Loading...
HomeMy WebLinkAboutTucker Company/Traffic Signal A G R E E M E N T THIS AGREEMENT made and entered into this 00 day of April , 197 9 , by and between TUCKER COMPANY, INC. of 6318 W. State Street, Wauwatosa,"WI 53213 , party of the first part, and the CITY OF OSHKOSH, a municipal corporation located in Winnebago County, Wisconsin, hereinafter referred to as the "City", and party of the second part. WITNESSETH: WHEREAS, the Common Council of the City of Oshkosh by resolution duly adopted on the 19th day of April , 197 9 , accepted the bid of the first party and authorized and directed the proper City officials to enter into an agree- ment with the party of the first part for: TRAFFIC SIGNAL EQUIPMENT $2,098.00 - 21-three sec.12" signal heads; $662.00 - 8-Pedestrian walk/don't walk sets; $2,249.00 - 3 aluminum overhead structures; $14.70 - 21 1 1/2" pinnacle; $14.40 - 36 steel stiffener plate sets; $76.80 - 12-5/8" anchor bolt sets hex nuts; $752.00 - 8-4 1/2" x 9' steel pole with aluminum sq. base; $38.40 - 12-curved wood pole flange. according to the specifications and bid for same on file in the office of the City Clerk. NOW, THEREFORE, pursuant to said resolution of the Common Council of the City of Oshkosh, the parties hereto agree as follows : 1 . That the party of the first part will furnish same to the City, all in accordance with the specifications and bid on file in the office of the City Clerk. 2. That no assignment of this agreement or of any rights thereunder by said party of the first part, shall be valid without the written consent of the City; and that this document including the specifications and bid , constitutes the entire agreement between the parties hereto and that any understanding either oral or written, not a part hereof shall not be binding on either party. 3. That in consideration thereof, the City will pay to the first party the sum of $ 5,905.30 , upon presentation of a proper voucher, and delivery and acceptance by the City in conformity on said specifications and bid. IN WITNESS WHEREOF, the parties hereto have caused this agreement to be signed by the proper officers of each party and their corporate seals to be hereunto affixed all on the day and year first above written; then if first party is a cor- poration of partnership, the signing of this agreement shall constitute a warranty by the person(s) so signing the proper authority so to do. In the presence of: TUCKER COMPANY, INC. Signature of sole proprietor, or name or corpor,•. ion or part ersh i p -1 President or Partn- Secretary CITY OF 1) KOSH tt ,h A t BY:/ z WILLIAM D. FRUEH City Manager er By: `-- 611444° i O C NVERSE C. MARKS • Clerk I hereby certify that the necessary provisions have been made to pay the oved as to form liability that will accrue under this contract : J' W. PENC , City Attorney EDWARD A. NUKES, City Comptroller so 6. CITY OF OSHKOSH WISCONSIN CITY OF OSHKOSH INVITATION FOR BIDS SPECIFICATIONS AND PROPOSAL FORM FOR TRAFFIC SIGNALS PURCHASING DIVISION Department of Administration Purchasing Division P.O. Box 1130 Oshkosh, WI 54902 NOTICE TO VENDORS 1 . We are submitting herewith for your consideration an invitation to bid on: TRAFFIC SIGNAL EQUIPMENT 2. Bids must be addressed to Oshkosh Purchasing Division, Department of Admin- istration, City Hall , Oshkosh, Wisconsin. Envelope shall show name of bidder, and must be plainly marked in the lower left hand corner "Bid for Traffic Signal Equipment" . 3. Bids must be on file in the office of the Purchasing Agent no later than 10 :30 a .m. , C .S.T. , Friday March 30, 1979. Any bids received after that hour and date will not be opened and will be returned to the bidder unread. 4. A written request for the withdrawal of a bid or any part thereof may be granted if the request is received by the City prior to the specified time of opening. 5. All formil bids submitted shall be binding for thirty-five calendar days following bid opening date, unless the bidder(s) , upon request of the Purchasing Agent, agrees to an extension. 6. Bids will be publicly opened and read at the hour an date above stated. Award, if any, will be made as soon thereafter as practical . 7. A certified check, cashier' s check, or bid bond, payable to the City of Oshkosh, Wisconsin, in an amount of five (5%) percent must accompany the bid as a guarantee that if the bid is accepted, the bidder will execute and file the proper contract within ten (10) days after award by the Common Council and receipt of contract form for signature. Return of certified check, cashier' s check, or bid bond will be executed when the contract is signed. t ' 8. The City reserves the right to reject any and all bids and to waive any informalities in bidding. 9. For specifications and further information concerning this invitation to bid, contact Donald LaFontaine, Purchasing Agent, Room 312, City Hall or telephone (414)424-0265. William D. Frueh City Manager PUBLISH: March 20, 1979 GENERAL PROVISIONS 1. Proposals shall be submitted on the sheets provided by the City of Oshkosh and proposals not submitted on those forms will be considered irregular and will not be read. 2. Unless stated otherwise in the specifications, all equipment or commodities shall be new and the manufacturer's current model , complete with all standard equipment and accessories. 3. Full identification of equipment or commodities quoted upon, including brand, make, model , catalog identification number (if any) , and descriptive literature where possible, must be furnished with the bid as an aid in checking the bid against specifications. If the item bid varies in any way from these specifications, special mention must be made of such points or it will be understood that the bidder proposes to meet ,all details of the specifications. 4. Unless stated otherwise in the specifications, all prices shall be F.O.B. Oshkosh, Wisconsin, stated destination, with all Federal Excise and Wisconsin Sales taxes deducted. The City of Oshkosh is exempt from these taxes and will furnish proper exemption certificate, if requested by the successful bidder. 5. If a warranty applies, the bidder shall state the conditions of warranty. 6. When requested in the specifications, the bidder must state the nearest location were parts and repair service will be available. 7. Delivery date must be stated in realistic terms to enable the bidder to adhere to them. 8. Indicate your terms of payment. The City of Oshkosh pays invoices on the first and third Thursday of the month. 9. If there are several items in the bid, the City of Oshkosh reserves the right to accept separate items or to award the total bid to one supplier, whichever is in the best interest of the City. If you bid is qualified in this respect, clearly state whether your bid is for "all or none" or to what extent it is qualified. 10. If there is a trade-in, the City of Oshkosh may elect to accept the bid with trade-in or without trade-in, whichever is in the best interest of the City. 11 . Equipment or items must conform to all applicable Federal Occupational Safety and Health Act provisions. 12. If two or more bidders submit identical bids and are equally qualified, the decision of the City to make award to one or more of such bidders shall be final . Selection shall be made by drawing lots. Cash discounts, when 10 days or longer are allowed will be considered. SPECIFICATIONS POLYCARBONATE SIGNAL HEADS SECTION 1 : 3 Section, 12" Polycarbonate Signal Heads - Quantity of 21 Housing: The housing of each section shall be a one-piece polycarbonate resin material with front, sides, top and bottom integrally molded, highway yellow in color. The housing shall be of substantial thickness and shall be ribbed so as to produce the strongest possible assembly consistant with light weight. Two sets of internal bosses shall be provided in each section for horizontal mounting of terminal strip facilities. The top and bottom exterior of the housing shall be of ribbed construction so designed to assure perfect alignment of assembled sections. The top and bottom of each section shall have 72 evenly spaced, integrally cast, protruding serrations around the pipe opening. The 72 evenly spaced serrations shall extend approximately 17/64" out from the 2" opening on the top and bottom of the housing. The serrations shall extend approx- mately 1/16" above the housing surface on top and be recessed approximately 1/16" into the bottom surface. Individual signal sections shall be fastened together, one above the other, by means of at least three bolts and nuts between the section to hold the entire face in position alignment. Housing Door: The housing door of each signal section shall be of polycarbonate resin materials and black in color. The door shall be attached to the housing by means of two stainless steel hinge pins. Two stainless steel wing screws shall be installed on the side of the door opposite the hinges to secure the door to the housing and to provide for opening and closing the signal door without the use of any special tools. Optical System: Lenses shall be of a polycarbonate resin material , indentical in characteristics to that used in the body construction. Each lens and reflector assembly shall be designed such that the reflector and lens form a sealed unit. This shall be accomplished through the use of precision molded neoprene gaskets. One gasket shall marry the lens to the reflector and another the socket to the reflector to form this sealed unit. Reflector: Reflectors shall be Alzak aluminum and shall conform to the specifi- cations of the ITE Technical Report #1 . Aluminum reflectors shall be made of high purity aluminum spun to shape and treated by the Alzak process . Lamp Socket: The lamp socket shall be made of molded Bakelite and shall be so arranged that it will be impossible for the lamp to loosen due to vibration. The lamp socket shall be of the fixed focus type and it shall be possible without the use of tools to rotate the lamp socket about its axis in order to properly position the opening of the lamp filament. Lamp sockets for 12" red and arrow signals will be designed for 3" focal length lamps. Section 1 (Continue: Lamp sockets for 12" yellow and green will be designed for 2 7/16" focal length lamps. Wiring: Leads shall be of 18 gauge, standard wire per MIL-W-76A Specifications. Terminal blocks shall be placed in the center of a three section signal and shall be a six position, twelve terminal , barrier type strip with the following terminal designations clearly marked: R-A-G-RC-AC-GC. Terminal blocks shall be secured on both ends. Visors: Each signal door shall be equipped with a polycarbonate resin visor locked at 4 points to the door„ tunnel design. Material : All material used in construction of major signal components shall be of a polycarbonate resign. This material shall be such that it will withstand 70 foot pounds of impact without fracture or permanent deformation. Signal Color: The color characteristics of various signal components shall be an integral part of the material composition. Body - Federal Yellow. Door - Black. Visor - Black. A scratch on any signal part shall not expose uncolored material . The color and finish of the signal parts shall be such that it will not require painting to maintain a pleasing and functional appearance. Guarantee: The signal shall be guaranteed for a period of one year from the date of delivery against any imperfections in workmanship or material . SPECIFICATIONS CONDUCTOR TRAFFIC SIGNAL CABLE SECTION 2: 300 feet of traffic signal cable shall meet the following specifications: 20 conductor, #14 AWG, solid, duct signal cable - IMSA Spec. 20-1 . SECTION 3: 200 feet of traffic signal cable shall meet the following specifications: 9 conductor, #14 AWG, solid, duct signal cable - IMSA Spec. 20-1 . SPECIFICATIONS HEAVY-DUTY THREE-DIAL TRAFFIC SIGNAL CONTROLLER SECTION 4: QUANTITY OF 1 1 . General : It is the intent of these specifications to describe the general con- struction features and operation of a modern unit constructed, multi-dial traffic signal controller. 1-1 Intersection controller shall be of the type which may be operated as an isolated unit, as a unit in a non-interconnected progressive system, or as a unit in an interconnected progressive system, without any physical change to the controller required. 1-2 Control of one to three cycle dial units and three possible offset relation- ships per cycle dial from the master controller shall be provided with a maximum of six interconnecting wires, including the common return. 1-3. Intersection controller shall be purchased as a three dial controller. 1-4 Controllers shall be of the unit construction design and shall allow for easy and complete removal of the timing unit from the front of the equip- ment without the use of tools. 2. Electrical Requirements 2-1 Each intersection controller shall be designed to operate on 115 volts , 60 cycle alternating current, single phase. The voltage may vary plus or minus 15 per cent without any visible effect on the operation, life or maintenance of the equipment. 2-2 All Interconnecting circuits between the master controller and each inter- section controller shall use 115 volts, 60 cycle, single phase alternating current. This voltage may vary plus or minus 15% without any visible effect on the operation, life, or maintenance of the controller equipment. It shall also be possible to isolate the interconnecting power from the local voltage supply so that it shall be possible to use unrelated sources of voltage for the connecting circuits. 2-3 The individual signal circuit wiring shall have a current carrying capacity of not less than 15 aape,os and the signal common, the signal circuit bus , and the signal shu?down swi ik.h shall have a current carrying capacity of not less than 30 amperes. The signal common shall be supplied with three separate cooto, °. f:ed t„i, th cat be used to increase the capacity to 90 amps. 2-4 The signal c;irc:iit contacts shall be designed for carrying 10 amperes tungsten IQui ro. a ++onumum of 3„000,000 operations, 15 amperes tungsten load for a mi;IU, 4 l l 9. n r,°'.;? operations. 2-5. All relays, solenoids and motor windings shall be sufficiently large and rugged so as to insure reliability and minimum maintenance. They shall be capable of withstanding an insulation breakdown test of 1 ,000 volts, plus twice the rated voltage for one minute. 2-6. Opening the busbar circuit for Flash Operation, Remove Signal Shutdown, or any other type of pre-emption is performed by a 30 ampere mercury contact type busbar relay. This relay shall not be jack mounted due to the current capacity requirments. 2-7. A 30 ampere main Circuit breaker shall be provided. 3. Controller Mechanism 3-1 . All timing units and the contact switching mechanism shall be enclosed in a metal controller housing so arranged that it shall be possible to withdraw the mechanism from the cabinet without disturbing its operation. The mechanism shall remain supported by suitable members in this condition to permit maintenance, inspection or lubrication. 3-2. The mechanism housing shall be designed so that visual inspection of the timing units is possible with the mechanism door closed. 3-3. Electrical connection between the controller mechanism and the terminal panel shall be made by a 47 pin "MS" type positive connector, enabling rapid exchange of the controller with a similar unit -- without discon- necting or reconnecting any wires and without using any tools. 3-4. A minumum of seven (7) heavy duty pins shall be provided in the multiple pin connector, each having a 30 ampere capacity. Those specified to be used will have No. 12 gauge wire connection. 3-5. A thermistatically controlled mechanism heater shall be provided. 4. Dial Timing Units 4-1 . The cycle length of any dial shall be adjustable from 30 seconds to 130 seconds. The total time of the cycle shall be adjustable by the changing of a single gear. This gear will have the number of teeth equal to the cycle length in seconds , and the number shall be so designated on the gear. Three 90, 95, 100, 110 second gears shall be furnished. 4-2. Transfer from any dial to any other dial shall occur without the contract switching unit getting out of step with the timing dial or without any abnormal interval lengths of color circuit timing. 4-3. Dial contacts shall be of the leaf spring type, mounted on a molded bakelite block and equipped with terminal screws . Contact shall be at least 1/4 inches in diameter, 1/16 inches thick and contain at least 90% pure silver. 4-4. The contacts s; dll he 7ctuatud by a molded nylon lever. The lever shall be so shaped that the dial keys may he set as close as one per cent of the dial and a sharp drop-off shall be used to provided positive action exactly at the 12 o'clock position of the key. 4-5. Each timing unit shall be driven by a synchronous motor of adequate torque to drive the cycle unit on a 30 second cycle within the temperature and voltage ranges as specified below. 4-6. The motor shall retain its synchronous characteristics at temperatures which range outside the housing from -30 degrees F. to 140 degrees F. and with voltage variation of plus or minus 15% of rated voltage. 4-7. The motor shall be electrically and mechanically jack mounted to the cycle dial unit. 4-8. Number Required - 3 per controller. 4-9. Time clocks to accomplish dial transfer and flash operation are required to be furnished for each controller, and must include power "carryover" feature. 5. Contact Switching Mechanism 5-1 . Signal lights shall be switched by a camshaft device. The signal switching motor shall be of the rotary solenoid type. The Solenoid shall have a DC coil . The DC supply shall be of the full wave bridge type and shall be located inside the mechanism. Signal switching shall not occur unitl after the actuation of the motor coil and shall be less than 1/10 seconds duration to avoid confusing dark signals or overlapping of signal indications. 5-2. Contact fingers shall have a hardened surface at the point where they bear on the cams to prevent undue wear. 5-3. The switching device shall be so designated that various cam arrangements will serve to provide any signal light color sequence not requiring more than nineteen (19) signal contact sets. 5-4. The cams and camshaft shall provide sixteen (16) intervals per cycle. Cams for 19 circuits shall be provided, 5-5. The mechanism shall be wired for nineteen (19) signal circuits. It shall only be necessary to add component parts (not wiring) to provide for 19 circuits. Upper and lower contact sets shall be provided for 19 circuits. 6. Operation 6-1 . Transfer from any dial to any other dial shall occur only at the beginning of the first interval in the signal sequence. Indiscriminate transfer anywhere in this first interval will not be allowed. 6-2. Transfer from dial to dial shall be accomplished by positive acting, two pole, latch in-latch out relays. 6-3. An electrical interlock circuit between the camshaft and the timing units shall be provided, to insure that the camshaft and timing units retain their relationship. 6-4. A flash control circuit shall be provided to insure that remote or time switch transfer to flashing, from normal stop and go operation, shall only occur during the No. 1 interval in the cycle, which is normally the first interval of the Main Street Green. The flash control circuit is furnished independent of the other nineteen (19) signal circuits. 6-5. When the controller is in a flashing condition, the signal switching mechanism shall be inoperative, dwelling in the main street green signal condition, from where normal pretimed operation shall resume. 7. Cabinet 7-1 . A dustproof, weatherproof cabinet, made of high grade aluminum shall be furnished as a housing for the timing mechanism and terminal facilities. 7-2. The cabinet shall be attractively and durably finished with a high grade synthetic enamel . The color will be Federal Yellow. 7-3. Minimum dimensions of the cabinet shall be: width 22 inches, height 36 inches and depth 15 inches. 7-4. The door shall be aluminum of high grade material and hinged to allow full access to the interior of the cabinet. The cabinet shall contain police door in door with: One (1) Manual Shutdown Switch. One (1) Manual Flasher Switch. One (1) Convenience Outlet and Lamp Receptacle fused and controlled by a switch, to be located on the cabinet' s right side. One (1) two-circuit Solid State Flasher, to flash amber to "A" Phase and red to "B" and all left turns. 7,5. The door shall be equipped with a substantial lock with two keys. The lock will be of the type having anti-friction bearing supported lock bolts. 7-6. On the back wall near the bottom of each controller cabinet there shall be terminal facilities for all field connections. These shall include terminals for all signal lights, signal light common, incoming power supply and the interconnnecting cable from the master controller. 7-7. All connections shall be clearly identified for ease of installation and maintenance. 7-8. The ungrounded side of the power supply shall be properly fused, but no fuse will be allowed on the grounded supply wire. Interconnecting circuits will be fused. 7-9 One side of all relays, solenoids, motors, etc. shall be connected to the grounded power supply wire at all times. No switching of the grounded side of these components shall be allowed. 7-10 The lowest field connection shall be at least three (3) inches from the, bottom of the cabinet. 7-11 Terminals shall be provided which will allow the easy addition in the field of manufacturer' s standard features available but not purchased initially. The cabinet shall not be provided with air vents. 8. FEATURES A. Manual Operation 8-1 The Controller shall be so designed as to permit the addition of manual control equipment. It shall not be necessary to cut and slice wires but only necessary to remove jumpers or links to wire in the necessary equip- ment. 8-2 The manual equipment is to be rugged and simple in operation. The same signal sequence displayed during normal operation shall be displayed during manual operation. 8-3 Transfer from normal to manual operation and vice versa shall be accomplished by the actuation of one switch. 8-4 A hand-held, weatherproof, push-button switch with a minimum 3' cord shall be provided and designed for operation by opening "police door -in-door" only. B. Local Dial Selection 855 A local dial selector switch shall be provided which will supersede and interrupt the remote dial selection and provide a selection of any timing dial for operation. C. Remote Separate Flashing (Flashing Night Light) 8-6 Remote separate flashing shall be provided in each local controller. This feature shall consist of a separate jack-mounted flasher unit with a built- in effective radio interference filter and the necessary jack-mounted relays required for the transfer of signal light and control circuits. 8-7 The rate of flashing shall be independent of the controller at all times. 8-8 It shall be possible to completely remove the timing mechanism for inspection or maintenance when the flashing feature is energized without disturbing the flashing feature. This is so that no intersection need be left with dark lights due to maintenance or inspection procedures. 8-10 It shall be possible to flash either yellow or red to any signal circuit by means of jumpers on the terminal panel . There shall be four (4) circuits to flash. SPECIFICATIONS ALTERNATE CONTROLLER SOLID STATE DIGITAL TIMED MULTIDIAL PRETIMED TRAFFIC SIGNAL CONTROLLER SECTION 4A: QUANTITY OF 1 1 .0 General The following describes a solid state digital timed traffic signal control device for use as an intersection controller. The controller is designed to operate as a pretimed isolated intersection controller or an an interconnected multidial controller. The controller operation shall be completely solid state and shall contain non-volatile memory devices for storing timings and signal sequence in- formation. A complete intersection controller shall be composed of the controller, conflict monitor, portable micro-programmer, terminal facilities and cabinet. Supplier shall "burn" PROM per City's signal sequence of operation. 2.0 Functional Requirements The controller shall be capable of providing one to four different cycle lengths one to three different offsets per cycle length and up to 32 signal relay driving circuits. Each cycle shall be divided into 2 to 16 intervals. 2.1 Cycle Lengths The controller shall be capable of operating on one of four manually or remotely selectable dials each programmable to a maximum length of 999 seconds in one second increments. The duration of each cycle shall be entered into the controller memory by the portable micro-programmer. Dial transfer from one dial to another dial shall occur at the end of the timing interval in effect at the time of request for transfer. Dial trans- fer shall cause no irregular interval timing or out of step operation of the controller. 2.2 Offsets Each dial shall be capable of being programmed with up to three offsets. Each offset shall be remotely selectable. Offsets shall be programmable from 0 to 999 second in one second increments. An offset shall be the time from the receipt of a synchronization pulse to the beginning of the dwell interval . It shall be possible to program the signal display interval in which a resynchronization dwell occurs. It shall also be possible to program the maximum time duration of the dwell per dial . The maximum time duration is set independently for each dial . 8-11 Flash Relays shall be provided to make flashing susceptible to remote 'or time switch control . D. Pedestrian Indications 8-12. Isolated flashing circuits for flashing pedestrian Walk/Don' t Walk indications shall be provided. • ' 2.2.1 Controller Synchronization When the controller is operating in an interconnected system it shall go through the process of synchronization following the receipt of each valid remotely applied input synchronization pulse. If the offset timer times out prior to the beginning of the timing period for an offset or resynchronization dwell the controller shall time a complete dwell time. If the offset timer times out during the dwell timing, the controller shall cease timing dwell and start normal interval timings. Following the timing of a full dwell interval the absence of a synchronization pulse prior to the beginning of the next dwell interval shall cause the controller to ignore the dwell time and run free (non-interconnnect) until the receipt of a valid synchronization pulse. 2.3 Interval Timing The controller shall allow signal sequences to be made up of from 2 to 16 intervals. Each interval can be 0.0 to 99.9 seconds in length in 0. 1 second steps. Interval times are entered through the micro-programmer. Interval times may be entered for up to 16 intervals for each of the four cycle lengths. No intervals shall be required to be set to zero time as the signal sequence can be programmed to the exact number of timing intervals without the necessity of establishing dummy intervals. Intervals programmed to zero time shall be skipped. 2.4 Sequence Control (Micro-Cam) Each controller shall have a programmable sequence and display control element. This element shall allow for programming up to 32 signal relay driving circuits in 16 different interval display combinations. Each of the relay driving circuits can be programmed for one of the three possible states during each interval (on, flashing, off) . The sequence control element shall be a non-volatile - memory device (programmable read only memory, PROM) mounted for ease of removal . Additional functions programmed on the sequence control element shall be the "dwell interval" (interval 1-16) and the "last interval" (interval 2- 16) . It shall not be possible to program the sequence control element without removing it from the controller and inserting it in a special socket on a PROM programmer. 2.5 Front Panel Switches The front panel of the controller shall have the following switches: Active Dial : Remote - 1 -2-3-4 Mode: Remote-Free Man Synch • Power: On-Off Display/Program: Function Off Interval Dwell Cycle Off-Set 1 Off-Set 2 Off-Set 3 Dial Active 1 2 3 4 2.5.1 Switch Operation Operation of the display/program switches shall affect only the display and programming of the memory. When the Display/Program Dial Select Switch is in the active position, the dial displayed or being programmed will be the dial selected by the Dial Select Switch. When the Display/Program Dial Select Switch is in the 1 ,2,3, or 4 position, the dial being displayed or programmed shall be the dial selected by the switch. The active dial switch shall select the dial that the unit is operating in when the switch is in the 1 , 2, 3, or 4 position. When the switch is in the Remote position, the operating dial shall be selected by the Remote input. The mode switch is for selecting Free (non-coordinated operation) or coordinated operation by the operator. When the mode switch is in the "Free" position, externally input synchron- ization signals will be ignored by the controller. When the mode switch is in the "Remote" position synchronization signals will be recognized. A third position on the mode switch allows for manual synchronization. When this switch is in the Man Synch position, the controller shall stop timing. 2.6 Front Panel Display and Featur¢: The front panel display shall be an L.F.D. Decimal Digital Display and will display intervals, interval c.yeles , offsets and dwell maximum du ration. Ranges Cycle 0-999 cectmnds 1J-( std='a > Inds r", '' sus interval i fi1!'; 0 'y ! FC: I, Dwel1 s .`-con . Minimum resolution shall be one second for cycles and offsets and one-tenth second for intervals and dwell . The L.E.D. indicators on the front panel shall be as follows: Clock - An L.E.D. timing indicator shall be provided on the front panel of the controller. This timing indicator shall pulse each second as long as the controller is timing. Pulsing will be inhibited when the controller is dwelling, manual synchronization and/or in operation. Stop Timing - An L.E.D. indicator on the front panel shall show that the unit is in the stop timing mode. Offset - Three L.E.D. indicators shall show the offset that is currently being selected. Dial - Four L.E.D. indicators shall show which of the four dials is currently active. In addition to the features described in Section 2.5 and 2.6, the front panel shall have a removable fuse which will protect the controller unit. Two connectors shall be provided on the front panel . Connector #1 - All inputs, and All Outputs Connector #2 - Connection to portable programmer. 2.7 Other Programmable Features Additional controller features shall be optional and be obtained only by plugging in of a special features PROM into the unit. The PROM socket for the special feature PROM shall be on the basic PROM card. The features shall be as follows: a. Selectable Dial Transfer Intervals The interval or intervals that a dial transfer may take place shall be selectable by PROM program. b. Guaranteed Minimum Timed Interval with Automatic Advance Any interval programmed with this notation shall during "On-Line" (Remote interval advance) or "Manual Control" automatically time a minimum time as program for the interval from front panel programming, and automatically advance to the next interval . The stop time light will go out during the timing of the interval . c. Guaranteed Minimum Timed Interval Requiring External Advance Any interval programmed with this notation shall during "On-Line" (Remote interval advance) or "Manual Advance" stop timing at the end of the minimum interval time, as program from front panel programming. An advance pulse entered during or at the end of the minimum timed period shall cause the unit to advance to the next interval only after timing the minimum interval time. The stop time light shall be Off during the period of minimum timing. d. Other Intervals Intervals that are not programmed for condition "b" or "c" above shall require an advance input and will not have a guaranteed minimum dura- tion. The stop time light will be on during these intervals. Other remote operations shall allow computer or manual control of the controller. When the on-line input is true, the unit shall be in the on-line mode and be advanced interval to interval by the advance input. When the manual input is true, the unit shall be in the manual mode and be advanced interval to interval by the manual input. The manual shall have priority over the on-line mode. 2.8 Remote Operations The controller shall be capable of remote operation from a master con- troller of the same design which allows for four cycle, three offset per cycle operation. The unit can be installed in a standard multidial three-cycle, three offset system which utilizes a solid state or electro-mechanical master controller and 120 VAC interconnection or other type of interconnection which outputs Dial 2, Dial 3, Offset 1 , Offset 2, Offset 3, and Flash. The controller shall work in systems when a momentary (.5 to 2.0 second) absence of Offset input is identified as a synchronization pulse. The controller shall operate in interconnected systems with centrally located Offset interuptions. The controller shall be capable of operating in a central computerized system utilizing both interval advance and Dial advance techniques by using interval options as described in Section 2.7. 2.9 Environmental Requirements Operating Temperature: -35°F to 165°F. 3.0 Programmers 3.1 Portable Programmer Interval time, cycle time, dwell time and offset times shall be entered into the controller by a portable programmer. The portable programmer in conjunction with the display/program select switch on the front of the controller unit shall comprise the programming functions. Pray ramming The dial or data type being programmed shall be selected by the Display/ Program select switches on the controller. • The programmer shall be capable of calculating the time duration for the last interval and entering the calculated time into the proper memory location. The programmer shall be connected to the controller through a cable and it shall be possible to connect or disconnect the cable with AC power on and without disrupting system operation or affecting memory volitility. Front Panel The front panel controls and indicators shall have the following functions: Interval - (a single thumbwheel switch numbered 1 through 16) . Selects the interval to be programmed. Operates only when programming interval . Time - (three thumbwheel switches) . Selects the value of the data to be entered into the controller memory. Values allowed are 000 through 999. Erase - Erases the memory in the controller. Only the dial selected by the Display/Program switch on the controller shall be erased. Enter - Enters the data into the memory. The data type and dial are selected by the controllers Display/Programmer switch. Also, enters the time duration for the last interval when the cycle was entered first and then the other interval durations were entered. The last interval is entered only when the interval thumbwheel is set to the last interval . Enters interval only if the overflow light is on. Dwell Indicator - Turns on when the interval thumbwheel is on the dwell interval (Programmed by PROM in the controller) . The controller must have gone through one complete cycle to cause this light to come on in the proper interval . Last Interval Indicator - Turns on when the interval thumbwheel is on the last interval . (Programmed by PROM in the controller) . The controller must have gone through one complete cycle to cause this light to come on in the proper interval . Overflow Indicator - Turns on when the sum of all the interval duration is greater than the cycle time last entered. Physical Dimensions - Cable 40" Operating Temperature: -10°F to 120°F TERMINAL FACILITIES FUNCTIONAL REQUIREMENTS 4.0 Basic Terminal Facility The Basic Terminal Facility shall be configured to allow for the following basic requirements and space and wiring for optional features as described below. 4.1 Signal Circuits The basic controller will be built with 12 signal circuits expandible to 24 by plugging in of 3 circuit load switches. Each load switch circuit shall be capable of switching 1000 watts incandescent load. Each three pack load switch unit shall be capable of operating within the NEMA temperature range requirement with at least two load switches on 75% of the time. Load switches for 24 circuits shall be provided. Three pack load switch shall connect to a Cinch Jones type P2412 socket. Each switch load circuit shall have an indicator which is on when the switch is on. A convenient handle arrangement shall be provided as part of the load switch heat sink to allow the installation and removal of individual 3 pack units. 4.2 Flash Transfer and Bus Relays The Basic Terminal Facility will be supplied with two flash transfer relays and additional position for two additional relays. The flash transfer relays shall be electromechanical two pole double throw and connect with a Cinch Jones jack type 2408. The contacts shall be rated at 10 amp. @ 120 vac. Each relay will be enclosed in a clear non-metal cover. The bus relay shall be a mercury contactor rated at 30 amp unless otherwise specified. 4.3 Flasher The flasher shall be a jack mounted two circuit solid state flasher unit. It will jack into a socket provided on the terminal facility module. The flashing circuit shall operate at 50 to 60 flashes per minute, and be rated at 15 amperes per circuit, 120V, 60 hz. 4.3.1 Flash Programming The Basic Terminal Panel shall be provided with a means for programming flashing without the necessity of changing the designated terminal on a field signal output terminal block. This shall be accomplished by re- arranging jumpers on a programming strip. 4.3 Circuit Protection Devices A metal oxide varistor and a spark gap type arrestor shall be provided on the incoming A.C. power source to protect the controller against over voltage on the power input. A 30 amp circuit breaker shall be provided on the incoming AC+ line to protect against over current. A minimum 30 amp radio interference filter shall be supplied in the AC+ line to the controller unit. 4.5 Conflict Monitor A 8-channel conflict monitor shall be provided with each terminal facility. Means shall be provided for programming or assigning signal output circuits to a conflict monitor input which does not require rearrangement of the conflict monitor cable connections. The conflict monitor shall monitor only greens. 4.6 Terminals and Terminal Blocks All terminal facilities will be supplied with terminal blocks to terminate all controller connector wires. A neutral bar shall be supplied which has sufficient terminals for ter- minating a normal number of signal cable neutrals. Incoming power AC terminals shall accept at least a #6 AWG wire. 4.7 Wiring All load carry circuits shall be of at least #16 AWG. Load switches to field terminals shall be #14 AGW. Signal and flash bus circuits shall be #12 AWG. A.C. power circuits shall be color coded to conform to N.E.C. requirements : AC+ Black AC- White Safety Ground - Green 4.8 Separate breakers for signal and controller power. Signal circuit fusing. 4.9 A time clock with "carryover" shall be included to "call up" dial 2, 3, 4 and flash. 4.10 Interconnection Package An interconnection package containing interconnect fuses, isolation relays and terminals for interconnect cable. 4. 11 U.M.T.C.D. Flash Package A device for providing U.M.T.C.D. flashing requirements when not supplied as part of the conflict monitor. 4. 12 Hand control cord and pushbutton. 4. 13 Cabinet Switches Internal cabinet switches shall be provided as follows: Automatic - Off - Flash Dial 1 , 2, 3, 4 - Remote 4. 14 Cabinet The controller cabinet for the basic controller will be of the "G" type constructed of sheet aluminum. 4.15 Shelf An adjustable shelf shall be provided for mounting the controller unit and conflict monitor if the conflict monitor is of the shelf mounting type. 4.16 Vents A top vent and door air intake shall be provided on the basic cabinet. The intake vent shall be equipped for a standard type furnace filter. Movable vent covers will be provided to cover vents as required. 4.17 Door The basic cabinet shall be equipped with a plain gasketed door and have stainless steel hinge pins , with door stop. 4.18 Locks The standard cabinet shall be equipped with a key lock of substantial strength. 4. 19 Mounting The standard cabinet shall be for side of pole mounting and will have no drilling for mounting or conduit openings. 4.20 Painting The standard cabinet shall be painted one coat primer and one coat Federal Yellow. 4.21 Options Terminal facility standard options shall be easily addable to the basic controller facility and require a minimum amount of wiring and mechanical additions, deletions or changes to achieve. 4.22 Separately fused lamp receptacles and convenience outlet. 4.23 A Police door with a standard police lock and key 4.24 Fan and thermostat 4.25 Heater and thermostat FUNCTIONAL SPECIFICATION FOR A PLUGGABLE CONFLICT MONITOR FOR USE WITH THE TERMINAL FACILITY 5.0 Channel Requirement Four dual input (Green-Walk) and four single input channels (Green) will be available on the unit. Each unit shall be sensed when the voltage exceeds 25 volts AC and each input shall not be sensed when the voltage is less than 15 volts. Between 15 and 25 volts AC the input may or may not be sensed. Both negative and positive half wave signals shall be sensed. The inputs shall be designated so that it shall not be necessary to terminate unused green or walk inputs provided that the capacitance between the input lead and 120 volts AC+ does not exceed 1500 picaforads (pf) , as measured at the input to the monitor. 5. 1 Conflict Monitoring When voltages on any conflicting channels are present concurrently for 500 milliseconds , the unit shall trigger. When two voltages in conflict with one another are sensed concurrently for less than 200 milliseconds, the conflict monitor shall not trigger. Voltages in conflict for more than 200 m.s. or less than 500 m.s. may or may not trigger the monitor. When the monitor triggers it should cause two actions: 1 . Energization of the flash circuit regardless of other switch or device settings. 2. Stop time of the controller unit. Once a conflict condition has been triggered only a manual resetting of the monitor by push button action shall cancel the conflict condition. Power interruption shall not reset the monitor when the monitor has been trig- gered by a conflict prior to the power interruption. Removal of the conflict monitor from its plug connection shall cause flashing of the signal indications, regardless of switch selected operation. Failure of the conflict monitor power supply shall cause the flashing of the signal indications regardless of switch selected operation. 5.2 Indicators An indicator shall be present on the front panel of the monitor to indicate the unit has been triggered. 5.3 Controls A push button shall be located on the front panel of the unit to allow resetting of the conflict condition. 5.4 Programming A programming means shall be supplied on part of the main board or as a piggy back board on the monitor, This programming means shall require positive action for programming and will consist of addition or removal of wire jumpers on the programming board. The use of Proms which can be programmed on a Prom Programmer is an acceptable means of programming in leiu of wire jumpers. SPECIFICATIONS PEDESTRIAN SIGNAL SECTION 5: WALK/DON'T WALK COMBINATIONS - QUANTITY OF 8 General : Each pedestrian signal face shall consist of identical signal sections rigidly fastened together in such a manner as to present a continuous pleasing appearance. The design of the signal shall be such that, with the aid of simple tools and the addition of certain standard parts, it shall be possible to make an assembly consisting of two signal sections. It shall further be possible with the addition of certain standard bracket assemblies and accessories to assemble one or more such signal faces into a two-way pedestrian signal . Housing: The housing of each section of the Pedestrian Signal shall be a one-piece polycarbonate resin material with front, sides, top and bottom integrally molded. The housing shall be of substantial thickness and shall be ribbed so as to produce the strongest possible assembly consistant with light weight. Two sets of internal bosses shall be provided in each section for horizontal mounting of terminal strip facilities. Two hinge pin openings shall be located on one side and two brass inserts shall be internally located on opposite sides of the housing door opening. The top and bottom exterior of the housing shall be of ribbed construction so designed to assure perfect alignment of assembled sections . The top and bottom of each section shall have 72 evenly spaced integrally cast, protruding serrations around the pipe opening. The 72 evenly spaced serrations shall extend approximately 17/64" out from the 2" opening on the top and bottom of the housing. The serrations shall extend approximately 1/16" above the housing surface on top and be recessed approximately 1/16" into the bottom surface. Individual signal sections shall be fastened together, one above the other, by means of at least three bolts and nuts between the section to hold the entire face in position alignment. Housing Door: The housing door of each signal section shall be of polycarbonate resin material . The door shall be attached to the housing by means of two stainless steel hinge pins. Two stainless steel wing screws shall be installed on the side of the door opposite the hinges to secure the door to the housing and to provide for opening and closing the signal door without the use of any special tools. Visor: Each signal head shall have a tunnel visor for each signal indication. The visor shall be designed to fit tightly against the door so as to prevent any perceptible filtration of light between the door and the visor. The length of the visor shall be a minimum of seven inches . Visors shall be of polycarbonate material and shall be secured by at least four screws. Lens: Lenses shall be of polycarbonate resin material approximately 9" square smdoth outside and with a diffusing surface on the inside. They shall contain a Portland orange "Hand" symbol on opaque background in the top section and lunar white "Walking Man" symbol on opaque background on the bottom section per standards specified in MUTCD manual . OPTICAL SYSTEM General : The optical system consists of the lens, the reflector and lamp socket. The optical system shall be designed so as to minimize the return of the outside rays entering the unit from above horizontal (known as sun phantom) . The optical unit shall be so designed and assembled so that erroneous messages cannot be displayed by lamp burnout or by light spill over. The design shall also provide that the optical system be a sealed unit to prevent entrance of moisture or dust. Lamp Socket: The lamp socket shall be made of molded Bakelite and the screw shell shall be so arranged that it will be impossible for the lamp to loosen due to vibration. The lamp socket shall be of the fixed focus type and it shall be possible without the use of tools to rotate the lamp socket about its axis in order to position the opening of the lamp filament. A neoprene gasket shall be provided between the flange of the lamp socket and reflector. Configuration: The pedestrian signal shall be designed for mounting using brackets made of 11 inch pipe, I .P.S. The openings shall have a common vertical centerline through the housing to permit 360-degree rotation of the mounted pedestrian signal . The bottom and top opening shall be provided with a serrated ring which shall permit indexing and locking of the signal in 5 degree increments throughout the entire 360 degrees of rotation when used with serrated brackets or fittings. The mounting brackets shall serve as the electrical conduit for the pedestrian signal . Service: The pedestrian signal shall be designed for easy maintenance, when required. The design shall enable replacement of the lamp without the use of tools. Color: The pedestrian signal shall have black doors and visors made of polycarbonate material . The body shall be Federal Yellow. The color shall be completely impregnated in the polycarbonate resin material of the molded parts such that scratches will not expose uncolored material . Guarantee: The signal shall be guaranteed for a period of one year from date of &.=livery against any imperfections in workmanship or material . SPECIFICATIONS ALUMINUM OVERHEAD STRUCTURE SECTION 6: QUANTITY OF 3 The Following specifications shall govern design and manufacture of aluminum traffic standards. Each standard shall consist of shaft, arm, base, anchorage and accessories as required. Design: The complete traffic standard with signals and all other mounted equipment attached shall be able to properly withstand the force of a 100 mph basic wind speed. A gust factor of 25% shall be used and under fully loaded conditions, the stress in the standard shall be below the guaranteed minimum yield stress of the material by a prudent safety factor of 30%. The shaft shall be designed to support the trombone arm in such a way that when equipped with a traffic signal , the lower clamp of the trombone arm shall be 18' above the grade line established at the base of the support. Shaft: The shaft shall be 21 ' in height and meet the ASTM Specification B221 , Aluminum Association alloy 6063, seamless tapered tubing of sufficient diameter and wall thickness to properly withstand full design loads. The shaft shall be fabricated of tubing with a wall thickness of not less than .188 inches and top and the bottom of the shaft shall be a constant diameter to provide veritcal adjustability of the arm and proper fitting of base and handhole as required. A removable aluminum pole cap shall be provided for the top of the shaft. After tapering and welding, the shaft shall be heat-treated to 76 temper, it shall be free of longitudinal welds and rotary sandfinished and wrapped for protection during handling and shipping. The shaft shall be drilled in the field for wire entrance. Trombone Arm: The trombone arm shall be 15' in length and be the truss type with upper and lower members of continuously tapered seamless extruded tubing of ASTM Specification B221 , Aluminum Association alloy 6063 or 6061 , with a wall thickness of not less than . 125 inches. The assembly shall consist of an upper and lower member joined by one or more welded vertical struts. Both members shall be ellipsed with the major axis horizontal . A 14" minimum clearance is to be maintained between the upper and lower arm members at the outboard end and a horizontally adjustable vertical strut shall be provided for attachment of variable length signals. Wrought aluminum alloy clamps of Aluminum Association alloy 6005-T5 or 6061-T6, shall be welded to the inboard end of each arm member and a matching back clamp of the same alloy shall be provided with hardware for attachment of the trombone arm assembly to the shaft. The arm clamp shall be provided with a 2" diameter hole for wire entrance and when assembled on the shaft the clamp shall provide internal wiring and a firm attachment between the shaft and arm assemblies. The Trombone arm and pole shall be designed to support a one-way, three-section, 12" signal , rigidly mounted, unless otherwise specified. Shoe Base : A shoe base and handhole shall be supplied. The base shall be a permanent mold casting of A-356-T6 or 356-T6 and shall be free from cracks, pits and blow holes and of sufficient size and strength to withstand full design loads. The shoe base shall provide a means of fastening the shaft to a level foundation. It shall consist of collar, flange and gussets, all integrally cast. Ample fillet radii shall be provided at the juncture of these components to reduce effects of stress concentration. The collar of the base shall fit over shaft and be welded thereto to develop full strength. The flange of the base shall be flat and continous completely around the outside of the collar. Gussets shall be placed near each corner of the flange with sufficient space between them to accommodate the anchor bolts required. Each shoe base shall be supplied with four cast aluminum bolt covers. Handhole: Shafts shall be provided with handhole opening near base. This opening shall be reinforced with frame conforming to ASTM, Specification B221 . Frame shall be welded internally and shall have a removable door flush with the outside of shaft. The door shall be rotary sand-finished to match shaft. Wiring: Where a cable passes through a hole or runs along the surface at any point through or on the complete assembly, such holes and/or surfaces shall be deburred and void of any sharp edges and/or protuberances that may in any manner damage the cable passing through or along the surfaces. Hardware: All hardware shall be type 304 stainless steel and passivated, except as noted below. Anchorage: The anchor bolts shall be hot rolled steel rods of proper size and length with a right-angle hook to develop proper bond in transferring loads to the concrete foundation. Anchor rod material shall have minimum tensile yield strength of 55,000 psi . Threaded ends of anchor bolts shall be hot dipped galvanized; hot dipped galvanized hex nut, flatwasher and lockwasher shall be furnished for each anchor rod. Welding: Welding shall be performed by the consumable electrode inert-gas shielded- arc method. Certified proof of qualification of four welders shall be required from each bidder at time of bid submission. This qualification shall be from commercial or public testing laboratory. Welders shall qualify by passing requirements of the latest edition of ASME Boiler and Pressure vessel Code Section IX. All welding shall be carefully checked by the manufacturer, by a visual inspection of all welds. BID BOND THE /ETNA CASUALTY AND SURETY COMPANY Hartford, Connecticut 06115 LIFE&CASUAL_T; Bond No. KNOW ALL MEN BY THESE PRESENTS, That we, Tucker Co. , Inc. as Principal, hereinafter called the Principal, and THE ETNA CASUALTY AND SURETY COMPANY, of Hartford, Connecticut, a corporation duly organized under the laws of the State of Connecticut, as Surety, hereinafter called the Surety, are held and firmly bound unto City of Oshkosh as Obligee, hereinafter called the Obligee, in the sum of Five Percent of Bid Dollars (S 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 Supplying Traffic Control Equipment 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 Document,.with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 30th day of March ,1979 Tucker Co, , Inc, • 11n, IN l ftiral � (Fitness) ` • Jt ' / 1 Or ;Tft1r� THE /ETNA CASUALTY AND SURETY COMPANY �..Q CX IC 4t By (W itnc s) ,AIIornrc-fr-I -f, c ALA DOCUMENT A310 BID BOND FEBRUARY 10-0 ED. THE AMERICAN INSTITUTE OF ARCHITECTS THE ETNA CASUALTY AND SURETY COMPANY IL= Hartford, Connecticut 06115 LIFE i CASUALTY POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT KNOW ALL MEN BY THESE PRESENTS. THAT THE ETNA CASUALTY AND SURETY COMPANY, a corporation duly organized under the laws of the State of Connecticut, and having its principal office in the City of Hartford, County of Hartford, State of Connecticut, hath made, constituted and appointed, and does by these presents make, constitute and appoint A. E. Felly, Charlene Bohlman or Joseph L. Vigna - - of Wauwatosa, Wisconsin , its true and lawful Attorneys-in-Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, or, if the following line be filled in, within the area there designated , the following instrumentls): by his sole signature and act,any and all bonds,recognizances,contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance,or con- ditional undertaking, and any and all consents incident thereto not exceeding the sum of ONE MILLION ($1,000,000.00) DOLLARS - and to bind THE ,ETNA CASUALTY AND SURETY COMPANY,thereby as fully and to the same extent as if the same were signed by the duly authorized officers of THE kTNA CASUALTY AND SURETY COMPANY,and all the acts of said Attorneys-in-Fact,pursuant to the authority herein given,are hereby ratified and con- firmeu This appointment is made under and by authority of the following Standing Resolutions of said Company which Resolutions are now in full force and effect: VOTED: That each of the following officers: Chairman, Vice Chairman, President, Any Executive Vice Presider, Ary Senior Vice President, Any Vice President, Any Assistant Vice President, Any Secretary, Any Assistant Secretary, may from time to time appoint Resident Vice Presidents, Resident Assistant Secretaries, Attorneys-in-Fact, and Agents to act for and on behalf of the Company and may give any such appointee such authority as his certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors may at any time remove any such appointee and revoke the power and authority given him. VOTED. That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (al signed by the Chairman, the Vice Chairman, the President, an Executive Vir:e President, a Senior Vice President, a Vice President, an Assistant Vice President or by a Resident Vice President, pursuant to the power prescribed in the certificate of authority of such Resident Vice President, and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary or by a Resident Assistant Secretary,pursuant to the power prescribed in the certificate of authority of such Resident Assistant Secretary; or lb)duly executed (under seal, if required)by one or more Attorneys-in-Fact pur- suant to the power prescribed in his or their certificate or certificates of authority This Power of Attorney and Certificate of Authority is signed and sealed by facsimile under and by authority of the following Standing Resolution voted by the Board of Directors of THE (ETNA CASUALTY AND SURETY COMPANY which Resolution is now in full force and effect: VOTED: That the signature of each of the following officers: Chairman, Vice Chairman, President, Any Executive Vice President, Any Senior Vice President, Any Vice President, Any Assistant Vice President, Any Secretary, Any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such power of attorney or certificate bearing such fac- simile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and fac- simile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. IN WITNESS WHEREOF, THE ,ETNA CASUALTY AND SURETY COMPANY has caused this instrument to be signed by its Secretary , and its corporate seal to be hereto affixed this 21st day of June , 19 78 p,,,ANo THE T A CASUALTY AND SURET C P Y HARTFORD. Z CONN o, By State of Connecticut Secretary ss. Hartford County of Hartford On this 21st day of June , 1978 , before me personally came VINCENT A. WALSH to me known, who, being by me duly sworn, did depose and say: that he is Secretary of THE ,ETNA CASUALTY AND SURETY COMPANY, the corporation described in and which executed the above instrument; that he knows the seal of said cor- poration;that the seal affixed to the said instrument is such corporate seal;and that he executed the said instrument on behalf of the corporation by authority of his office under the Standing Resolutions thereof. 4.0 T Aq i. cey My commission :,march 31. 19 i Notary Public CERTIFICATE I, the undersigned, A8siatant Secretary of THE,ETNA CASUALTY AND SURETY COMPANY, a stock corporation of the State of Connecticut, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remains in full force and has not been revoked and furthermore, that the Standing Resolutions of the Board of Directors, as set forth in the Certificate of Authority, are now in force Signed and Sealed at the Home Office of the Company, in the City of Hartford, State of Connecticut. Dated this ,ZKi day of 7,7 HARtro RO CONN - 4 Er;WC-S2;17 Assistant Secretary •IS-1922-DI (MI 12-72 PRINTED IN U S A PROPOSAL TRAFFIC SIGNAL EQUIPMENT We, the undersigned, propose to furnish the Electrical Division of the City of Oshkosh, Wisconsin, F.O.B. Electrical Division Workshop, 805 Witzel Avenue, Oshkosh, The following traffic signal equipment, all as per specifications, or noted exceptions, for the following amounts: SECTION 1 : TOTAL 21 - three section, 12" signal heads - polycarbonate 71 e✓l 40)1 4l't-306 -Obo (Brand Name and Number) 409K-----° 09 SECTION 2: 300' 20 coriiduc.tor traffic signal cable cl 1 NC\C-)vcY c-, r\le-if ovt 1 1 (Brand Name and Number) $ 14710 _-- SECTION 3: 200' 9 conductor traffic ignal cable ''- C ( ^' \-0l"tli A vyv(c,,1 re)- i 4- (Brand Name and Number) $ "I6 SECTION 4: 1-three dial controller °ci kZ vC11('h. k57-352.0 (Brand Name and Number) $ 2 /3O 1 SECTION 5: 8-pedestrian walk/don't w lk sets AL, 1 ff C S6ptet / 0/ (Brand Name and Number) $ 49 6 Z"-'- SECTION 6: 3- Aluminum overhead structure -, �/o e ° /4LZ CO i- ( 29 `I y t �4- iBrand Name and Number) $ Z Z -/ 7 y T5 wii-kc4 ijticl rLi€ ALTERNATE: 1 - solid state digital controller A-01ke �p n p Q r,--1.‘k) ,\` } "\�� � (Brand Name and Number) $ 3 15 ■ MISCELLANEOUS COMPONENTS QUANTITY DESCRIPTION OR EQUAL BID PRICE 21 4k" Slip Fitter Collar Eagle BK02 $= c 21 Pinnacle Assemblies Eagle BKO1 $ / '/'.. 7e) 6 Terminal Compartment Eagle FR2H $ _,_j•_/ '. 36 Steel "Stiffener Plate" sets for Eagle for Polycarbonate Signals KB-191-15 [) $ / 1/ 1-/0 60 Poly carbonate Pole Bracket Eagle ,, PDM-405 $ �7/_I' 12 ' 5/8" Anchor Bolt Sets, Hexnuts Eagle 'i _ UA-131 $ 7(_ 8 4 1/2" x 9' Steel Pole with Aluminum Tucker 4.,e-, Square Base TS-220-9 $ 7_5-2 12 Curved Wood Pole Flange Eagle f� U.1-37 $ ' TOTAL NET BID FOR MISCELLANEOUS COMPONENTS $‘5.42/67,.L?0 Del Lvery 5 CC ,BEG.oct) day after receipt of order (realistic delivery date) Specify if different on some items : _ 5�C �_ j o 3 G c�a-.y S ) S G�C4 2�' 3 c 3� -`�S cla y5 SC-c % y if ?'o -, a qcx 5 Se T 7 7 '�ys , y G sEcr• ° -�s weeks' 1g/I 7c /a ys Warranty, if any, Ul'i e r-e c e c 7` �rt-• 5 /Q D � l�r r GtsC r i h C l "eG� -d Y.Sek-vw e Y 7;1'2 4/co./ 4 5 5 i S 7 �,.e- e ,4;, /! /Terms: NET 3 Q days be.. Yaf11G'fc?al g1 // COif l/c i -1- e BE SURE TO INCLUDE DESCRIPTIVE LITERATURE WITH BID c,LVAte-i- / 7 O C , �� (0 C Name of Company SUBMITTED BY: L/ 101 Z � /� 11 N- e and tit1 •r person making o • id. / .Z9 1979 31 S 714 74 J7' Date Address of/!Company,_ l au.diet. 1`6Sul (I (5 S 3z