3 wt.y.•SET SCREW 1•H.S.BOLT/ 3. DIA. ceexcF MOLE PLAre oM TOP MOUNTING- NUT 4 REO'D DETAIL 8 POLE A^�"TT C" - - SET SCREW S.E•• OIA. ea.T CIRCLE CP PCLE EXTUaION FLATWASHER G POLE TDP PCLE SHAFT 1' 1.0. BEER (e RED' DETAIL 1 POLE EXTENSION FOR 19'-0' POLES 'DETAIL 21SIGNAL ARM ATTACHMENT I MFR DATE MFR DATE MFR DATE MFR DATE OMA-1 OMA-1-20 OMA-EXT-30-6 X X X L l-- Lun. ARM SPAN ARM SPAN POLE CLASS (20 THRU 55) (0,6,12) (1,2 OR 3) MTG. HTO POLE CLASS (30' OR 40') — TRANSFORMER (1,2 OR 3) BASE• TYPE - OMAHA POLE -POLE SERIES -OMAHA POLE EXTENSION SERIES -OMAHA POLE SERIES NOTE ITAG LOCATED 6" NOTE ITAG LOCATED ON NOTE ITAG LOCATED 6" NOTE ITAG LOCATED 180" FROM BASE OF POLE. BOTTOM SIDE OF ARM. FROM EXT. BASE, AND FROM DOOR OPENING. 180" FROM HANDHOLE. POLE SIGNAL ARM POLE EXTENSION TRANSFORMER BASE DETAIL 3 ID TAGS APPROVED: REVISIONS STANDARD CITY of OMAHA PLATE TRAFFIC a O ER 04•7 PUBLIC WORKS DEPARTMENT NO. TRAFFIC SIGNAL CITY N8INEER OA 8/8 T- STREET LIGHT POLE DETAIL 10atlAN aialaiu `.0' Tt sA f 3 NOTES coNQI tr ¢� A I/ G t9U �EhOS SHALL BE 900. THEY SHALL BE LOCATED A MINIMUM OF 30 INCHES BELOW GROUND LEVEL. THERE SHALL BE A MINIMUM OF ONE SPARE CONDUIT BEND INSTALLED IN EACH FOUIOATIOM WITH.BOTH ENDS PLUGGED AND FREE OF DEBRIS AND MOISTURE. STANDPIPE CONDUIT 2 INCH MINIMM ABOVE TOP OF FINISHED FOUNDATION. • <> FOUNDATION FLUSH WITH suftmoymnimG CONCRETE SIDEWALK OR A MAXIMUM of 2' PROJECTION ABOVE GRADE a PREFORMED EXPANSION FILLER E-; w 11 I l 9I'CHAMFER 0 ,L,: x;. b 1 I 11 0 II II I I • CONCRETE BASE CgNC E K.IMEQIAN SURFACE. !I StDE11Al ETC I I 1 I II I I II I I 1 ANCHOR BOLTS SUPPLIED WITH POLE II I I 1 I II I I %x I I 1 /14—-- II 1i 90° CONDUIT BENDS-SEE MOTES I I ,I I I 0 I'' GROUND ROD q (b/e"X I2') I;; The following table shall be used to determine the proper depth of these concrete cn 1111-- I,II ;iP I II bases.Standard Plate No.815,Sheet 1 of 2,Foundation Details shall be used for .04 c ° LI jI the construction of the base and the figures on this Standard Plate will need to be il O II II I I I adjusted for the smaller diameter base. C' s ` M __ HEIGHT OF ST.LT. DEPTH OF BASE DIA.OF BASE A !� 40' 7 2' - N R 30' 5.5' 2' • �,DIA".OF 25' 4' 2' • BASE • . , , APPROVED: CITY OF OM A H A REVISION DATE STANDARD Q s.t' oATE 424/iy PUBLIC WORKS ' DEPARTMENT —(a"�� PLATE TRAFFIC ENGI R —�-STANDARD - N0. • �CCV ENGINEERDATE/0/14TRAFFIC SIGNAL DATE WIRING CODE 820 PUBLIC WORKS DIRECTOR PEDESTRIAN ACTUATED INSTALLATIONS NORTH-SOUTH W MAIN STREET LL! WIRE COLOR TRACER SIGNAL NO. FUNCTION Cr Green 1 Green Orange 1 Yellow Red 1 Red O �"— Green . Black Spare /� ` Orange Black Spare vJ \\ Red Black Spare Black White Spare • Blue 2 E.W. Walk O White Black Common White Tag Black 2 E.W. Don't Walk Blue Black Spare O White Common MAIN I + STREET EAST-WEST 0I MAIN STREET • ,O 1 WiRE COLOR TRACER SIGNAL NO. FUNCTION O C=11� Green Orange 2 N.S. Walk Spare I Red 2 N.S. Don't Walk Green Black Orange Black Red Black Blue White Black Spare Spare Black Spare White Common White Tag 1 Green Black 1 Yellow 1 Red Blue Black Spare White Common Q,Install 1-12 conductor, No. 14 A.W.G. cable, to each pole.. NOTES 1. A separate multiple-conductor (14AWG) cable shall be installed from the controller cabinet to each signal pole base in the intersection. 2. Each cable shall be identified with an indelibly marked plastic tag when it comes into the controller cabinet. The identification shall denote the final destination of each cable. (i.e. N.E., S.W., N.C. Island, S.C. Island) 3. No breaks or splices shall be made between the controller cabinet and the cables final destination, unless approved by the Engineer. Where possible, splices shall be in pull-boxes rather than pole bases, and shall be'completely encapsulated in scotch-cast or other similar encapsulant. 4. Splices at the final destination shall not be encapsulated. 5. At each pole, a separate 5-conductor cable shall be installed from each two or three-section signal head assembly to the signal pole base. A seven conductor cable shall be installed from a five-section signal head assembly to the signal pole base. 6. Each signal pole assembly shall be wired in accordance with the appropriate signal wiring code outline. 7. A 7-conductor cable shall be installed from a center island or other- wise isolated pedestal pole to the nearest mast arm pole base. At the mast arm pole base, the wiring from the pedestal pole shall be spliced into the 16-conductor in accordance with the normal wiring code. APPROVED: CI T-Y OF OM A H A ,REVISION DATE STANDARD Cep: ift oATE/ PUBLIC WORKS DEPARTMENT A\ 12-8-88 PLATE TRAFFIC ENW R STANDARD -N0. OATE/1/44 CI ENGINE R TRAFFIC SIGNAL 82/ • DATE. WIRING CODE PUBLIC.WORKS DIRECTOR _ TWO-PHASE INSTALLATIONS • MAST ARM POLES ON . THE NE & SW CORNERS . II® I QQ n • %•. WIRE COLOR TRACER SiGNAL NO. FUNCTION O :ei ww in ii Green I Green 1111 Orange 1 Yellow O IQ ' Red 1 Red • Green Black Spare OO O Orange Black Spare • Red Black Spare White 2 N.S. Walk + • 5 I Red n White 2 N.S. Don't Walk I Blue White White 3 E.W. Walk 3 E.W. Don't Walk Spare O I Bl ack White Black Spare Black SpareIL- Blue Black Spare Black Red Common White Tape OS4-- White Common MAST ARM POLES ON NI 1 OOMAST NW & SE CORNERS O O O Osh I WIRE COLOR TRACER SIGNAL NO. FUNCTION mw Green Spare Orange5are P"a' 05Red - Spare II0 Green Black Spare Orange Black Spare Red Black Spare Green White 7 N.S. Walk Red _ White 7 N.S. Don't Walk Blue White 6 E.W. Walk Black White 6 E.W. Don't Walk Blue 5 Green install 1-16 conductor, No. 14 A.W.G. white Black Black S Yellow cable, to each pole. Blue • Black Spare Black Red Coimiom White Tape 'White Common _ NOTES 1. A separate multiple-conductor (14AWG) cable shall be installed from COMM CABLE the controller cabinet to each signal pole base In the intersection. WiRE COLOR FUNCTION 2. Each cable shall be identified with an indelibly marked plastic tag when it comes into the controller cabinet. The identification shall Red Transmit denote the final destination of each cable. (i.e. N.E., S.W., N.C. Blue Transmit Island, S.C. Island) Green Receive White Receive 3. No breaks or splices shall be made between the controller cabinet and Orange Spares the cables final destination, unless approved by the Engineer. Where • White Spares Spares possible, splices shall be in pull-boxes rather than pole bases, and Grey shall be completely encapsulated in scotch-cast or other similar Whitee Spares Spares encapsulant. BlWhite Spares 4. Splices at the final destination shall not be encapsulated. Brown Spares White Spares 5. At each pole, a separate 5-conductor cable shall be installed from each two or three-section signal head assembly to the signal pole base. A seven conductor cable shall be installed from a five-section signal • head assembly to the signal pole base. 6. Each signal pole assembly shall be wired in accordance with the appropriate signal wiring code outline. 7. A 7-conductor cable shall be installed from a center island or other- wise isolated pedestal pole to the nearest mast arm pole base. At the mast arm pole base, the wiring from the pedestal pole shall be spliced into the 16-conductor in accordance with the normal wiring code. • a► ' .4PP + CITY OF OMAH APPROVED' A REVISION DATE STANDARD claxa,�T E/V.47, PUBLIC WORKS DEPARTMENT (2-8-ea P E TRAFFIC STANDARD NO. pNGNEER OATEN/biY4 TRAFFIC SIGNAL /� CRT ENGINEER A� • DATE WIRING CODE CJ L PUBLIC WORKS DIRECTOR - 3 TO 8 PHASE INSTALLATIONS MAST ARM POLES ON THE NE & SW CORNERS „ I.® ® II Q WIRE COLOR TRACER SIGNAL NO. FUNCTION I"; ® 'l Green 1 6 2 Green IL . Orange 1 & 2 Yellow 'w. Red 1 6 2 Red O Green Black 2 Green Arrow Orange Black 2 Yellow Arrow O ® 0 ® Red .Green Black 2 Red Arrow White 3 Walk • Red White 3 Don't Walk © Blue White 4 Walt Black White 4 Don't Walk I O • I Blue Spare _ s White Black Spare Black Spare Blue Black Spare e + O Black Red Common White iag White Common © I MAST ARM POLES ON i® I THE NW & SE CORNERS 1141 O 00 (DI Q WIRE COLOR TRACER SIGNAL NO. FUNCTION O 0 Green _Spare ' Orange Spare w. w me Red Spare Green Black 7 Green Arrow ;:, © Orange Black 7 Yellow Arrow "® Red Black 7 Red Arrow Green White 9 Walk Red White 9 Don't Walk • Blue White 8 Walk Black White 8 Don't Walk Blue 6 & 7 Green White Black 6 & 7 Yellow Install 1-16 conductor, No. 14 A.W.G. Blac Black Black 6 a 7 Red Spare Black Red Common White Tag cable, to each pole. White Common NOTES CONK CABLE 1. A separate multiple-conductor (14AWG) cable shall be installed from Z .WIRE COLOR FUNCTION the controller cabinet to each signal pole base in the intersection. Red Transmit 2. Each cable shall be identified with an indelibly marked plastic tag Blue Transmit when it comes into the controller cabinet. The identification shall Green Receive denote the final destination of each cable. (i.e. N.E., S.W., N.C. White Receive Island, S.C. Island) Orange Spares White Spares 3. No breaks or splices shall be made between the controller cabinet and Grey Spares the cables final destination, unless approved by the Engineer. Where White Spares possible, splices shall be in pull-boxes rather than pole bases, and Blue Spares shall be completely encapsulated in scotch-cast or other similar White Spares encapsulant. - Brown Spares White Spares 4. Splices at the final destination shall not be encapsulated. 5. At each pole, a separate 5-conductor cable shall be installed from each two or three-section signal head assembly to the signal pole base. A seven conductor cable shall be installed from a five-section signal head assembly to the signal pole base. 6. Each signal pole assembly shall be wired in accordance with the appropriate signal wiring code outline. 7. A 7-conductor cable shall be installed from a center island or other- wise Isolated pedestal pole to the nearest mast arm pole base. At the mast arm pole base, the wiring from the pedestal pole shall be spliced into the 16-conductor in accordance with the normal wiring code. C-25,t i CITY OF OMAHA LEGISLATIVE CHAMBER Omaha,Nebr 19 RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: WHEREAS, bids were received on September 2, 1998 for S.P. 97-8c, Downtown Northeast Redevelopment,Traffic Signalization, 16th Street,Capitol Avenue to Chicago Street; and, WHEREAS,Commonwealth Electric submitted a low bid of$177,863.30; being the lowest and best bid received for S.P. 97-8c, Downtown Northeast Redevelopment Traffic Signalization, 16th Street, Capitol Avenue to Chicago Street; and, WHEREAS, Commonwealth Electric has complied with the City's Contract Compliance Ordinance No. 2885 in relation to Civil Rights -Human Relations. NOW,THEREFORE,BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: THAT, the bid of $177,863.30 from Commonwealth Electric for S.P. 97-8c, Downtown Northeast Redevelopment,Traffic Signalization, 16th Street,Capitol Avenue to Chicago Street, being the lowest and best bid received, be accepted and the contract awarded. BE IT FURTHER RESOLVED: THAT, the contract with Commonwealth Electric, as recommended by the Mayor, in the amount of$177,863.30 is hereby approved. BE IT ALSO FURTHER RESOLVED: THAT, the Finance Department is authorized to pay the cost of S.P. 97-8c, Downtown Northeast Redevelopment,Traffic Signalization, 16th Street, Capitol Avenue to Chicago Street,in the amount of$177,863.30 from the First National Bank,Phase One,Public Improvements Account, Fund Number 352, Agency 140, Organization 1502. APPROVED AS TO FORM: ASS AN Yi ro Y DATE pN3\409 By... Councilmember Adopted SEP 1 1998 9-- ity Cle Approved.... (� ayor o b oat. C4 � � � O 5' 8 nvdn � F4. : O ° CD O ON _ . O ( � h J0nQ-OVD cr. ,1--. 0 CD -....) a p P71 � cr r Oa\ ° �7 pa b9 y' C C C Cy O CD o CD CD 01 � O 'n A a O � r, cii N Za 'D -. J C Cr'CS' • Qcl) N ° Z o N • g 00 C . 'Fa.'gyCD q � (ro , C, c .p n ( O CD �.' 1 aO d r Ili til 2 CD UQ O N N 0 V "'"C v r� O �-. CD a, CD * p 00 n C Z 0 0 O (a7 A' CrC i�• " OH C ►O ¢ °.P O 5' p, , 5' ;Li.. C cr. oo O cc) $ CD r Y CD C n Q' P. O� 0 ) i Y< C •