Loading...
HomeMy WebLinkAboutTRAFFIC SIGNALIZATION/HWY 218 & MELROSE AVE/2012mffi� all [o Jw - /a [v -TAI,) /a ra:4; c_ as 12- P151 C I ans t t 6 ? Melrose- Av -en". "rc_, :c 0 r W,9hc' -y � ujzhu.ar a -?0110 Resoju,� -o 9�t. la-l3 Se'� -1-i n� �C, y�i,..6 J',c �.2C�rt oh y `f> r I es i , r* a�i a-i` cos-' in 'G.nS 5�2cr�f- .CC��,DrLS� �vrm O� c4n�-rczc{� lrcc-".c S"gnai zC-4 vi, rv�`ec i d-1, '-,P-4. C,'�v C[eN /C �.�zar;r>'t�l Ana d;r�- �-�^n� lC'tI,� P(�120.L¢ SCC;d �1�n5 are I �C' to/ fL C tn5g4c�;bn. c� l OLqS - 3 P �G G�A CroSS'A o%4 .. J-t- – —aqN - )a - o dd4rs eSolV -440, TlCL)'S S ec; -�, ccc i,m, S� iorrl o-f Co�ark�I ? eso now I cos� 400 o-- An Wokkway ply M��rDJO 'tiV¢hKU wI �;c S�i�chal,z,, tn. �1 1e �p pw%I;s% no4-; c P �"o %i�; dd ers t - f -��t,; Jnq 2-...,.0 a�td P %ac-e a/- Fps_ a IS - Nov - /a- c � c Slgna�;uc� v� 14w, o1l$ £ O trose +Ajt ao /a- �ayP �M1 Ft�ir�r`q - rrooT J 1 N�'" c� •on II PRA.sal«4 -,' � 14- E/4 11 award,,, 1c O,,4 0.c%.— o-&L o,'Z.[17 444 IR�.'1Y�- /7�0 /.�CrA'V�-rr.(�.�1' /-YD bn.7.... "?`h.e '�(i(��W0.y .7(9/�P.1rvs. rvetx,,C ira Tf"c "•qh 4- Z44i 0P, !vJ-�; C-2 Rl-..�. �2r-�ofmknce � Paymen'E" Qon� %25olcei:u^^— /d^ 473 ac,4Y3 As 1Woc -iS 4h r 41- M&lros6 - Avcn�t� �r, S"gnoX,La ;on.Tro`jCC+, CITY OF IOWA CITY DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION F1 L E D 2012 JAN 10 Ar', 0: 12 CI P( Y CLERK PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT FOR THE HIGHWAY 218 AND MELROSE AVENUE TRAFFIC SIGNALIZATION PROJECT IOWA CITY, IOWA I hereby certify that this engineering document was prepared by me or under my direct personal supervision and that I am a duly licensed Professional Engineer under the laws of the State of Iowa. SIGNED: w Jas R. Have, P.E. Project Engineer Iowa Reg. No. 19222 My license renewal date is December 31, 2012. DATE: 112- SPECIFICATIONS TABLE OF CONTENTS TITLE SHEET TABLE OF CONTENTS Page Number NOTICETO BIDDERS ............................................................ ............................... AF -1 NOTETO BIDDERS ................................................................ ............................... NBA TARGETED SMALL BUSINESS AFFIRMATIVE ACTION RESPONSIBILITIES... TSB -1 FORMOF PROPOSAL ............................................................ ............................... FP -1 BIDBOND ................................................................................ ............................... BB -1 FORMOF AGREEMENT ......................................................... ............................... AG -1 �- PERFORMANCE AND PAYMENT BOND ............................................................ .._ PHI . o C� CONTRACT COMPLIANCE M (ANTI- DISCRIMINATION REQUIREMENTS) .................... ............................... CC -1 GENERALCONDITIONS ........................................................ ............................:.. SUPPLEMENTARY CONDITIONS .......................................... ............................... SC -1 RESTRICTION ON NON - RESIDENT BIDDING ON NON - FEDERAL -AID PROJECTS........................................................................ ............................... R-1 TECHNICAL SECTION DIVISION 1 -GENERAL REQUIREMENTS Section 01010 Summary of the Work .......................... ............................... 01010 -1 Section 01025 Measurement and Payment ................. ............................... 01025 -1 Section 01310 Progress and Schedules ...................... ............................... 01310 -1 Section 01570 Traffic Control and Construction Facilities ........................... 01570 -1 DIVISION 2 - SITE WORK Traffic Signalization ...................................................... ............................... TS -1 ❑I_1OF SPECIFICATIONS TABLE OF CONTEN TITLE SHEET TABLE OF CONTENTS NOTICETO BIDDERS ............ ........................ . ............ I..................... NOTETO BIDDERS ........................................... ............................... TARGETED SMALL BUSINESS AF RMATIVE ACTION ESP FORMOF PROPOSAL ............................... ............................... BIDBOND ...... .... ......................... . ................ ..I .............. ..... I....... FORM OF AGREEMENT ........................... ............................... PERFORMANCE AND PAYMENT BOND... ........... . .................. CONTRACT COMPLIANCE (ANTI- DISCRIMINATION REQUIREMENTS ) ...................... GENERAL CONDITIONS .................................. ............. I.......... SUPPLEMENTARY CONDITIONS .......... ............................... .. RESTRICTION ON NON - RESIDENT BIDDI G ON NON -FEDE ............... ............... BILITIES Page Number AF -1 NBA TSBA FP -1 BB -1 AGA PBA I ...... I......... CC-1 GC -1 ....................... SC -1 PROJECTS... ....................................... ................................... .... ......... R -1 TECHNICAL SECTION DIVISION 1 -GENERAL REQUIR ENTS Section 01010 Summary of t e Work ............ ............................... Section 01025 Measureme and Payment ... ............................... Section 01310 Progress a d Schedules ........ ............................... Section 01570 Traffic Cc trol and Construction Facilities ............. DIVISION 2 - SITE WORK Traffic Signalization ....................................... ............................... RoadwayLighting ........ ............................... ....................... PLANS ........ 01010 -1 - 013101025 0 - 1 1 f 0157,9 -1 .... TS-1 NOTICE TO BIDDERS HIGHWAY 218 AND MELROSE AVENUE TRAFFIC SIGNALIZATION PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 P.M. on the le day of February, 2012. Sealed propos- als will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 2131 day of February, 2012, or at special meeting called for that purpose. The Project will involve the following: Furnish equipment, materials and labor to install a new traffic control signal at the intersection of the Highway 218 southbound ramps and Melrose Avenue, and other associated work. All work is to be done in strict compliance with the plans and specifications prepared by the Iowa City Engineer's Office of Iowa City, Iowa, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and mainte- nance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days following award of the contract, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred AF -1 tJ) PJ rj r-S O y ggr°.�� 8 9 1 r.� percent (100 %) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of one (1) year from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Specified Start Date: March 1, 2012 Specified Completion Date: May 18, 2012 Liquidated Damages: $200.00 per day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at the Iowa City Engineer's Office in Iowa City, Iowa, by bona fide bidders. No fee is required for each set of plans and specifications provided to bidders or other interested persons. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Economic Development at (515) 242 -4721 and the Iowa Department of Transportation Contracts Office at (515) 239- 1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcon- tract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully re- quired under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK AF -2 s x NOTE TO BIDDERS The successful bidder and all subcontractors are required to submit at least 4 days prior to award three references involving similar projects, including at least one municipal reference. Award of the bid or use of specific subcontractors may be denied if sufficient favorable references are not verified or may be denied based on past experience on projects with the City of Iowa City. 2. References shall be addressed to the City Engineer and include the name, address and phone number of the contact person, for City verification. 3. There is no TSB goal assigned to the project, but contractors are required to make positive efforts in utilizing TSBs for this project and provide documentation as described in the Targeted Small Business (TSB) Affirmative Action Responsibilities section, which has been made a part of these specifications. 3. Bid submittals are: Envelope 1: Bid Bond Envelope 2: Form of Proposal Envelope 3: TSB Pre -Bid Contact Information and Related Documentation 01.51 =, ;...o� 01.51 April'2010 EXHIBIT B UTILIZATION OF TARGETED SMALL BUSINESS (TSB) ENTERPRISES ON NON- FEDERAL AID PROJECTS (THIRD -PARTY STATE - ASSISTED PROJECTS) In accordance with Iowa Code Section 198.7 and 541 Iowa Administrative Code (IAC) Chapter 4, it is the policy of the Iowa Department of Transportation (Iowa DOT) that Targeted Small Business (TSB) enterprises shall have the maximum practicable opportunity to participate in the performance of contracts financed in whole or part with State funds. Under this policy the Recipient shall be responsible to make a positive effort to solicit bids or proposals from TSB fines and to utilize TSB firms as contractors or consultants. The Recipient shall also ensure that the contractors or consultants make positive efforts to utilize TSB firms as subcontractors, subconsultants, suppliers, or participants in the work covered by this agreement. The Recipient's "positive efforts" shall include, but not be limited to 1. Obtaining the names of qualified TSB firms from the Iowa Department of Inspections and Appeals (515- 281 -7102) or from its website at: http7//dia.iowa.gov/12aQe7.htmi. 2. Notifying qualified TSB firms of proposed projects involving State funding. Notification should be made in sufficient time to allow the TSB firms to participate effectively In the bidding or request for proposal (RFP) process. 3. Soliciting bids or proposals from qualified TSB firms on each project, and identifying for TSB firms the availability of subcontract work. 4. Considering establishment of a percentage goal for TSB participation in each contract that is a part of this project and for which State funds will be used. Contract goals may vary depending on the type of project, the subcontracting opportunities available, the type of service or supplies needed for the project, and the availability of qualified TSB firms in the area. 5. For construction contracts: a. Including in the bid proposals a contract provision titled 'TSB Affirmative Action Responsibilities on Non - Federal Aid Projects (Third -Party State - Assisted Projects)" or a similar document developed by the Recipient. This contract provision is available on -line at: http: //www.dot.state.1a.us /local_ systems / publications /tsb_contract_provision. pdf b. Ensuring that the awarded contractor has and shall follow the contract provisions. 6. For consultant contracts: a. Identifying the TSB goal In the Request for Proposal (RFP), if one has been set. b. Ensuring that the selected consultant made a positive effort to meet the established TSB goal, if any. This should Include obtaining documentation from the consultant that includes a list of TSB firms contacted; a list of TSB firms that responded with a subcontract proposal; and, if the consultant does not propose to use a TSB firm that submitted a subcontract proposal, an explanation why such a TSB firm will not'bb used. The Recipient shall provide the Iowa DOT the following documentation: �- 1. Copies of correspondence and replies, and written notes of personal and /or telephone contacts with any TS,B fines. Such documentation can be used to demonstrate the Recipient's positive efforts and it should be placed in the general project file. 2. Bidding proposals or RFPs noting established TSB goals, if any. — 3. The attached °Checklist and Certification." This form shall be Filled out upon completion of each project and forwarded to: Iowa Department of Transportation, EEO Administrator, Office of Contracts, 800 Lincoln Way, Ames, IA 50010. TSB -1 April 2010 CHECKLIST AND CERTIFICATION For the Utilization of Targeted Small Businesses (TSB) On Non - Federal -aid Projects (Third -Party State - Assisted Projects) Recipient: Project Number: • County: Agreement Number: 1. Were the names of qualified TSB firms obtained from the Iowa Department of Inspections and Appeals? 0 YES 0 NO 2. 3, I'.l 5. If no, explain Were qualified TSB firms notified of project? 0 YES 0 NO If yes, by 0 letter, 0 telephone, 0 personal contact, or 0 other (specify) If no, explain Were bids or proposals solicited from qualified TSB firms? 0 YES 0 NO If no, explain Was a goal or percentage established for TSB participation? 0 YES 0 NO If yes, what was the goal or percentage? If no, explain why not: Did the prime contractor or consultant use positive efforts to utilize TSB firms on subcontracts? 0 YES 0 NO If no, what action was taken by Recipient? Is documentation in files? DYES ONO 6. What was the dollar amount reimbursed to the Recipient from the Iowa Department of Transportation? $ What was the final project cost? $ What was the dollar amount performed by TSB firms? $ Name(s) and address(es) of the TSB firm(s) (Use additional sheets If necessary) Was the goal or percentage achieved? DYES ONO If no, explain As the duly authorized representative of the Recipient. I hereby certify that the Recipient used positive efforts to utilize TSB firms as participants in the State - assisted contracts associated with this project, Title e Signature Date TSB -2 April 2010 CONTRACT PROVISION Targeted Small Business (TSB) Affirmative Action Responsibilities an Non - Federal -aid Projects (Third -party State - Assisted Projects) TSB DEFINITION A TSB is a small business, as defined by Iowa Code Section 15.102(5), which is 51% or more owned, operated and actively managed by one or more women, minority persons or persons with a disability. Generally this is a for - profit small business enterprise under single management, is located in Iowa and has an annual gross income of less than 3 million dollars computed as an average of the three preceding fiscal years. 2. TSB REQUIREMENTS In all State - assisted projects made available through the Iowa Department of Transportation, local governments have certain affirmative action requirements to encourage and increase participation of disadvantaged individuals in business enterprises. These requirements are based on Iowa Code Section 19B.7 and 541 Iowa Administrative Code Chapter 4. These requirements supersede all existing TSB regulations, orders, circulars and administrative requirements. 3. TSB DIRECTORY INFORMATION Available from: Iowa Department of Inspections and Appeals Targeted Small Business Lucas Building Des Moines, IA 50319 Phone: 515-281-7102 Website: httn7//dia.iowa.gov /nage7.hlml 4. THE CONTRACTOR'S TSB POLICY The contractor is expected to promote participation of disadvantaged business enterprises as suppliers, manufactures and subcontractors through a continuous, positive, result- oriented program. Therefore the contractor's TSB policy shall be: It is the policy of this firm that Targeted Small Business (TSB) concerns shall have the maximum practical opportunity to participate in contracts funded with State - assisted funds which are administered by this firm (e.g. suppliers, manufactures and subcontractors). The purpose of our policy is to encourage and Increase the TSB participation in contracting opportunities made available by State - assisted programs. 5. CONTRACTOR SHALL APPOINT AN EQUAL EMPLOYMENT OPPORTUNITY (EEO) OFFICER The contractor shall designate a responsible person to serve as TSB officer to fulfill the contractors affirmative action responsibilities. This person shall have the necessary statistics, funding, authority and responsibility to carry out and enforce the firm's EEO policy. The EEO officer shall be responsible for developing, managing and implementing the program on a day -to -day basis. The officer shall also: A. For current TSB information, contact the Iowa Department of Inspections and Appeals (515 - 281 -7102) to identify potential material suppliers, manufactures and contractors. B. Make every reasonable effort to involve TSBs by soliciting quotations from them and incor'orating them into the firm's bid. C. Make every reasonable effort to establish systematic written and verbal contacf wrih'those TSBs having the materials or expertise to perform the work to be subcontracted, at least two,weeks prior to the time quotations are to be submitted. Maintain complete records of negotiation efforts. Page 1 TSB Affirmative Action Responsibilities D. Provide or arrange for assistance to TSBs in seeking bonding, analyzing plans /specifications or other actions that can be viewed as technical assistance. E. Ensure the scheduled progress payments are made to TSBs as agreed in subcontract agreements. Require all subcontractors and material suppliers to comply with all contract equal opportunity and affirmative action provisions. 6. COUNTING TSBs PARTICIPATION ON A PROJECT TSBs are to assume actual and contractual responsibilities for provision of materials /supplies, subcontracted work or other commercially useful function. A. The bidder may count: (1) Planned expenditures for materials /supplies to be obtained from TSB suppliers and manufacturers; or (2) Work to be subcontracted to a TSB; or (3) Any other commercially useful function. B. The contractor may count: (1) 100% of an expenditure to a TSB manufacturer that produces /supplies goods manufactured from raw materials. (2) 60% of an expenditure to TSB suppliers that are not manufacturers; provided the suppliers perform a commercially useful function in the supply process. (3) Only those expenditures to TSBs that perform a commercially useful function in the work of a contract, including those as a subcontractor. (4) Work the Contracting Authority has determined that it involves a commercially useful function. The TSB must have a necessary and useful role in the transaction of a kind for which there is a market outside the context of the TSB program. For example, leasing equipment or purchasing materials from the prime contractor would not count. REQUIRED DATA, DOCUMENTS AND CONTRACT AWARD PROCEDURES FROM BIDDERS /CONTRACTORS FOR PROJECTS WITH ASSIGNED GOALS A. Bidders Bidders who fail to demonstrate reasonable positive efforts may be declared ineligible to be awarded the contract. Bidders shall complete the bidding documents plus a separate form called "TSB Pre -Bid Contact Information ". This form includes: (1) Name(s) of the TSB(s) contacted regarding subcontractable items. (2) Date of the contract. (3) Whether or not a TSB bid /quotation was received. (4) Whether or not the TSB's bid /quotation was used. (5) The dollar amount proposed to be subcontracted. ; B. Contractors Using Quotes From TSBs Use those TSBs whose quotes are listed in the "Quotation Used in Bid" column aleng;with -El "yest indicated on the Pre -bid Contact Information form. ' ry Page 2 TSB Affirmative Action Responsibilities W C. Contractors NOT Using Quotes From TSBs If there are no TSBs listed on the Pre -bid Contract Information form, then the contractor shall document all efforts made to include TSB participation in this project by documenting the following: (1) What pre - solicitation or pre -bid meetings scheduled by the contracting authority were attended? (2) Which general news circulation, trade associations and /or minority- focused media were advertised concerning the subcontracting opportunities? (3) Were written notices sent to TSBs that TSBs were being solicited and was sufficient time allowed for the TSBs to participate effectively? (4) Were initial solicitations of interested TSBs followed up? (6) Were TSBs provided with adequate information about the plans, specifications and requirements of the contract? (6) Were interested TSBs negotiated with in good faith? If a TSB was rejected as unqualified, was the decision based on an investigation of their capabilities? (7) Were interested TSBs assisted in obtaining bonding, lines of credit or insurance required by the contractor? (8) Were services used of minority community organization, minority contractors groups; local, State and Federal minority business assistance offices or any other organization providing such assistance. The above documentation shall remain in the contractor's files for a period of three (3) years after the completion of the project and be available for examination by the Iowa Department of Inspections and Appeals. POSITIVE EFFORT DOCUMENTATION WHEN NO GOALS ARE ASSIGNED Contractors are also required to make positive efforts in utilizing TSBs on all State- assisted projects which are not assigned goals. Form "TSB Pre -bid Contact Information" is required to be submitted with bids on all projects. If there is no TSB participation, then the contractor shall comply with section 7C. of this document prior to the contract award. Page 3 ra 0 , ra wj o p tv \ \ � U) \: \e \� m` LLI \\ j\ # , � /) 6 \ \ \ : { \ \ } \ E \ 'o E \\ } \ � \\ $ \ !E fi { \ \ \ } \\ fj o () !/ \§ ok \\ \\ \\ \ \ �)) \) � \ )\ \\ )\ \ \ �)) \) � \ )\ FORM OF PROPOSAL HIGHWAY 218 AND MELROSE AVENUE TRAFFIC SIGNALIZATION PROJECT CITY OF IOWA CITY NOTICE TO BIDDERS: PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED IN THE BOUND VOLUME OF THE SPECIFICATIONS. SEPARATE COPIES OF THIS PROPOSAL ARE CONTAINED WITHIN THE BACK COVER OF THIS DOCUMENT. Name of Bidder Address of Bidder <� J TO: City Clerk C--) City of Iowa City City Hall 410 E. Washington St. Iowa City, IA 52240 The undersigned bidder submits herewith bid security in the amount of , in accordance with the terms set forth in the "Project Specifications." The undersigned bidder, having examined and determined the scope of the Contract Documents, hereby proposes to provide the required labor, services, materials and equipment and to perform the Project as described in the Contract Documents, including Addenda , and , and to do all work at the prices set forth herein. We further propose to do all "Extra Work' which may be required to complete the work contemplated, at unit prices or lump sums to be agreed upon in writing prior to starting such work. ITEM I DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 1 Mobilization LS 1 2 Traffic Control LS 1 3 Traffic Signalization LS 1 4 Painted Pavement Marking STA 9.6 5 Painted Symbols and Legends EA 2 6 Pavement Markings Removed STA 5.4 7 Symbols and Legends Removed EA 2 TOTAL EXTENDED AMOUNT:$ FP -1 FORM OF PROPOSAL HIGHWAY 218 AND MELROSE AVENUE TRAFFIC SIGNALIZATION PROJECT CITY OF IOWA CITY NOTICE TO BIDDERS: PLEASE DO NOT USE THE FORM OF PROPOSAL INCLED IN THE BOUND VOLUME qF THE SPECIFICATIONS. SEPARATE COPIES OF HIS PROPOSAL ARE CONTAINE WITHIN THE BACK COVER OF THIS DOCUMEN . Name of Bidder Address of Bidder TO: City Clerk City of Iowa City City Hall 410 E. Washington St. Iowa City, IA 52240 The undersigned bidder submits herewith bid security in the amount of , in accordance wit the terms et forth in the 'Project Specifications." The undersigned bidder, having examin d a d determined the scope of the Contract Documents, hereby proposes to provide the requ a labor, services, materials and equipment and to perform the Project as described in th Contract Documents, including Addenda and , and to do all or at the prices set forth herein. We further propose to do all "Extra Wo " which may be required to complete the work contemplated, at unit prices or lump sums to be agreed upon 'n writing prior to starting such work. ITEM DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 1 Mobilization LS 1 2 Traffic Control LS 1 3 Traffic Signalization LS 1 FP -1 11I The names of those persons, firms, companies or other parties with whom we intend to enter into a subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract, are as follows: NOTE: All subcontractors are subject to approval by City. The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connection with any other person or persons bidding on the work. The undersigned bidder states that this proposal is made in conformity with the Contract Documents and agrees that, in the event of any discrepancies or differences between any conditions of this proposal and the Contract Documents prepared by the City of Iowa City, the more specific shall prevail. Firm: Signature: Printed Name: Title: Address: Phone: Contact: FP -2 G E$ as Principal, and as Surety declare that we are held and are firmly bound unto the City of Iowa City, Iowa, hereinafter called "OWNER," in the sum of Dollars to pay said sum as herein provided. We as Principal and Surety further promise and declare that these obligations shall bind our heirs, executors, administrators, and successors jointly and severally. This obligation is conditioned on the Principal submission of the accompanying bid, dated the Highway 218 and Melrose Avenue Traffic Signalization Project. NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, for (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified, and the Principal shall then furnish a bond for the Principal's faithful performance of said Project, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Project, as agreed to by the City's acceptance of said Bid, then this obligation shall be void. Otherwise this obligation shall remain in full force and effect, provided that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the amount of the obligation stated herein. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in the event that the Principal fails to execute the contract and provide the bond, as provided in the Project specifications or as required by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall in no way be impaired or affected by any extension of the time within which the Owner may accept such Bid or may execute such contract documents, and said Surety does hereby waive notice of any such time extension. The Principal and the Surety hereto execute this bid bond this day of A.D., 20_ Witness Principal -aC--, ` By F,_ (Seal) Surety v By Witness (Attorney -in -fact) Attach Power -of- Attorney :3�i1 FORM OF AGREEMENT THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ( "City "), and ( "Contractor "). Whereas the City has prepared certain plans, specifications, proposal and bid documents dated the 9t' day of January, 2012, for the Highway 218 and Melrose Avenue Traffic Signalization Project ( "Project "), and Whereas, said plans, specifications, proposal and bid documents accurately and fully describe the terms and conditions upon which the Contractor is willing to perform the Project. NOW, THEREFORE, IT IS AGREED: 1. The City hereby accepts the attached proposal and bid documents of the Contractor for the Project, and for the sums listed therein. 2. This Agreement consists of the following component parts which are incorporated herein by reference: a. Addenda Numbers b. "Standard Specifications for Highway and Bridge Construction," Series of 2009, Iowa Department of Transportation, as amended; C. Plans; d. Specifications and Supplementary Conditions; e. Notice to Bidders; 7; f. Note to Bidders; �! _ g. Performance and Payment Bond; h. Restriction on Non - Resident Bidding on Non - Federal -Aid Projects',•'• iv i. Contract Compliance Program (Anti- Discrimination Requirements); j. Proposal and Bid Documents; and k. This Instrument. The above components are deemed complementary and should be read together. In the event of a discrepancy or inconsistency, the more specific provision shall prevail. AG -1 3. The names of subcontractors approved by City, together with quantities, unit prices, and extended dollar amounts, are as follows (or shown on an attachment): 4. Payments are to be made to the Contractor in accordance with the Supplementary Conditions. DATED this day of City ATTEST: Mayor Contractor ATTEST: 20 City Clerk (Company Official) AG -2 Approved By: City Attorney's Office, ern _ I t� ry PERFORMANCE AND PAYMENT BOND , as (insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and (insert the legal title of the Surety) , as Surety, hereinafter called the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter called the Owner, in the amount of Dollars ($ ) for the payment for which Contractor and Surety hereby bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, Contractor has, as of , entered into a (date) written Agreement with Owner for the Highway 218 and Melrose Avenue Traffic Signalization Project; and WHEREAS, the Agreement requires execution of this Performance and Payment Bond, to be completed by Contractor, in accordance with plans and specifications prepared by the Iowa City Engineer's Office, which Agreement is by reference made a part hereof, and the agreed -upon work is hereafter referred to as the Project. NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION are such that, if Contractor shall promptly and faithfully perform said Agreement, then the obligation of this bond shall be null and void; otherwise it shall remain in full force and effect until satisfactory completion of the Project. A. The Surety hereby waives notice of any alteration or extension of time made by the Owner. B. Whenever Contractor shall be, and is declared by Owner to be, in . default .-under the Agreement, the Owner having performed Owner's obligations thereunder, the Surety may s promptly remedy the default, or shall promptly: 1. Complete the Project in accordance with the terms and conditions off =-the Agreement, or «, 2. Obtain a bid or bids for submission to Owner for completing the - Project in accordance with the terms and conditions of the Agreement; and upon determina- tion by Owner and Surety of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available, as work progresses (even though there may be a default or a succession of defaults under the Agreement or subsequent contracts of completion arranged under this paragraph), sufficient NM funds to pay the cost of completion, less the balance of the Contract Price, but not exceeding the amount set forth in the first paragraph hereof. The term "balance of the Contract Price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Agreement, together with any addenda and /or amendments thereto, less the amount properly paid by Owner to Contractor. C. The Contractor and Contractor's Surety shall be obligated to keep the improvements covered by this bond in good repair for a period of one (1) year from the date of formal acceptance of the improvements by the Owner. D. No right of action shall accrue to or for the use of any person, corporation or third party other than the Owner named herein or the heirs, executors, administrators or successors of Owner. IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, in accordance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, firms or corporations having contracts directly with the Principal, including any of Principal's subcontrac- tors, all claims due them for labor performed or materials furnished in the performance of the Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of Iowa, are a part of this bond to the same extent as if it were expressly set out herein. 20 SIGNED AND SEALED THIS DAY OF IN THE PRESENCE OF: Witness Witness MM (Principal) (Title) (Surety) (Title) -7 (Street) (City, Stater;' *) (Phone) <J c o old Lra G ll, cof1Vl1l;)flanc, f rognolyl CITY OF IOWA CITY C-, rti it v 6w� Fri SECTION I - GENERAL POLICY STATEMENT It is the policy of the City of Iowa City to require equal employment opportunity in all City contract work. This policy prohibits discrimination by the City's contractors, consultants and vendors and requires them to ensure that applicants seeking employment with them and their employees are treated equally without regard to race, color, creed, religion, national origin, sex, gender identity, sexual orientation, disability, marital status, and age. It is the City's intention to assist employers, who are City contractors, vendors or consultants, in designing and implementing equal employment opportunity so that all citizens will be afforded equal accessibility and opportunity to gain and maintain employment. PROVISIONS: All contractors, vendors, and consultants requesting to do business with the City must submit an Equal Opportunity Policy Statement before the execution of the contract. 2. All City contractors, vendors, and consultants with contracts of $25,000 or more (or less if required by another governmental agency) must abide by the requirements of the City's Contract Compliance Program. Emergency contracts may be exempt from this provision at the discretion of the City. Regardless of the value of the contract, all contractors, vendors, and consultants are subject to the City's Human Rights Ordinance, which is codified at Article 2 of the City Code. 3. Contracting departments are responsible for assuring that City contractors, vendors, and consultants are made aware of the City's Contract Compliance Program reporting responsibilities and receive the appropriate reporting forms. A notification of requirements will be included in any request for proposal and notice of bids. 4. Prior to execution of the contract, the completed and signed Assurance of Compliance (located on pages CC -2 and CC -3) or other required material must be received and approved by the City. 5. Contracting departments are responsible for answering questions about contractor, consultant and vendor compliance during the course of the contract with the City. 6. All contractors, vendors, and consultants must refrain from the use of any signs or designations which are sexist in nature, such as those which state "Men Working" or "Flagman Ahead," and instead use gender neutral signs. 7. All contractors, vendors, and consultants must assure that their subcontractors abide by the City's Human Rights Ordinance. The City's protected classes are listed at Iowa City City Code section 2 -3 -1. CC -1 (� N 1n �l� ut s_aw \ r. n f 4� - 1-0 c.i CC -1 SECTION II - ASSURANCE OF COMPLIANCE The following sets forth the minimum requirements of a satisfactory Equal Employment Opportunity Program which will be reviewed for acceptability. PLEASE RETURN PAGES CC2 AND CC3 OF THIS SECTION TO THE CONTRACTING DEPARTMENT PRIOR TO THE EXECUTION OF THE CONTRACT. With respect to the performance of this contract, the contractor, consultant or vendor agrees as follows: (For the purposes of these minimum requirements, "contractor" shall include consultants and vendors.) The contractor will not discriminate against any employee or applicant for employment and will take affirmative efforts to ensure applicants and employees are treated during employment without regard to their race, color, creed, religion, national origin, sex, sexual orientation, gender identity, disability, marital status, and age. Such efforts shall include, but not be limited to the following: employment, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. 2. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that it is an equal opportunity employer. Note: Contracts that are federally funded are subject to Executive Order No. 11246, as amended, and the regulations (see generally 29 U.S.C. § 1608 et sec.) and relevant orders of the U.S. Secretary of Labor. The Secretary of Labor, and not the City, enforces said regulations and orders. 3. Provide a copy of your written Equal Employment Opportunity policy statement. Where is this statement posted? 4. What are the name, telephone number and address of your business' Equal Employment Opportunity Officer? (Please print) Phone number Address 5. The undersigned agrees to display, in conspicuous places at the work site, all posters required by federal and state law for the duration of the contract, NOTE: The City can provide assistance in obtaining the necessary posters. CC -2 0 2. CA CC -2 6. How does your business currently inform applicants, employees, and recruitment sources (including unions) that you are an Equal Employment Opportunity employer? The above responses to questions 1 through 6 are true and correctly reflect our Equal Employment Opportunity policies. Business Name Signature Print Name Phone Number Title Date CC -3 n� 0 r� SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES COMPANY POLICY Determine your company's policy regarding equal employment opportunities. Document the policy and post it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all potential sources of employees and to your subcontractors asking their cooperation. The policy statement should recognize and accept your responsibility to provide equal employment opportunity in all your employment practices. In regard to dissemination of this policy, this can be done, for example, through the use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web page postings, employee handbooks, and advertising. EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of administering and promoting your company's Equal Employment Opportunity program. This person should have a position in your organization which emphasizes the importance of the program. 3. INSTRUCT STAFF Your staff should be aware of and be required to abide by your Equal Employment Opportunity program. All employees authorized to hire, supervise, promote, or discharge employees or are involved in such actions should be trained and required to comply with your policy and the current equal employment opportunity laws. 4. RECRUITMENT (a) Let potential employees know you are an equal opportunity employer. This can be done by identifying yourself on all recruitment advertising as "an equal opportunity employer". (b) Use recruitment sources that are likely to yield diverse applicant pools. Word -of -mouth recruitment will only perpetuate the current composition of your workforce. Send recruitment sources a letter annually which reaffirms your commitment to equal employment opportunity and requests their assistance in helping you reach diverse applicant pools. (c) Analyze and review your company's recruitment procedures to identify and eliminate discriminatory barriers. (d) Select and train persons involved in the employment process to use objective standards and to support equal employment opportunity goals. (e) Review periodically job descriptions to make sure they accurately reflect major job functions. Review education and experience requirements to make sure they accurately reflect the requirements for successful job performance. (f) Review the job application to insure that only job related questions are asked. Ask yourself "Is this information necessary to judge an applicant's ability to perform the job applied for ?" Only use job - related tests which do not adversely affect any particular group of people. (g) Monitor interviews carefully. Prepare interview questions in advance to assure that they are only job related. Train your interviewers on discrimination laws. Biased and subjective judgments in personal interviews can be a major source of discrimination. (h) Improve hiring and selection procedures and use non - biased promotion, trap4fer and training policies to increase and /or improve the diversity of your workforce representation. Companies must make sure procedures for selecting candidates for promotion,: transfer and tryi ing are based upon a fair assessment of an employee's ability and worK__record. FUrtherMore, all companies should post and otherwise publicize all job promotional opportunities and - encourage all qualified employees to bid on them. C w CC -4 � r 4 '001 City of 0 %4 0 Attached for your information is a copy of Section 2 — 3 — 1 of the Iowa City Code of Ordinances which prohibits certain discriminatory practices in employment. Please note that the protected characteristics include some not mandated for protection by Federal or State law. As a contractor, consultant or vendor doing business with the City of Iowa City you are required to abide by the provisions of the local ordinance in conjunction with your performance under a contract with the City. CC -5 N 0 N c�� Y CD >� o Y ] Q0 ".ate✓' ci CC -5 2 -3 -1 CHAPTER DISCRIMINATORY PRACTICES SECTION: 2 -3 -1 2 -3 -1: EMPLOYMENT; EXCEPTIONS: A. It shall be unlawful for any employer to refuse to hire, accept, register, classify, promote or refer for employment, or to otherwise discriminate in employment against any other person or to discharge any employee because of age, color; creed, disability, gender identity; marital status, national origin, race, religion, sex or sexual orientation. (Ord. 03 -4105, 12 -16 -2003) B. It shall be unlawful for any labor organization to refuse to admit to membership, apprenticeship or training an applicant, to expel any member, or to otherwise discriminate against any applicant for membership, apprenticeship or training or any member in the privileges, rights or benefits of such membership, apprenticeship or training because of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation of such applicant or member. C. It shall be unlawful for any employer, employment agency, labor organization or the employees or members thereof to directly or indirectly advertise or In any other manner indicate or publicize that Individuals are unwelcome, objectionable or not solicited for employment.or membership because of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation. (Ord, 95 -3697, 11 -7 -1995) Iowa City CJ CC -6 Employment; Exceptions 2 -3 -2: Public Accommodation; Exceptions 2 -3 -3:. Credit Transactions; Exceptions - 2 -3 -4:. - Education 2 -3 -5: Aiding Or Abetting; Retaliation; Intimidation 2 -3 -1 2 -3 -1: EMPLOYMENT; EXCEPTIONS: A. It shall be unlawful for any employer to refuse to hire, accept, register, classify, promote or refer for employment, or to otherwise discriminate in employment against any other person or to discharge any employee because of age, color; creed, disability, gender identity; marital status, national origin, race, religion, sex or sexual orientation. (Ord. 03 -4105, 12 -16 -2003) B. It shall be unlawful for any labor organization to refuse to admit to membership, apprenticeship or training an applicant, to expel any member, or to otherwise discriminate against any applicant for membership, apprenticeship or training or any member in the privileges, rights or benefits of such membership, apprenticeship or training because of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation of such applicant or member. C. It shall be unlawful for any employer, employment agency, labor organization or the employees or members thereof to directly or indirectly advertise or In any other manner indicate or publicize that Individuals are unwelcome, objectionable or not solicited for employment.or membership because of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation. (Ord, 95 -3697, 11 -7 -1995) Iowa City CJ CC -6 2 -3 -1 2 -3 -1 D. Employment policies relating to pregnancy and childbirth shall be governed by the following: 1. A written or unwritten employment policy or practice which excludes from employment applicants or employees because of the employee's pregnancy is a prima facie violation of this title. 2. Disabilities caused or contributed to by: the employee's pregnancy, miscarriage, childbirth and recovery therefrom are, for all job related purposes, temporary disabilities and shall, be treated as such under any health or temporary disability insurance or sick leave plan available in connection with employment or any written or unwritten employment policies and practices Involving terms and conditions of employment as applied to other temporary disabilities. E. It shall be unlawful for any person to solicit or require as a condition of employment of any employee or prospective employee a test for the presence of the antibody to the human immunodeficiency virus. An agreement between an employer, employment agency, labor organization or their employees, agents or members and an employee or prospective employee concerning employment, pay or benefits to an employee or prospective employee in return for taking a test for the presence. of the antibody to the human immunodeficiency virus, Is prohibited. The prohibitions of this subsection do not apply if the state epidemiologist determines and the director of public health declares through the utilization of guidelines established by the center for disease control of the United States department of health and human services, that a person with a condition related to acquired Immune deficiency syndrome poses a significant risk of transmission of the human Immunodeficiency virus to other persons in a specific occupation. F. The following are exempted from the provisions of this section 1. Any bona fide religious institution or Its educational facility, association, corporation or society with respect to any qualifications for employment based on religion when such qualifications are related to a bona fide religious purpose. A religious qualification for instructional personnel: or an administrative officer, serving in a supervisory capacity of a bona fide religious educational facility or religious institution shall be presumed to be a bona fide occupational qualification.-(Ord. 94 -3647, 11 -8 -1994) 2. An employer or employment agency which chooses to offer employment or advertise for employment. to only the disabled or CC -7 ti Iowa City CC -7 2 -3 -1 PISIYa elderly. Any such employment or offer of employment shall not discriminate among the disabled or.elderly on the basis of age, color, creed, -disability, gender Identity, marital status, national origin, race, religion, sex or sexual orientation. (Ord. 95.3697, 11 -7 -1995) 3. The employment of individuals for work within the home of the employer if the employer or members of the family reside therein during such employment. 4. The employment of individuals to render personal ,service to the person of the employer or members of the employer's family. (Ord. 94- 3647, 11 -8 -1994) 5. The employment on the basis of sex in those certain Instances where sex is a bona fide occupational qualification reasonably necessary to the normal operation of a particular business or enterprise: The bona fide occupational qualification shall be Interpreted narrowly. (Ord. 03 -4105, 12.16 -2003) 6. A state or federal program designed to benefit a specific age classification which serves a bona fide public purpose. (Ord. 94 -3647, 11 -8 -1994) 7. The employment on the basis of disability in those certain instances where presence of disability is a bona fide occupational qualification reasonably necessary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be interpreted narrowly. (Ord. 03 -4105, 12 -16 -2003) 8. Any employer who regularly employs less than four (4) individuals. For, purposes of this section, individuals who are members of the employer's family shall not be counted as employees. (Ord. 08- 4312, 8- 11.2008) 2 -3.2: PUBLIC ACCOMMODATION; EXCEPTIONS: A. It shall be unlawful for any person to deny any other person the full and equal enjoyment of the goods, services, facilities, privileges, advantages of any place of public accommodation because of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation. This section shall not apply to discounts for services or accommodations based upon.age. (_Ord. 00 -3950, 11 -7 -2000) $eptej ber 2008 t Iowa City CC-8 GENERAL CONDITIONS Division 11, General Requirements and Covenants of the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2009, as amended, shall apply except as amended in the Supplementary Conditions. GC -1 �J GC -1 SUPPLEMENTARY CONDITIONS ARTICLES WITHIN THIS SECTION S -1 Definitions S -2 Limitations of Operations S -3 Insurance S -4 Supervision and Superintendence S -5 Concerning Subcontractors, Suppliers and Others S -6 Compliance with OSHA Regulations S -7 Employment Practices S -8 Contract Compliance Program (Anti- Discrimination Requirements) S -9 Measurement and Payment S -10 Taxes S -11 Construction Stakes S -12 Restriction on Non - Resident Bidding on Non - Federal -Aid Projects Caption and Introductory Statements These Supplementary Conditions amend or supplement Division 11 of the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2009, as amended and other provisions of the Contract Documents. All provisions which are not so amended or supplemented remain in full force and effect. S -1 DEFINITIONS. ADD to or CHANGE the following definitions within 1101.03 of the IDOT STANDARD SPECIFICATIONS. "ENGINEER" shall mean the Director of Public Works for the City of Iowa City, Iowa or his authorized representative. "OWNER" and "CITY" shall mean the City of Iowa City, Iowa acting through the City Council and duly authorized agents. "CONTRACTING AUTHORITY," "DEPARTMENT OF TRANSPORTATION," or "COUNTY" shall mean the CITY. "IDOT STANDARD SPECIFICATIONS" shall mean the Iowa Department-6f Transportation "Standard Specifications for Highway and Bridge Construction " Series' of 2009; as amended. ; 0 4, S -2 LIMITATIONS OF OPERATIONS. Add the following paragraph to 1108.03 of the IDOT STANDARD SPECIFICATIONS: ` %? C.J Except for such work as may be required to properly maintain lights and barricades, no work will be permitted on Sundays or legal holidays without specific permission of the ENGINEER. SC -1 S -3 INSURANCE. I� 91 CERTIFICATE OF INSURANCE: CANCELLATION OR MODIFICATION Before commencing work, the Contractor shall submit to the City for approval a Certificate of Insurance, meeting the requirements specified herein, to be in effect for the full contract period. The name, address and phone number of the insurance company and agent must accompany the certificate. The liability limits required hereunder must apply to this Project only. 2. The Contractor shall notify the City in writing at least thirty (30) calendar days prior to any change or cancellation of said policy or policies. 3. Cancellation or modification of said policy or policies shall be considered just cause for the City of Iowa City to immediately cancel the contract and /or to halt work on the contract, and to withhold payment for any work performed on the contract. MINIMUM COVERAGE Any policy or policies of insurance purchased by the Contractor to satisfy his /her responsibilities under this contract shall include contractual liability coverage, and shall be in the following type and minimum amounts: Type of Coverage Comprehensive General Liability Each Occurrence Aggregate Bodily Injury & Property Damage' $1,000,000 $2,000,000 Automobile Liability Combined Single Limit Bodily Injury & Property Damage $1,000,000 Excess Liability $1,000,000 $1,000,000 Worker's Compensation Insurance as required by Chapter 85, Code of Iowa. 'Property Damage liability insurance must provide explosion, collapse and underground coverage when determined by City to be applicable. The City requires that the Contractor's Insurance carrier be A rated or better by A.M. Best. In addition, the Contractor shall be required to comply with the following provisions with respect to insurance coverage: 1. The entire amount of Contractor's liability insurance policy coverage limits, identified in the policy and on the Certificate of Insurance, must, under the policy „be ayajlable to,, pay damages for which the insured Contractor becomes liable, or for wliicll the; insureds assumes liability under the indemnity agreement herein contained, and Stich -c overage; amount shall not be subject to reduction by virtue of investigation ot` defense casts incurred by Contractor's insurer. 2. The entire amount of the Contractor's liability insurance policy coverage limifa shall be payable by the Contractor's insurer, with no deductible to be paid by, or self- insured retention to be attributed to, the Contractor unless this requirement is waived by the City. Contractor's Certificate of Insurance must set forth the nature and amount of any such deductible or self- insured retention. SC -2 C 3. If Contractor's liability insurance coverage is subject to any special exclusions or limitations not common to the type of coverage being provided, such exclusions or limitations shall be noted on the Certificate of Insurance. 4. The City prefers that Contractor provide it with "occurrence form" liability insurance coverage. If Contractor can only provide "claims- made" insurance coverage, then the Contractor must comply with the following requirements: a. If the Contractor changes insurance carriers, or if Contractor's insurance coverage is canceled, during the contract period or within two years after City's acceptance of the work, Contractor agrees to immediately notify the City of such event. b. If Contractor's insurance is canceled or is allowed to lapse during said period, Contractor shall be required to obtain replacement insurance coverage to fulfill its obligation hereunder. C. If, during said period, Contractor voluntarily changes insurance carriers or is required to obtain replacement coverage from another carrier, Contractor shall either (1) purchase "tail" coverage from its first carrier effective for a minimum of two years after City Council acceptance of the work, or (2) purchase "prior acts" insurance coverage from its new carrier, covering prior acts during the period of this Contract from and after its inception. d. "Tail" or "prior acts" coverage so provided shall have the same coverage, with the same limits, as the insurance specified in this Contract, and shall not be subject to any further limitations or exclusions, or have a higher deductible or self- insured retention than the insurance which it replaces. 5. The City reserves the right to waive any of the insurance requirements herein provided. The City also reserves the right to reject Contractor's insurance if not in compliance with the requirements herein provided, and on that basis to either award the contract to the next low bidder, or declare a default and pursue any and all remedies available to the City. & In the event that any of the policies of insurance or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, or in the event that Contractor incurs liability losses, either due to activities under this Contract, or due to other activities not under this Contract but covered by the same insurance, and such losses reduce the aggregate limits of Contractor's liability insurance below the limits required hereunder, then in that event the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. In the event that any of the policies or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this; Contract, and withhold payment for work performed on the Contract. HOLD HARMLESS 1. The Contractor shall indemnify, defend and hold harmless the City of bwa ify and -I s SC -3 officers, employees, and agents from any and all liability, loss, cost, damage, and expense (including reasonable attorney's fees and court costs) resulting from, arising out of, or incurred by reason of any claims, actions, or suits based upon or alleging bodily injury, including death, or property damage rising out of or resulting from the Contractor's operations under this Contract, whether such operations be by himself or herself or by any Subcontractor or by anyone directly or indirectly employed by either of them. 2. Contractor is not, and shall not be deemed to be, an agent or employee of the City of Iowa City, Iowa. S-4 SUPERVISION AND SUPERINTENDENCE. Add the following paragraph to 1105.05 of the [DOT STANDARD SPECIFICATIONS: CONTRACTOR shall maintain a qualified and responsible person available 24 hours per day, seven days per week to respond to emergencies which may occur after hours. CONTRACTOR shall provide to ENGINEER the phone number and /or paging service of this individual. S -5 CONCERNING SUBCONTRACTORS, SUPPLIERS AND OTHERS. Add the following paragraphs to 1108.01 of the [DOT STANDARD SPECIFICATIONS: Bidders shall list those persons, firms, companies or other parties to whom it proposes /intends to enter into a subcontract regarding this project as required for approval by the City and as noted on the Form of Proposal and the Agreement. If no minority business enterprises (MBE) are utilized, the CONTRACTOR shall furnish documentation of all efforts to recruit MBE's. S -6 COMPLIANCE WITH OSHA REGULATIONS. Add the following paragraphs to 1107.01 of the ]DOT STANDARD SPECIFICATIONS: The Contractor and all subcontractors shall comply with the requirements of 29 CFR 1910 (General Industry Standard) and 29 CFR 1926 (Construction Industry Standard), The Contractor and all subcontractors are solely responsible for compliance with said regulations. The Contractor will provide Material Safety Data Sheets (MSDS) for all hazardous chemicals or materials that will be at the job site. The Material Safety Data Sheets will be submitted to the Project Engineering prior to the start of construction and supplemented as necessary throughout the project. This data is being provided for informational purposes only and does not relieve the contractor of any obligations for compliance with applicable OSHA,and State laws regarding hazardous chemicals and right -to -know. S -7 EMPLOYMENT PRACTICES. _ SJ Neither the Contractor nor his /her subcontractors shall employ any person whose physical or mental condition is such that his /her employment will endanger the health and'safety,of them1 selves or others employed on the project Contractor shall not commit any of the following employment practices and agrees to include the SC -4 following clauses in any subcontracts: To discriminate against any individual in terms, conditions, or privileges of employment because of sex, race, color, religion, national origin, sexual orientation, gender identity, marital status, age or disability unless such disability is related to job performance of such person or employee. To discharge from employment or refuse to hire any individual because of sex, race, color, religion, national origin, sexual orientation, gender identity, marital status, age, or disability unless such disability is related to job performance of such person or employee. S -8 CONTRACT COMPLIANCE PROGRAM (ANTI - DISCRIMINATION REQUIREMENTS). For all contracts of $25,000 or more, the Contractor shall abide by the requirements of the City's Contract Compliance Program, which is included with these Specifications beginning on page CC -1. S -9 MEASUREMENT AND PAYMENT. Section 01025, Measurement and Payment, contained in Division 1 of these specifications defines all pay items and methods of measurement. The provisions of this section will supersede applicable sections in the IDOT STANDARD SPECIFICATIONS. S -10 TAXES. Contractors and approved subcontractors will be provided a Sales Tax Exemption Certificate to purchase building materials, supplies, or equipment in the performance of the contract. The Contractor shall submit the information necessary for the certificates to be issued. S -11 CONSTRUCTION STAKES. Replace the last paragraph of 1105.06 of the ]DOT Standard Specifications with the following: The Contractor shall be responsible for the preservation of stakes and marks. Any necessary re- staking will be at the Contractor's expense and will be charged at a rate of $75 per hour. S -12 RESTRICTION ON NON - RESIDENT BIDDING ON NON- FEDERAL -AID PROJECTS. The Contractor awarded the project together with all Subcontractors shall be required to complete the form included with these specifications (and entitled the same as this section) and submit it to the Engineer before work can begin on the project. SC -5 J SC -5 RESTRICTION ON NON - RESIDENT BIDDING ON NON - FEDERAL -AID PROJECTS PROJECT NAME: TYPE OF WORK: DATE OF LETTING: A resident bidder shall be allowed a preference as against a non - resident bidder from a state or foreign country which gives or requires a preference to bidders from that state or foreign country. That preference is equal to the preference given or required by the state or foreign country in which the non - resident bidder is a resident. 'Resident bidder" is defined as a person authorized to transact business in this state and having a place of business within the state, and has conducted business for at least six months prior to the first advertisement for the public improvement. In the case of a corporation, the above requirements apply as well as the requirement that the corporation have at least fifty percent of its common stock owned by residents of this state. This qualification as resident bidder shall be maintained by the bidder and his /her contractors and subcontractors at the work site until the project is completed. I hereby certify that the undersigned is a resident bidder as defined above and will remain such from the start of the project until its completion. COMPANY NAME: CORPORATE OFFICER: TITLE: DATE: R -1 r., 1/12 S ?ENGWavel\Trafrie SlgnalsW ighway 218 and Melrose Ave \SpecsV" 218 and Melrose Front End (FOrmap.doc J R -1 SECTION 01010 SUMMARY OF THE WORK PART1- GENERAL General description, not all inclusive. A. Base Bid Work: 1. Install traffic signal. 2. Interconnect the new traffic signal with the traffic signal at the intersection of Melrose Avenue and Camp Cardinal Boulevard. 3. Install new lighting cabinet attached to the new signal cabinet. Modify existing lighting system to control existing luminaires from the new lighting cabinet. 4. Salvage existing light pole and luminaire. 5. Other work associated with traffic signalization. 1/12 S:T.NMB at ff allic Signals\Highxay 218 and Melrose Aye \Specs \01010.DOC 01010-1 SECTION 01025 MEASUREMENT AND PAYMENT PART1- GENERAL 1.01 SUMMARY: A. Procedures and submittal requirements for schedule of values, applications for payment, and unit prices. 1.02 STANDARD OFMEASUREMENTS.- A. Work completed under the contract shall be measured by the Engineer. Payment will be based on the actual quantity of work performed according to the various classes of work specified unless noted in Part 3 of this Section. The Contractor will be given an opportunity to be present during measurement. 1.03 SCOPE OP PAYMENT.- A. The Contractor shall accept the compensation as herein provided as full payment for furnishing materials, labor, tools and equipment and for performing work under the contract; also, for costs arising from the action of the elements, or from any unforeseen difficulties which may be encountered during the execution of the work and up to the time of acceptance. B. Constriction items may be bid as a hump sum or as itemized work, which will be paid on a unit cost basis. In either case, some work may be required for which a separate pay item is not provided. Completion of this work is required. If a separate pay item is not provided for this work, it is to be considered incidental to the project and no separate payment will be made. PART2- PRODUCTS ^' 2.01 NONE ., PART 3 - EXECUTION 3.01 PROCEDURE: c, A. Payment under this contract shall occur no more than once per month for work completed by the Contractor. Payment is based on an estimate of the total amount and value of work completed minus 5% retainage. It is not the City's policy to pay for materials and equipment stored or furnishings fabricated off site. The 5% retainage will be released after the project is accepted by the City. 01025 -1 3.02 BID ITEMS. A. GENERAL The following subsections describe the measurement of and payment for the work to be done under the items listed in the FORM OF PROPOSAL. Each unit or lump sum price stated shall constitute Rill payment as herein specified for each item of work completed in accordance with the drawings and specifications, including clean tip. it is the Contractor's responsibility to identify the locations of public and private utilities. No additional compensation will be made for any interference or delay caused by the placement and /or relocation of said utilities. No additional compensation will be made for repair costs to fix damage caused by the Contractor or his /her Subcontractors. Work associated with existing items on private and /or public property that are to be protected, removed, relocated, replaced, reinstalled or modified is considered incidental unless it is listed as an item in the FORM OF PROPOSAL. Existing items damaged or unsuitable for relocation or reinstallation will be replaced with like item and painted, if necessary, at the Contractor's expense. All trees and shrubs shall remain and be protected from damage unless specifically noted as "REMOVE" or "CLEAR AND GRUB" on the project plans and as otherwise directed by the Engineer. The prices for those items which may have any impact on existing trees and shrubs shall include compensation for special precautionary measures required to prevent injury or damage to said tree, shrub or root system. The prices for those items which involve grading or excavation shall include compensation for top soil removal and replacement (unless it is listed as an item in the FORM OF PROPOSAL), disposal of surplus excavated material, handling water, installation of all necessary sheeting, bracing and temporary fencing around all open excavations and supply, placement and compaction of specified backfill. The prices for those items which involve surface removal adjacent to buildings or vaults shall include compensation to protect exposed surfaces front water which may leak or seep into vaults and/or basements. All labor, materials and equipment required to bring surfaces to the proper elevation and density including loading, hauling, and disposal of unsuitable material, below grade excavation, borrow and hauling, placing, forming, drying, watering and compaction of fill material, and all such work as may be required to make the grading work complete with a uniform surface free of rock, broken concrete, tree roots, limbs and other debris is incidental to this project unless it is listed as an item in the FORM OF PROPOSAL. 7� The Contractor must pay for all parking permit fees, niter hoods, lot and iaipp'fees, and parking tickets. The Contractor must figure these costs into their bid prigP$. The City will not waive parking fees or fines. Permits paid for by the Contractor will be issued onl` fer construction vehicles, not personal vehicles. The Contractor shall be responsible for continuous cleaning of mud apdAebris gff adjacent driveways, streets, sidewalks and private property, when nwd and debris is deposited there as a result of any construction activity. The cost of clean up shall be incidental.! 01025 -2 B. BID ITEM DESCRIPTIONS 1. Mobilization The unit price for this item will be paid based upon the percent of the complete project. This shall include the planning, organization and assembling of all labor, material and equipment on -site as necessary for the bidding and construction of the project. Also included is the setup of the office and sanitary facilities, storage areas, barriers and barricades. The unit price shall include demobilization, which consists of removal of all labor, materials and equipment from the site. 2. Traffic Control The unit price for this item will be paid based on the percent complete for furnishing, installing, maintaining, moving, relocating, and removing all traffic control devices. These traffic control devises include, but are not limited to, barricades, safety fencing, drums, lights, signs, temporary barrier rails, arrow boards, flaggers, uniformed officers, temporary pavement markings and channelizing devices. 3. Traffic Signalization The lump sum price for this item includes all equipment, materials and labor required to install a fully operational interconnected traffic signal, including all incidental items, as shown in the project documents. Restoration of areas impacted by construction shall be included in this item, including but not limited to, erosion control or seeding necessary as determined by the Engineer. Areas impacted by construction shall be restored to a condition equal to or better than the condition prior to construction. This item shall also include salvaging of existing light pole and luminaire, including delivery of salvaged items to the City. 4. Painted Pavement Marking The unit price for this item includes furnishing all equipment, materials and labor to install pavement markings as shown in the project documents. Unit price shall be based on a single 4 -inch width line. Measurement of lines wider than 4.5 inches shall be adjusted by the quantity factor to a 4 -inch line. 5. Painted Symbols and Legends The unit price for this item includes furnishing all equipment, materials and labor to install painted pavement symbols and legends as shown in the project documents. 6. Pavement Markings Removed The unit price for this item includes all equipment, materials and labor to remove pavement markings as shown in the project documents. Unit price shall be based on a single 4 -inch width line. Measurement of lines wider than 4.5 inches shall be adjusted by the quantity factor to a 4 -inch line. 7. Symbols and Legends Removed The unit price for this item includes all equipment, materials and labor to remove painted pavement symbols and legends as shown in the project documents. 1/12 SAENGWareffrafc Signals%Highway 218 and Melrose Asv\Specs 01025. DOC (.) v -,1C7 _., O 6 """` - ' I 01025 -3 ".W c� B. BID ITEM DESCRIPTIONS I. Mobilization The unit price for this item will be paid based project. This shall include the planning, organi material and equipment on -site as necessary for project. Also included is the setup of the office arriers and barricades. The unit price shall inclul rvmoval of all labor, materials and equipment frory upon the percent of the complete it on and assembling of all labor, i bidding and construction of the d sanitary facilities, storage areas, demobilization, which consists of the site. 2. Tra is Control The un• price for this item will be paid /rails, n the percent complete for furnishing, installin maintaining, moving, reloca removing all traffic control devices. These tra control devises include, b limited to, barricades, safety fencing, drums, ligh signs, temporary barri arrow boards, flaggers, uniformed officers, temp -ary pavement markings nelizing devices. 3. Traffic Signal The lump sum price f this item ' cludes all equipment, materials and labor required to install a fully operati al traff signal, interconnect the proposed traffic signal with the traffic signal at the in t sect, n of Melrose Avenue and Camp Cardinal Boulevard, install pavement markings, \s / existing light pole and luminaire, modify the existing lighting system and rer related work, as shown in the plans. Construction survey a/rstorat n of areas impacted by construction shall also be included in this item, ing a erosion control or seeding as required by the Engineer. Areas impa constr tion shall be restored to a condition equal to or better than the conditio to constr ction. 1/12 Si1ENGQHaveBTraflie Signals \llighxay 218 end hielmse ANa\Specs101025.DOC 01025 -3 CS SECTION 01310 PROGRESS AND SCHEDULES PART 1 - GENERAL 1.01 SUMMARY: A. Prepare, submit and update as necessary a schedule of the work. B. Time is of the essence. Minimizing inconvenience, disruption and duration of disruption to residences and businesses is a high priority. Scheduling of work shall be planned with this in mind. 1.02 SUBMITTALS: A. The Contractor shall submit prior to the Pre- Construction meeting a detailed schedule of the proposed work with the controlling operation identified. The schedule shall include proposed dates and durations of street closings. Work may not begin until the schedule is approved by the Engineer. B. The Contractor shall submit updated construction schedules at two week intervals throughout the project. PART 2- PRODUCTS None. _ u PART 3 - EXECUTION 3.01 MEETINGS PRIOR TO CONSTRUCTION. = _.9 A. A Pre - Construction meeting will be held prior to beginning work. 3.02 PROGRESSOFWOR& A. The specified start date is March 1, 2012. The specified completion date is May 18, 2012. Liquidated damages of $200 per day will be charged on work beyond May 18, 2012. B. No work shall be done between the homy of 10:00 p.m. and 7:00 a.m. without the approval of the Engineer, with the exception of saw cutting freshly poised concrete. C. Work will proceed in a well organized and continuous manner to minimize the disruption to the general public (both pedestrian and vehicular) and the local businesses and residents. Access to businesses and residences shall be maintained at all times. D. Constriction will proceed in phases.. The particular phasing sequence is outlined in the project plans. Prior to advancing to the next phase or sub- phase, the existing phase or sub - phase shall be sufficiently complete to allow reopening to the public, as determined by the Engineer. 01310 -1 E. Restoration activities such as pavement replacement will follow closely behind the work even if multiple mobilizations are necessary. F. The Contractor will become an active partner with the City in communicating with and providing information to concerned residents and businesses. G. Work will be staged to minimize the length of time parking spaces and parking revenue are lost. 3.03 COORDINATION WITH UTILITIESAND RAILROADS. A. It is anticipated that utility conflicts may occur which cannot be taken care of ahead of time. The Contractor shall work closely with the utility companies to aid in these relocations to keep the project on schedule. B. No work with railroads is anticipated. 3.04 STREET CLOSINGS: A. Notify the Engineer four days in advance of street closings so that a press release can be issued. No street may be closed without the Engineer's approval and said notification. 1/12 S:U?NGUlacehTraMo Signal0lighway 218 and Melrose Aw\Spccs \01310. WC 01310 -2 �a C CD `r t T1 CIO {7 SECTION 01570 TRAFFIC CONTROL AND CONSTRUCTION FACILITIES PART1- GENERAL 1.01 SUMMARY: A. Furnish, install and maintain traffic control and construction facilities required for the work. Remove when work is completed. 1.02 REFERENCES: A. IDOT Standard Specifications. B. U.S. Department of Transportation Federal Highway Administration "Manual on Uniform Traffic Control Devices for Streets and Highways," 2009 Edition, as revised. C. Traffic Control Plans as included in the project plans. 1.03 SUBMITTALS: A. Submit a traffic control plan for all activities requiring traffic control not specifically addressed by the project plans. PART 2 - PRODUCTS 2.01 MATERIALS: A. Traffic control devices may be new or used, but must meet the requirements of the IDOT Standard Specifications. B. All construction fence shall be new and securely fastened to approved posts and installed as directed by the Engineer. 2.02 EQUIPMENT.• A. Portable generators may not be used to power traffic control devices within 300 feet of residential dwellings, including apartments, between the hours of 10:00 p.m. and 7:00 a.m. PART 3- EXECUTION 3.01 TECHNIQUES: „ d �c A. Except as amended in this document, the work in this section will confor!u to the following divisions and sections of the IDOT Standard Specifications: Division 11. General Requirements and Covenants. Section 1107.09. Barricades and Warning Signs. 01570 -1 Division 25. Miscellaneous Construction. Section 2528. Traffic Control. 3.02 NO PARKING SIGNS: A. The City will furnish "NO PARKING" signs to facilitate removal of parked vehicles ahead of scheduled work. The Contractor is responsible for installation and maintenance of the signs 48 hours in advance of when the vehicles must be removed. 3.03 MAINTENANCE OF FACILITIES: A. The Contractor shall monitor the condition of traffic control and construction facilities at all times, including non -work hours. Repair, replace and maintain as necessary. B. Pedestrian access to homes and businesses shall be maintained at all times. Temporary gravel surfaces shall be provided as directed by the Engineer. 3.04 EXCAVATIONS: A. All excavations shall be fenced. 3.05 ADDITIONAL FACILITIES: A. All signs, barricades and fences within and beyond the project area deemed appropriate by the Engineer shall be the responsibility of the Contractor. 1/12 SAENOViawl\TreRc Signals0gha'ay 218 and Mclmse Avc\Spccsl01570, DOC 01570 -2 :Ir CJ L_ C-) _ ` C? O CITY OF IOWA CITY TRAFFIC SIGNALIZATION PART GENERAL 1.01 - Section Includes A. Electrical B. Conduit C. Concrete Bases and Handholes D. Poles E. Signals F. Mast Arms G. Controller H. Fiber Optic Cable I. Video Traffic Detection System 1.02 - Description of Work A. Electrical This item includes furnishing and installing all electrical components in accordance with the Contract Documents. B. Conduit This item includes furnishing and installing conduit fittings associated with traffic signals in accordance with the Contract Documents. C, Concrete Bases and Handholes This item includes furnishing and installing bases and handholes associated with traffic signals in accordance with the Contract Documents. D. Poles This item includes furnishing and installing the poles associated with traffic signals in accordance with the Contract Documents. E. Signals This item includes furnishing and installing the signals in accordance with the Contract Documents. F. Mast At-ins This item includes furnishing and installing the Mast Arms in accordance with the Contract Documents. G. Controller This item includes furnishing and installing controllers in accordance with the. Contract Documents. F �° I. Fiber Optic Cable This item includes installation, termination, and testing fibers. ' r° H. Video Traffic Detection System This work shall consist of furnishing and installing a system that detects vehicles on a roadway using only video images of vehicle traffic and includes all hardware, software, equipment, labor, and materials necessary to complete the fully functioning system in place. TS- l 1.03 - Submittals A. Submit test results as set forth in the Contract Documents. B. Submit certificate of compliance indicating the materials incorporated into the Work comply with the Contract Documents. C. The substitution of materials is allowed as set forth in General Conditions. D. Supplier shall submit five (5) copies of Shop Drawings of Signal Poles and Mast Arms to the ENGINEER for review prior to manufacture of the mast arm assemblies. Manufacture shall not begin until the Shop Drawings have been approved by the ENGINEER. The intent of the ENGINEER's review and approval is to assist the supplier in interpreting the Specifications. Shop Drawing approval shall not relieve the supplier of the responsibility for errors in the Shop Drawing or the requirements of the Specifications. E. Submit catalog cuts of each component incorporated into the project, showing the selected equipment meets the specifications. 1.04 - Delivery, Storage and Handling A. Deliver only materials that fully conform to these Specifications, or for which substitution has been approved as set forth in General Conditions. The Bidder awarded the Contract shall complete the equipment list by writing in the name of the equipment manufacturer and catalog number of each item listed which he proposes to install. Before beginning Work on the Project, the CONTRACTOR shall submit three copies of the equipment list, and three copies of catalog cuts for all materials supplied by the CONTRACTOR. 2. Prior to ordering any materials the CONTRACTOR shall provide certification from the manufacturers of all electrical equipment, conduit, and cable stating said material complies with the Specifications. B. Store material in accordance with the manufacturers' recommendations and in locations which will minimize the interference with operations, minimize environmental damage, and protect adjacent areas. C. Remove and dispose of unacceptable materials from the site in accordance with the Contract Documents. 1.05 - Scheduling and Conflicts A. Schedule Work to minimize disruption of public streets and facilities. B. Discontinue Work which will be affected by any conflicts discovered or any changes needed to accommodate unknown or changed conditions and notify the ENGINEER. ^ 1.06 - Special Requirements o A. The use of explosives is not permitted unless provided for in the special provisiops ofthe Contract Documents. B. All work and materials incorporated into this Project shall conform to all apjflicable local, state, and Federal requirements. C. The CONTRACTOR shall be prepared to furnish, upon request from the ENGINEER, a sample for evaluation, of any item or material which he proposes to furnish for this Project. D. Any modifications of the installation are subject to the approval of the ENGINEER. E. Unless otherwise specified in the Contract Documents, the installation of all signal equipment shall be in accordance with the Traffic Signal Manual of the International Municipal Signal Association (IMSA). F. The painted surface of any equipment damaged in shipping or installation shall be retouched or repainted in a manner satisfactory to the ENGINEER. TS -2 PART2 PRODUCTS 2.01 - Electrical A. Service Conductor (Power Cable) shall be 600 volt, single conductor cable shall comply with 4185.12 of the Standard Specifications and shall be U.L. listed for type "USE." The sheath shall be black for the positive cable and white for the negative cables. B. Signal cable shall be solid and conform to the requirements of IMSA 19 -1 or 20 -1, or latest revision thereof. The number and size of conductors shall be as specified on the plans. C. Loop detector lead -in cable shall conform to the requirements of IMSA 50 -2, latest revision thereof. D. Detector loop wire shall conform to the requirements of IMSA 51 -5, latest revision thereof. The encasing tube shall be polyvinyl chloride. Detector loop sealant in pavement saw cuts and holes shall be a flexible embedding sealer. E. Connectors shall be either insulated spring steel connectors or insulated set screw connectors. The spring shall have sharp edges, round edges will not be approved. The set screw connectors shall be ideal, SeFies an onn. Holub, Coat,., wl, 10 307 Model 88 2 or approved equal. Connectors shall be approved by the ENGINEER prior to incorporation in the Work. F. Communication and Interconnect Cable (For Underground Installation) 1. Fiber Optic Cable shall be I hybrid cable with l2strands of Multi -mode/ 12 strands of single - mode 2. Jacket. The overall jacket shall be made of virgin, black, low density, high molecular weight polyethylene. G. Self- Supporting (Figure 8) Communication Cable 1. Self - Supporting (Figure 8) communication cable shall meet all requirements of Paragraph 2.0117 for communication and interconnect cable except that the cable assembly is not required to be packed with petroleum jelly. 2, Self- Supporting (Figure 8) communication cable shall contain a messenger cable made of extra high strength, %4 inch, 7 strand, Class A galvanized, steel of 6600 pound breaking strength. H. Tracer wire shall be a #10 AWG wire single conductor, stranded copper, Type THHN, with UL approval and orange jacket. 1. Ground rods shall be high strength steel rods with chemically bonded copper coverings to provide high conductivity and to prevent electrolytic action. Rods shall be fill] length as shown on the plans and shall have a nominal diameter of five- eighths inch unless otherwise specified. Ground rods shall conform to the requirements of IMSA specification No. 62- 1956. J. All ground wires shall be #6 AWG, bare, solid annealed copper wire unless otherwise specified on the plans. K. All electrical equipment shall conform to the standards of the 'National 'Electrical Manufacturers Association (NEMA). All Work shall conform with the requirements of the National Electrical Code. All miscellaneous electrical equipment shall be approved. L. Circuit breakers shall conform to manufacturer's requirements. M. Video Traffic Detection System: Iteris system is preferable l —. -i 1. Cameras shall have color video. ' 2. As an option, programming the system shall be available with the comput�t; Using a RS -232 communication link, the following capabilities shall be available as a minimum: TS -3 a. Continuous or single video snapshots. The user shall be able to select both the resolution and quality of the image. b. Remote detection zone setup. c. Detector File upload /download d. Ability to store the snapshot image. e. Security Protection to Prevent Unauthorized Remote Access. 3. The system shall detect vehicles in real time as they travel across each detector zone. 4. The system shall have an RS -232 port for communications with an external computer. 5. The system shall accept new detector patterns from an external computer through the RS -232 port when that computer uses the correct communications protocol for downloading detector patterns. 6. The system shall send its detector patterns to an external computer through the RS -232 port when requested when that computer uses the correct communications protocol for uploading detector patterns. 7. Up to 144 detection zones shall be supported and each detection zone can be sized to suit the site and the desired vehicle detection region. 8. Detection zones may be ANDed or ORed together to indicate vehicle presence on a single detector output channel. 9. When a vehicle is detected crossing a detection zone, the detection zone will flash a symbol on the video overlay display to confirm the detection of the vehicle. 10. Detection shall be at least 99% accurate in good weather conditions, with slight degradation possible under adverse weather conditions (eg. rain, snow, or fog) which reduce visibility. Detection accuracy is dependent upon camera placement, camera quality and detection zone location, and these accuracy levels do not include allowances for occlusion or poor video due to camera location or quality. 11. The system shall provide 32 channels of detection through either a NEMA TS 1 port or a NEMA TS2 port. 12. The system shall provide dynamic zone reconfiguration (DZR) to enable normal director operation of existing zones except the one being added or modified during the setup process. The system shall output a constant call on any detection channel corresponding to a zone being modified. 13. Detection zones shall be directional to reduce false detections from objects traveling in directions other than the desired direction of travel in the detection area. 14. The system shall process the video input from each camera at 30 frames per second. 15. The system shall output a constant call for each enabled detector output chaiMrpl if a loss of video signal occurs. The system shall output a constant call during therbackground learning period. 16. The system shall operate satisfactorily in a temperate range from —34 C to +74 C and;a humidity range from 0 %RH to 95 %RH, non - condensing as set forth .-In NEMA specifications. 17. The system shall include an RS -232 port or serial communications with: a remote computer. This port shall be a 9 pin female "D" subminiature connector oh. tfe front of the system. The system shall have Ethernet card, ie, (edge connect). 18. The system shall include a ports for transmitting TS and TS2 detections to a traffic controller. The TS I port shall be a 37 pin female "D" connector on the front of the system. The TS2 poll shall be a 15 pin female "D" connector on the fi•ont of the system. 19. The video inputs to the system shall include transient voltage suppression and isolation. Amplification that shall assure the 1 volt peak to peak video signal integrity is TS -4 maintained despite vide cabling losses and externally induced transients. The amplifier shall have a minimum common mode rejection at 60 Hz of 90 dB. 20. The system enclosure shall be bonded to a good earth ground. 21. The front face of the system shall contain indications to enable the user to view real time detections for up to 8 detector output channels at a time. 22. The video cameras used for traffic detection shall be furnished by the system supplier and shall be qualified by the supplier to ensure proper video detection system operation. 23. The camera shall produce a useable video image of the bodies of vehicles under all roadway lighting conditions, regardless of time of day. The minimum range of scene luminance over which the camera shall produce a useable video image shall be the minimum range from night time to day time, but not less than the range 0.1 lux to 10,000 lux. 24. The camera shall include auto -iris control based upon average scene luminance and shall be equipped with an auto -iris lens. 25. The camera shall include a variable focal length lens with variable focus that can be adjusted, without opening up the camera housing, to suit the site geometry. 26. The camera electronics shall include AGC to produce a satisfactory image at night. 27. The camera shall be housed in an environmentally sealed enclosure pressurized with dry gas to minimize the formation of condensate and extend the life of the camera and lens. The housing shall be field rotatable to allow proper alignment between the camera and the traveled road surface. 28. The camera enclosure shall be equipped with a sun shield. The sunshield shall include a provision for water diversion to prevent water from flowing in the cameras field of view. The camera enclosure with sunshield shall be less than 6" diameter, less than 26" long, and shall weigh less than 12 pounds when the camera and lens are mounted inside the enclosure. 29. The camera enclosure shall include a thermostatically controlled heater to assure proper operation of the lens iris at low temperatures and prevent moisture condensation on the optical faceplate of the enclosure. 30. When mounted outdoors in the enclosure, the camera shall operate satisfactorily in a temperate range from —34/C to +55/C and a humidity range from 0% RH to 100% RH. N. Pan -Tilt -Zoom Camera shall be installed. Must work with the current "Axis system ". 2.02 - Conduit A. Galvanized rigid steel conduit (R.S.) shall meet the requirements of ANSI Standard Specification C 80.1, latest revision. The number and size of conduits shall be as called for on the plans. Conduit shall be of standard length with each length bearing the UL approved label. B. Polyvinyl Chloride (PVC) conduit shall be Schedule 80. Conduit shall be of standard length with each length bearing the UL approved label. C. Conduit fittings shall conform to the requirements of ANSI Standard Specificati6n,C 80.4, latest revision. All fittings used with rigid steel conduit shall be galvanized steel. fittings of aluminum or zinc alloys are not acceptable. D. Unless otherwise specified, all conduit used for the electrical system shall be galvanized: rigid steel having the Underwriters Laboratories approval, E. Conduit couplers shall be threaded -type. k0 I 2.03 - Concrete Bases and Handholes " A. Concrete for bases shall be Class "C" structural concrete, C -4 mix. TS -5 B. Reinforcement for bases shall meet the requirements of Section 2404 of the IDOT Standard Specifications for Highway and Bridge Construction, Current Series. C. Plastic loop handholes shall be Pencell PE -10, FiberProTek FC1800, Strongwell(Quazite) PT /LT, or an approved equal. D. Precast concrete handholes shall be placed on course aggregate base, Iowa DOT Specification 4109, Gradation No. 5. E. Lid for precast concrete handhole shall be cast -iron. Cover shall be Type `C' (checkered top), with minimum weight 165 pounds. Manufacturer's name and "TRAFFIC SIGNALS" lettering shall be cast on top of the cover F. Precast concrete pipe used in constructing handhole shall be Type 2000 -D. G. Handhole cable hooks shall be galvanized according to ASTM A 153. 2.04 - Pole and Mast Arm Assembly A. General 1. The mast arms, support poles, and luminaire arms shall be continuous tapered, round or octagon steel poles of the anchor base type. The poles and mast arms shall be a minimum of 7 gauge fabricated from one length of steel sheet with one continuous are welded vertical seam, unless otherwise approved by the ENGINEER. The poles and mast arms shall be fabricated from corrosion resistant steel meeting requirements of ASTM A595, Grade C, and A606, Type 4 sheets (with minimum chemical requirements of A588, Grade D), and the base and flange plates shall be fabricated from A588 structural steel. After manufacture, poles and mast arms shall have a minimum yield strength of 48,000 p.s.i. The base plate shall be attached to the lower end of the shaft by a continuous are weld on both the inside and outside of the shaft. It may be permissible to fabricate poles and mast arms by welding two sections together. The method used for connecting the sections shall result in a smooth joint and shall be factory welded as follows: a. All longitudinal butt welds, except within one foot of a transverse butt- welded joint, shall have a minimum 60 percent penetration for plates 3/8 inch and less in thickness, and a minimum of 80 percent penetration for plates over 3/8 inch thickness. b. All longitudinal butt welds on poles and arms within one foot of a transverse butt - welded joint shall have 100 percent penetration. e. All transverse butt welds for connecting sections shall have 100 percent penetration achieved by back -up ring or bar. d. All transverse butt welds and all specified 100- percent - penetration longitudinallb�i t welds on poles and mast arms shall be examined 100 percent by rultrasonlc inspection according to the requirements of AWS DI-1.80. Welding, fabrication, and inspection shall conform to the Iowa Department of Transportation Supplemental Specification for Structural Steel, a separate Specification. Personnel performing nondestructive testing shall be qualified in accordance with the American Society for Nondestructive Testing Recommended Practice No. SNT -TC -IA and applicable Supplements B (Magnetic Paricle) and C (Ultrasonic). Evidence shall be presented for approval of the ENGINEER, concerning their qualifications. A report shall be required showing that welds have been inspected and either found satisfactory or found unsatisfactory but repaired and reinspected and found satisfactory. The cost of all nondestructive testing shall be paid by the supplier and will be considered incidental. Pole manufacturers shall certify that only certified welding operators in accordance with Iowa Department of Transportation Supplemental Specification for Structural Steel TS -6 were used. The welding consumables used shall be in accordance with the approved list furnished by the Iowa Department of Transportation. B. Mast Arms I, The mast arms shall be designed in accordance with the AASHTO Standard Specifications for Structural Supports for Highway Signs, Luminaries and Traffic Signals and designed to support traffic signals and /or signs as shown on the attached tabulation. They shall be certified by the Fabricator that the mast arms are capable of withstanding winds up to 100 miles per hour without failure. The length of the mast arms shall be as specified on the Schedule of Prices. 2. When loaded with the signals and signs the mast arms shall have a slight rise. Unloaded the maximum angle between the mast arm and horizontal shall be 4 degrees, unless approved by the ENGINEER. C. Poles 1. The pole shall be designed to support the mast arm so when it is equipped with the traffic signals and /or signs it will provide a minimum of 15.0 feet and a maximum of 19.0 feet clearance from the street surface to the bottom of the signal heads or signs. 2. The pole shall be equipped with two reinforced handholes with covers (4 "x6 -1/2" minimum). One handhole shall be located 18 inches above the base and 180 degrees with respect to the mast arm. The second handhole shall be located directly opposite the traffic signal mast arm. Securing the cover to the pole shall be done with the use of simple tools. 3. A lug shall be provided in the pole base near the handliole to permit connection of a 46 AWG grounding wire. D, Signal Pole and Mast Ann Loading L Traffic signal poles and mast arms shall be fabricated according to the standard Specifications assuming the following signal head and signing loads: a. Maximum Loading for Arms 36 to 47 Feet Long 5- section head on end, 24 "00" sign centered 2 ft. inboard, 3- section head 12 ft. inboard, 3- section head 24 ft. inboard, 18 "x60" metro sign centered 28 ft. inboard, 2 3- section pole mounted heads, 2 2- section pole mounted pedestrian heads, luminaire, 6" backplates on all signal heads. r� b. Maximum Loading for Arms greater than 47 Feet Long 5- section head on end, 24 "00" sign centered 2 ft, inboard, 3- section head 1.2 fL inboard, 24 "x30" sign centered 14 ft. inboard, 3- section head 24 oil ,inboard, 3' section head 36 ft. inboard, 18 "x60" metro sign centered 28 ft. inboard, _2 3- sectiou pole mounted heads, 2 2- section pole mounted pedestrian heads,' lumnaire, '6�' backplates on all signal heads. ;? E. Pole and Mast Arm Mounted Signs 1. The CONTRACTOR shall furnish and install all mast arm mounted and pole mounted signs shown on the traffic signal plans. All signs shall conform to the Manual on Uniform Traffic Control Devices. Prior to fabricating the street name signs, the CONTRACTOR shall submit Shop Drawings to the ENGINEER for review, detailing the legend, sign dimensions, and sign colors, and materials. Street name signs shall use Clearview font with the first letter being upper case and the others being lower case. 2. Sign mounting may be either a manufactured mounting bracket from a vendor or support bracketry assembled by the CONTRACTOR. All steel support bracketry shall be galvanized and the banding shall be stainless steel. Either method shall hold the sign firmly in place in winds up to 100 mph. The above Work shall include furnishing and TS -7 installing all necessary signs, mounting brackets, stainless steel banding, and miscellaneous hardware to complete the sign installation in place. 3. A J -hook wire support shall be provided 6" to 12" above and 90 degrees with respect to the opening for each mast arm and huninaire arm. The J -hook shall be a curved 3/8" diameter steel bar. F. Finish 1. Where called for on the plans, the poles and mast arms shall be weathering steel. 2. Where called for on the plans, the poles and mast arms shall be galvanized steel per the following: a. Surface Preparation Steel plates shall be blast cleaned as necessary to remove rolled -in mill scale, impurities, and non - metallic foreign materials. After assembly, all weld flux shall be removed. The iron or steel shall be degreased by immersion in caustic solution, pickled by immersion in sulfuric acid, and rinsed clean from any residual effects of the caustic or acid solutions by immersion in a fresh water bath. Final preparation shall be done by immersion in a concentrated zinc ammonium chloride flux solution with an acidity maintained between 4.5 -5.0 pH. The assembly shall then be air dried to remove any moisture remaining in the flux coat and /or trapped within the product. b. Zinc Coating The assemblies shall be hot - dipped galvanized to the requirements of either ASTM A123 (fabricated products) or ASTM A153 (hardware items) by immersion in a molten bath of prime western grade zinc maintained between 810 -850 degrees Fahrenheit. Maximum aluminum content of the path shall be controlled to 0.01% and Flux ash shall be skimmed from the bath surface prior to immersion and extraction of the assemblies to assure a debris free from coating. Where called for on the plans, the poles and mast arms shall be powder coated over galvanized per the following: a. Surface Preparation Steel plates shall be blast cleaned as necessary to remove rolled -in mill scale, impurities, and non - metallic foreign materials. After assembly, all weld flux shall be removed. The iron or steel shall be degreased by immersion in caustic solution, pickled by immersion in sulfuric acid, and rinsed clean from any residual effects oithe caustic or acid solutions by immersion in a fresh water bath. a Final preparation shall be done by immersion in a concentrated zinc ammonium, chloride flux solution with an acidity maintained between 4.5 -5.0 pH. 7 he assembly shall then be air dried to remove any moisture remaining in the'flux ZO and /or trapped within the products b. Zinc Coating The assemblies shall be hot- dipped galvanized to the requirements of either ASTM A123 (fabricated products) or ASTM A153 (hardware items) by immersion in a molten bath of prime western grade zinc maintained between 810 -850 degrees Fahrenheit. Maximum aluminum content of the path shall be controlled to 0.01% and Flux ash shall be skimmed from the bath surface prior to immersion and extraction of the assemblies to assure a debris free coating. c. Top Coat TS -8 All galvanized exterior surfaces visually exposed shall be coated with a Urethane or Triglycidyl Isocyanurate Polyester Powder to minimum film thickness of 2.0 mils. The coating is to be electrostatically applied and cured in an oven by heating the steel substrate to between 350 and 400 degrees Fahrenheit. d. Color The finished color shall be a Green closely matching other poles in use in the City which are Valmont's Green pitts 74 -gf75. e. Packaging All pmts shall be packaged, wrapped, or cradled in a manner which will insure arrival at the destination without damage to the surface. G. Hardware 1. The mast arms and poles shall be equipped with all necessary hardware, shims and anchor bolts to provide for a complete installation without additional parts. 2. The anchor bolts shall meet the requirements of ASTM A36 or approved equal. 3. Bolts attaching the arms to the pole shall meet the requirements of ASTM A325 or approved equal. 4. The anchor bolts shall be hot dip galvanized for a minimum of 12 inches on the threaded end. The anchor bolts shall be threaded a minimum of 6 inches at one end and have a 4 inch long 90 degree bend at the other end. The Fabricator shall submit drawings for the anchor bolts and base plate design. All hardware shall be steel, hot dipped galvanized meeting the requirements of ASTM A153, Class D, or shall have an electrodeposited coating of the same coating thickness, and so designed for this propose. 5. Anchor bolt covers, pole top covers, and mast arm end covers shall be gray cast iron castings conforming to ASTM Designation: A48 Class 30. Items supplied with weathering steel poles shall be painted to match the weathering steel poles. Items supplied with powder coated galvanized poles shall be powder coated to match the poles. H. Luminaire Extension 1. All mast arm assemblies will require luminaire extensions as noted in the plans. The pole for the luminaire extension shall provide a continuous shaft as required for the mast arm. 2. The pole for the luminaire extension shall be vertical, unless approved by the ENGINEER. Luminaire arm shall be a single curved arm, unless otherwise noted on the plans. 3. The end of the luminaire at-in shall provide a 30 -ft. luminaire mounting height, unless otherwise noted on the plans. 1. Luminaire 1. Luminaires shall be Leotek Electronics model GC2- 90E- MV- NW -2 -GY -530 or approved equal. Submit manufacturer's standard published data and mark each copy to identify applicable products, models, options, colors, configurations, and oAer data relevant to the specific product. C:) c t A cn TS -9 All galvanized exterior surfaces visually exposed shall be coated with a Urethane or Triglycidyl Isocyanurate Polyester Powder to minimum film thickness of 2.0 mils. The coating is to be electrostatically applied and cured in n oven by heating the steel substrate to between 350 and 400 degrees Fahrenheit. d. Color 'rho finished color shall be a Green closely matching which are Valmont's Green pitts 74 -gf75. C. is shall be packaged, wrapped, or crad at the destination without damage to the G. Hardware poles in use in the City a manner which will insure 1. The mast are and poles shall be equipped witl all necessary hardware, shims and anchor bolts to •ovide for a complete installation ithout additional parts. 2. The anchor bolts \boltssh he requirements of STM A36 or approved equal. 3. Bolts attaching tthe pole shall m et the requirements of ASTM A325 or approved equal. 4. The anchor bolts dip galvanized or a minimum of 12 inches on the threaded end. The anchor be threaded a inimum of 6 inches at one end an d have a 4 inch long 90 deghe other en . The Fabricator shall submit drawings for the anchor bolts and base plate si meeting the requirements coating of the same coating thicl' 5. Anchor bolt covers, pole top cc castings conforming to ASTM weathering steel poles shall be supplied with powder coated poles. H. Luminaire Extension tl hardware shall be steel, hot dipped galvanized 153, Class D, or shall have an clectrodeposited and so designed for this purpose. and mast arm end covers shall be gray cast iron gnation: A48 Class 30. Items supplied with d to match the weathering steel poles. Items zW poles shall be powder coated to match the I. All mast arm assemblies ill require hnninm a extensions as noted in the plans. The pole for the luminaire a ension shall provide a ontinuous shaft as required for the mast arm. 2. The pole for /iniinaire inaire extension shall be vertical, unless approved by the ENGINEER. arm shall be a single curved rm, unless otherwise noted on the plans. 3. The end of th arm shall provide a 30 -ft. lu 'naire mounting height, unless otherwise note lans. TS -9 :. o TS -9 2.05 - Signals A. General I. The signal heads shall be complete with all fittings and brackets for a complete installation, Each signal shall consist of a main body assembly, optical units, necessary screws, wing nuts, eyebolts, etc., and shall be delivered completely assembled. All hardware including hinge pins, wing nuts, eye bolts or latch bolts shall be made of a solid non - corrosive metallic material to prevent seizure or corrosion by the elements. Each signal shall be smooth both inside and outside and shall contain no sharp fins of- projections of any kind. The doors and visors shall be flat black. All metal pmts shall be painted with one coat of primer and two coats of a high grade Federal Black enamel. All parts of the vehicle signals shall be in compliance with the last ITE Report on Adjustable Face Vehicle Traffic Control Signal Heads. 2. The electrical and optical system of the signal head shall be designed to operate on 115 volt, single phase, 60 Hertz alternating current. 3. All exterior surfaces shall be black. 4. Main Body Assembly of the signal unit shall consist of one or more polycarbonate sections have integral cast serrations so when assembled with the proper brackets they may be adjusted in increments and locked securely to prevent moving. The sections shall be designed so that when assembled they interlock with one another. All joints between sections shall be waterproof. The sections shall be held firmly together by locknuts or other means approved by the ENGINEER. Any open end on an assembled signal face housing shall be plugged with an ornament cap and gasket. 5. Doors and Optical Units a. The doors shall be made of polycarbonate. Each door shall be of the hinged type and shall beheld closed by a wing nut or other approved means. The hinge pins shall be designed so that the doors may be easily removed and reinstalled without the use of special tools. Each door shall have a polycarbonate visor designed to shield each lens. The inside of each visor shall be flat black. b. The optical system shall be so designed as to prevent any objectionable reflection of sunrays even at times of the day when the sun may shine directly into the lens. When the door of the opticalunit is closed, all joints in the assembly between the interior and exterior of the reflector shall be closed against suitable gaskets in order that the units may be dust tight. Between the door and the lens, there shall be a neoprene gasket securely fastened mound the outer surface of the lens. Said gasket to be engaged by the rim of the reflector holder when the door is closed to render the union between the reflector holder and the door assembly dust tight. c. The reflector shall be parabolic in design and made a specular Alzak aluminum. d. The reflector holder shall be of non- ferrous or rust proofed metal and designed to separately support the reflector and socket in proper relation to the lens. The reflector holder shall be hinged to the left -hand side of the signal body when viewed from the front. On the right -hand side, the reflector holder shall be held in place by' a spring catch or other quickly releasable means. e. Both the hinge device and the spring catch or equivalent shall be ofa flexible nature which will permit the reflector holder to be pushed inwardly for at least ono -. sixteenth of an inch and to align itself correctly with the lens when the door of thc. optical unit is closed and pressed against the rim of the reflector holder. By sucli means, the joint between the reflector holder and the lens shall -be rendered dust - tight. It shall not be necessary to remove any screws or nuts in order to swing the reflector holder out of the body section to obtain access to the light socket. f The socket shall be arranged with a lamp grip so it will be impossible for the lamp to be loosened by vibration. TS -10 6. The wire entrance fitting shall be made of malleable iron or other approved material equipped with a standard 1-1/2" pipe fitting for attachment to the signal head. It shall be provided with weatherproofing means so that when it is attached to the top of the signal a weatherproof assembly results. Positive locking means shall be provided so that the signal cannot loosen from the fitting. The fitting shall be provided with an insulation bushing at the point where wires enter. The fitting shall be provided with self - locking features to prevent the signal head from turning out of directional adjustment in a strong wind. It shall be painted in color to match that of the signal. B. Vehicle Signals I. In addition to meeting the requirements of Section A., Vehicle Signals shall meet the following requirements: a. All signal indications shall use Light Emitting Diode (LED) Vehicle Signal Modules. All lenses shall be prismatic and long range. The lenses shall be 12 inches in diameter. All lenses shall be made of vandal resistant polycarbonate or acrylic plastic free from bubbles and flaws. The lenses shall meet the light transmittivity and chromaticity standards established by the ITE Standard for Adjustable Face Vehicle Traffic Control Signal Heads. b. Visors shall be of the tunnel type not less than eight inches in length and shall be designed in a manner such that the visor may be easily installed or removed from the signal head. c. A terminal block shall be mounted in the back of the second section of the signal head. The terminal blocks shall be secured at both ends. d. Signals shall be shipped completely assembled with tunnel visors attached to the signal door. C. Pedestrian Signals 1. In addition to meeting the requirements of Section A., Pedestrian Signals shall meet the following requirements: a. Pedestrian signals shall consist of two signal sections with rectangular lenses and mounting attachments. The Lipper section shall display a "Hand /Man" symbol and shall display a "count down timer" symbol, The lower section shall be a count down timer. The two sections shall be of such design and construction as to fit rigidly and securely together with or without a spacer. No spacer shall be more than %z inch thick. The signals shall operate with LED. b. The lenses shall be either sanded or prismatic lenses. The lenses shall be made of vandal resistant polycarbonate or acrylic plastic. The symbols on these lenses shall be at least 12 inches high and shall be designed to produce a maximum visibility both day and night. The Walk symbol shall be White LED modules and the Don't Walk symbol shall be Portland Orange LED. Both messages shall be screened on the lenses with a material which will not crack or peel, The background or field around both messages shall be black. c. Each signal lens shall be equipped with a visor not less than seven inchesin length, which encloses the top and both sides of the lens. D. Optically Limiting Signal Heads Optically limiting signal heads shall meet all of the applicable requiiements.of Section A through Section B except as hereafter provided: a. Optically limiting signal heads shall permit the visibility zone Of the indication to be determined optically. The field of light coverage vertically, laterally, and longitudinally shall be controllable within one degree of any axis, without the use of tunnel visors or louvers. The projected signal indication shall be visible or selectively veiled anywhere within 15 degrees of the optical axis. TS -1 1 b. The signal section shall be provided with a rigid connection that permits tilting from at least nine degrees above to nine degrees below the horizontal while maintaining a common vertical line through couplers and conduit. Head assemblies shall be adaptable for mounting on conventional mounting fixtures or in combination with conventional signal sections. The signal section shall be capable of mounting and servicing with ordinary tools. c. The optical system shall include 120 volts, 150 watt, three prong sealed beam lamp with an average rated life of 6,000 hours with an integral reflector, and optical limiter - diffuser, an objective lens, and optical masking tape. L The optical limiter- diffuser combination shall provide an imaging surface, at focus on the optical axis for objects 900 to 1,200 feet distance, and permit an effective veiling system to be selectively applied as determined by the desired visibility zone. The optical limiter shall be composed of heat resistant glass and provided with positive indexing means. ii. The objective lens shall be a high resolution, planar incremental lens hermetically sealed with a flat laminate of weather resistant acrylic plastic. The visible signal indication shall be at least 10 -3/4 inches in diameter for circular indications, and the visible arrow indication shall conform to the requirements of the Institute of Transportation Engineer's Standards. d. A voltage reducer shall be supplied to provide dimming of all the optically limiting signal lamps as the ambient light intensity drops below approximately three -foot candles. e. Each signal housing shall be constructed of die -cast aluminum conforming to the Institute of Transportation Engineer's alloy and tensile requirements and shall have a chromate preparatory treatment. The exterior of the signal- housing, lamp housing and mounting flange shall be finished with a high quality baked enamel prime and finished painted flat black. The lens holder and interior of the signal housing shall be optically flat black. f. Each signal lens shall be equipped with a visor, which encloses the top and both sides of the lens. The interior and exterior color shall be optical black. E. Mounting Assemblies Mounting assemblies shall consist of 1 -1/2 inch standard pipe and fittings. All members shall be so fabricated such that they provide plumb, symmetrical arrangement, and securely fabricated assemblies. Construction shall be such that all conductors are concealed within assemblies. Cable guides shall be used to support and protect conductors entering assembly through poles. All threads shall be coated with rust preventive paint during assembly. 2. Support brackets, trunnions, and fittings shall be made of cast aluminum, steel, or cast iron. Bracket parts except for stainless steel parts shall be given one prime coat of metal primer and two coats of high quality Black exterior enamel. 3. Mounting assemblies shall be watertight and all open segments of the fittilgs shall be plugged with an ornamental plug and a gasket. 4. Mast arm mounting brackets shall be furnished with a completely adjustable stainless steel strap around arm, malleable clamp casting, vertical support tube, top, qnd bottom signal head support with set screws, bolts, hole with rubber grommet ill mast arni,.aud all incidentals necessary for complete installation. �..�3 5. Brackets for mounting the signal head on top of a pedestal shall provide support foh both the top and bottom of the signal head. — 4 F. Each signal shall be packed or crated separate and complete by itself. The outside of each package or crate shall clearly show the manufacturer, type, catalog number, Purchaser TS -12 purchase order number and project. Mounting attachments may be shipped separate from the signals, but the boxes or crates shall be marked clearly with the same information as the signals. Mounting attachments of different types shall not be mixed in one box or crate. 2.05.1 — Traffic Signal LED's A. LED Vehicle Signal Module A. LED Vehicle Traffic Signal Modules shall comply with the latest revision of the "Equipment and Material Standards of the Institute of Transportation Engineers: Chapter 2a: VTCSH Part 2: Light Emitting Diode (LED) Vehicle Signal Modules (Interim)" Note the following: • "Section 5.5 Dimming (Optional)" is not required. • "Section 5.8 Failed State Impedance (Optional)" is required. • Compliance with all other sections of this standard is required. 2.05.2 - Backplates A. Backplates shall be 0.125 inch thick thermoplastic and provide a minimum of a 5 inch black field around the assembly. Corners of the backplates shall be rounded with a 2Y2-inch radius. B. Backplates shall be supplied with attaching bolts or screws in sufficient quantity to securely hold the backplates to the signal heads. 2.05.3 — Aluminum traffic Signal Pedestal A. The pedestal shaft shall be fabricated of aluminum tubing with a wall thickness of not less than 0.125 inches. Shaft shall have a brushed aluminum finish. B. The shaft shall be attached to a square cast - aluminum base with a handhole. The size of the handhole shall be at least 8' /z inches by 8Y2 inches and equipped with a cover, which can be securely fastened to the base with the use of simple tools. A lug shall be provided near the handhole to permit connection of a #6 AWG grounding wire. C. The length of the pedestal, from the bottom of the base to the top of the shaft, shall be 10 feet. The top of the shaft shall have an outer diameter of 4'/2 inches and shall be designed to receive a pole top mounting bracket to a traffic signal. D. Pedestals shall be equipped with all necessary hardware, shims and anchor bolts to provide for a complete installation without additional pails, E. The pedestal base shall be designed to mount on four '% -inch anchor bolts spaced evenly around a 12'/4 -inch diameter bolt circle. 2.05.4 — Pedestrian Push Button Detectors A. Pedestrian push button detectors shall be of the direct push contact type without levers, handles or toggle switches. Each detector shall consist of a pressure activated non- moving button mounted in a durable case. The button shall have a two tone audible and visible momentary LED light. The button shall be entirely insulated from the case and operating button with terminals for making connections. The case shall have one outlet for Y2 inch pipe. The operating button shall be made of brass or other non - rusting metal alloy and shall be of sturdy design. This button shall be weatherproof, The entire assembly shall be weathertight, secure against electrical shock and of such construction as to withstand continuous hard usage. The contacts shall be normally open and no current flowing except at the moment of actuation. B. A saddle shall be provided if necessary to secure a rigid installation and neat fit. C. Push button detectors shall be given one prime coat of metal primer and h "vo coat's of high quality black exterior enamel. C -? CD 4 _J TS -13 2.06 - Controllers A. General Design Requirements Purpose. It is the purpose of Section A of these specifications to set forth minimum design and functional requirements for all actuated controllers included in this specification. 2. Electrical Requirement a. Power i. Nominal Voltage and Current. The controller shall be designed to operate from a nominal 120 volt alternating current, 60 hertz power source. ii. Voltage and Current Ranges. The controller shall operate satisfactorily within a voltage range of 95 to 135 volts alternating current and a frequency range of 57 to 63 hertz. b. Controller Connections. NEMA Connection Requirement. The controller shall contain a circular twist lock type connector meeting the requirements of Part 3, Section TS 1 -3.05 "Pin Connections ", paragraph A. NEMA Traffic Control Systems Standard TSI -1983. c. Overcurrent Protection. The controller shall contain a front panel mounted AC power input fuse of suitable size to provide over - current protection. d. Automatic Reorientation. In the event of a power interruption, the controller shall be capable of automatic reorientation upon power resumption and shall require no manual initiation or switching. 3. Constancy of Intervals. Minimum Requirements. The length of any interval or timing setting shall not change by more than + -100 milliseconds from its set value, so long as the voltage and frequency of the power supply and the ambient temperature inside the controller cabinet remain within the tolerances specified in these specifications. 4. Interval Sequence a. General. The controller shall provide the proper intervals and interval sequence as required in the following section of these specifications. b. Required Interval Sequence. The phase and interval sequence shall be programmable to provide from two through eight phase dual ring operation with 4 overlaps as described in the latest revision of the NEMA Standards for traffic control systems. c. Skipping of Actuated Phases. If, prior to the end of the green interval of the terminating phase, neither vehicle nor pedestrian memory indicates a need for the next traffic phase, the intervals which comprise that phase shall be omitted from the interval sequence. However, once the green interval has been terminated�lhe phase causing the termination may not be omitted. This does not, however, preclude the use of recall switches which when in the "on" position, shall cause the phase to be displayed even though no detector'actuatiops have been received. 5. Interval Setting and Functions a. Provision for Setting. The controller shall provide for the setting of ear li interval, portion of interval, or function by means of a positive setting on a keyboard. i. Keyboard entry shall have a user friendly interface such that in every case the meaning of a number being displayed shall be clearly evident without reference to the sequence of key strokes preceding the display and without reference to a manual or instruction sheet. The method of finding current data and of changing data shall be intuitive to the extent that little or no training is required TS -14 and keystroke sequences do not need to be memorized except for security access codes. b. Location of Controls. The interval and function controls shall be located on the fi•ont of the controller and shall be properly designated as to the function each control performs. c. Required Intervals /Functions and Ranges. The required intervals, portions of intervals, and functions for each phase of operation are listed in Table 1. TABLE 1 Functions and Timing to be Provided On Each Phase of Operation * Maximum Initial may have fixed value of 30 Sec d. Interval and Function Indication Indication. Long life light emitting diode indications or approved equal shall be provided and appropriately labeled on the controller to facilitate the determination of operation and termination of the intervals and functions contained therein. Indication shall include but not necessarily be limited to the following: Minimum Range Increment (Sec.) Sac. Dwell Minimum Initial 1-99 1.0 Maximum Initial * 0 -99 I.0 Added initial Per Actuation 0-9 0.1 Passage Time 0-9 0.1 Minimum Gap 0-9 0.1 Time To Reduce to Minimum Gap 0-9 0.1 Time Before Reduction 0-99 1.0 Time Before Reduction 0-99 1.0 Maximum 1 1 —99 1.0 Maximum 2 1-99 1.0 Yellow Change 0-9 0.1 Red Clearance 0-9 0.1 Walk 0 -99 1.0 Pedestrian Clearance 0-99 1.0 Red Revert (One Per Controller) 3-9 1.0 * Maximum Initial may have fixed value of 30 Sec d. Interval and Function Indication Indication. Long life light emitting diode indications or approved equal shall be provided and appropriately labeled on the controller to facilitate the determination of operation and termination of the intervals and functions contained therein. Indication shall include but not necessarily be limited to the following: .Phase(s) next Dwell ('� N s , .Phase(s) in service Walk .Initial interval .Pod clear o .Vehicle interval Force off q C-) rn .Yellow change interval Hold �' .Maximum termination Red clearance .Gap termination .r ii. Call Indication. Indication shall be provided on the controller to display presence of vehicle call including memory and detector actuations and presence of a pedestrian call when pedestrian timing functions are included. TS -15 e. Vehicle Recall Switch(s). A recall switch shall be provided for each actuated vehicle phase which, when asserted, shall cause the automatic return of the right -of- way to that phase in accordance with the specified interval sequence. f. Maximum Recall Switch(s). The recall switch(s) shall provide a maximum recall position which when asserted for a phase, shall cause the automatic return of the right -of -way to that phase for the duration of the maximum green interval in accordance with the specified interval sequence. g. Vehicle Detector Non -Lock Memory Switch(s). A switch shall be provided for each actuated vehicle phase which, when placed in the non -lock position, shall cause the vehicle detector memory circuit for that phase to be disabled. h. Pedestrian Recall Switch(s). A recall switch shall be provided for each actuated phase that includes pedestrian interval timing function, which when asserted, shall cause the automatic return of the controller to that phase and related pedestrian interval(s). i. Flashing of Pedestrian Clearance Interval Functions. Means shall be provided to control the flashing of pedestrian signals during the pedestrian clearance interval(s). 6. Signal Circuits. a. General. The controller shall be provided with suitable load switches, external to the controller, for closing and opening signal light circuits. Such shall be sufficient in quantity to provide the interval sequence as described in Subsection A.4.2 of this specification. Solid state load switches will be required for solid state controllers. b. Closing and Opening of Circuits /Minimum Capacity. The closing or opening of signal circuits shall be positive without objectionable dark intervals, flickering of lights, or conflicting signal indications. Each switch shall have a capacity of not less than 10 amperes of incandescent lamp load at 120 volts AC. c. NEMA Triple Signal Load Switch(s). External jack mounted load switches shall be provided in accordance with Part 5, "Solid -State Load Switches ", Sec. TS 1 -5.01, NEMA Traffic Control Systems Standards, TS 1 -1983. 7. Conflict Monitor Minimum Requirements. For actuated controllers of solid state design and construction or actuated controllers utilizing solid state load switches, a separate external signal monitoring device shall be provided to monitor the occurrence of conflicting Green or Walk indications and shall cause the signals to go into flashing operation should such conflicts be sensed. This shall conform to Part 6, NEMA TSI- 1983. The monitor shall have an LCD Screen. 8. Flashing of Signals a. Minimum Requirements. Means external to the controller shall be provided to permit the substitution of flashing signal indications for the normal specified interval sequence. The indications to be flashed shall be as specified here or in the included interval sequence chart on the plans.All signals shall flash red. i. Flashing Rate. Flashing shall be at the rate of not less than 50 nor more than 60 flashes per minute with approximately 50% on and 50 % off periods. Flashing rate shall not vary so long as the power source remains within the specified limits. ii. Capacity. The operation of the flashing circuit shall be accomplished. in such a manner as to avoid undue pitting or burning or other damage to load switches at 10 amperes of tungsten lamp load at 120 volts, 60 hervAC for 50 million times. b. Control of Flasher Mode. �r`t i. Police panel switch. Operation of flash mode from police P pan shall pirt operation of controller into Stop Time Mode. -- TS -16 ii. Inside switch. An "auto- off - flash" mode switch shall be provided inside cabinet. c. Flashing of Vehicular Signals. Flashing of vehicular signal indications shall be obtained from one or more flashers, each of which is a self - contained device designed to plug into a panel in the controller cabinet. If the flashing is provided by two flashers, they shall be wired to assure that the flashing of all lenses on the same approach is simultaneous. d. Flashing of Pedestrian Signals (Pedestrian Clearance). When pedestrian interval timing functions are included, means shall be provided to permit flashing of the DON'T WALK pedestrian signals during the pedestrian clearance interval. e. Solid State Flasher. A solid state flasher with no contact points or moving palls shall be provided. The solid state flasher shall utilize zero point switching. This shall conform to Pail 8, NEMA Traffic Control Systems Standards, TS1 -1983. 9. Manual Control. a. Manual Control Enable. When specified, manual commands shall place vehicle calls and pedestrian calls (when pedestrian timing is included in the controller's sequence of operation) on all phases, stop controller timing in all intervals except vehicle clearances, and inhibit the operation of the external advance input during vehicle clearance. b. Operation Without Pedestrian Timing. When concurrent pedestrian timing is not provided, one actuation of the interval advance input shall advance the controller to Green rest, from which it will immediately select a phase next and advance to the Yellow Vehicle Clearance, subject to the constraints of concurrent timing c. Operation With Pedestrian Timing. When concurrent pedestrian service is provided, two sequential activations of the interval advance input shall be required to advance through a Green interval, the first actuation shall terminate the WALK interval, and the second shall terminate the GREEN interval including the Pedestrian Clearance Interval. d. Automatic Timing of Vehicle Change /Clearance Intervals. All Vehicle Change /Clearance Intervals shall be timed internally by the controller. Actuations of the interval advance input during Vehicle Change /Clearance intervals shall have no effect on the controller. 10. Stop Timing. Suitable input from auxiliary equipment or other external sources, shall cause cessation of controller timing during assertion of such input. Upon removal of such input assertion, the interrupted interval, which was timing, shall resume normal timing. Provisions shall be made to insure that there is no conflict between the various inputs to this function which would result in a stop time signal for one ring affecting the condition of the other ring. 11. Coordination a. Minimum Requirements. Means shall be provided within the controller to permit its interconnection into a coordinated traffic signal system when coordinating devices are added. As a minimum, this should include the provision of Yield circ" or Hold circuit, accessible to interruption by commands external to the coltroller.;= b. Hold Feature. The controller shall contain a Hold Feature which N31ien asserted for a particular phase shall hold that phase in a rest condition. Upnq'release from the Hold, the phase shall immediately advance into the appropriate clearance interval or other unexpired portion of the green, provided there is an actuation on an opposing phase. c. Force -Off Feature. The controller shall contain a Force -off Feahue N�,lllicli, when asserted shall cause termination of the current phase provided that phase is in the TS -17 extension portion. In no case shall assertion of force -off cause termination in a clearance interval or during a minimum green for vehicles or pedestrians. d. NEMA Coordination Requirements. in addition to the minimum coordination requirements specified above, the controller shall contain the coordination features for the applicable configuration included in NEMA Traffic Control Systems Standard TS1 -1983. e. Closed loop Compatibility. The controller shall be fully compatible with an Eagle Signal Company computer controlled signal system, it shall allow full use of all optional functions of that computer system. ( ACTRA) 12. Environmental and Testing. a. Minimum Requirements. i. General. The controller shall maintain all of its programmed functions and timing intervals when the ambient temperature and humidity are within the specified limits of this specification. ii. Ambient Temperature. The operating ambient temperature range shall be from -30 degrees to +165 degrees F. iii. Cooling/Heating Devices. No heating or cooling devices other than standard vent fan(s) shall be required for proper operation of the controller. iv. Humidity. The controller shall be designed to operate properly within a relative humidity range of 0 to 95% up to 110 degrees F. b. NEMA Requirements. i. Environmental and Operating, The controller shall fulfill the environmental and operating requirements as described in Part 2, Section 1, "Environmental and Operating Standards ", NEMA Standards TS 1 -1983. ii. Testing. The controller shall fulfill the testing requirements as described in Pall 2, Section 3, "Test Procedures ", NEMA Traffic Control Systems Standard TS I - 1983. 13. Cabinet. a. Basic Construction. The controller and all associated equipment shall be provided in weatherproof metal cabinet of clean -cut design and appearance. The controller cabinet must be large enough to accommodate a future master control unit (under separate contract, unless specified in the plans). The cabinet must be fiber ready. Cabinet shall have a 16 channel back panel. i. Construction Material. The cabinet shall be constructed of sheet or cast aluminum. ii. Door. A hinged door shall be provided permitting complete agcgss to the interior of cabinet. When closed, the door shall fit closely to_gasketing material, making the cabinet weather and dust resistant. The door shall be provided with a strong lock and key. The door shall be designed to be opened only with the standard controller cabinet key currently used by the City of Cedar Rapids. A sample key will be made available to the successful bidder, iii. Auxiliary Door. A small, hinged and gasketed "door -in- door" shall be included on the outside of the main controller door. The auxiliary door shall not allow access to the controller, its associated equipment, or exposed electrical terminals but shall allow access to a small switch panel and compartment containing a signal shutdown switch, a flash control switch, and other specified functions. TS -18 The auxiliary door lock shall be equipped with a strong lock utilizing keys of a different design from those provided for the main cabinet door. The auxiliary door lock shall be designed to be opened only with the standard auxiliary door key used by the City of Iowa City. A sample key will be made available to the successful bidder. iv. Door Stop. The controller cabinet door shall be provided with a stop and catch arrangement to hold the door open at angles of both 90 degrees and 180 degrees, t 10 degrees. v. Mounting Shelves. The cabinet shall contain strong mounting table(s) or sliding way(s) to accommodate the mounting of the controller and all included auxiliary equipment. The mounting facilities shall permit the controller and /or auxiliary equipment to be withdrawn from the cabinet for inspection or maintenance without breaking any electrical connections or interrupting operation of the controller. vi. Mounting Screws. Screws used for mounting shelves or other mounting purposes shall not protrude beyond the outside wall of the cabinet. vii. Outlet and Lighting. An electrical outlet shall be furnished and located in an accessible place near the front of the cabinet and each cabinet shall be provided with LED cabinet lighting mounted in the cabinet in a manner which will provide adequate light to service all pails of the cabinet interior during nighttime homy Size, Type and Mounting. i. Size. The cabinet shall be of such size to adequately house the controller, all associated electrical devices and hardware, and other auxiliary equipment herein specified. ii. Mounting. The cabinet shall be arranged and equipped for concrete base mounting. Base should be flush with the ground and a riser installed. Sufficient galvanized anchor bolts, clamps, nuts, hardware, etc., as required for the specified mounting type shall be furnished with each cabinet. iii. Cabinet shall have a Comtrol Rocketlinx ES8510 Ethernet switch for communication with City's Ethernet system. b. Ventilation. Two thermostatically controlled duct fan units with a minimum rating of 100 CFM in free air shall be installed in the cabinet to provide forced air ventilation through the cabinet. The fan unit shall be mounted to the inside top of the cabinet and shall be easily removed and replaced without having to dismantle any part of the cabinet or exhaust duct system. The thermostat controlling the fans shall be manually adjustable to turn on between 90 degrees F and 150 degrees F with a differential of not more than 10 degrees F between automatic turn -on and turn -off. The fans shall intake air through filtered vents located near the bottom of the cabinet or cabinet door and exhaust it through a weather- proof, screened duct located near the top of the cabinet. Fiberglass type dry filters shall be used to cover the air intakes into the cabinet. These filters shall be easily removed and replaced and be of standard dimensions commercially available. The filters shall be provided with positive retainment on all sides to prevent- warpage and entry of foreign matter around the edges. c. Connecting Cables, Wiring and Panels. TS -19 i. Connecting cables. Electrical connections from the controller (and auxiliary devices when included) to outgoing and incoming circuits shall be made in such a manner that the controller (or auxiliary device) can be replaced with a similar unit, without the necessity of disconnecting and reconnecting the individual wires leading therefrom. This can be accomplished by means of a multiple plug, a spring - connected mounting or approved equivalent arrangement. Correlation shall be made with connecting cable plug and controller jack as described in Subsection 2.2., Section A of this specification. In addition to the above, a mating plug/cable assembly shall be provided for all connectors on the controller (or auxiliary device). ii. Panels and Wiring. Each cabinet shall be furnished with suitable, easily accessible wiring panel(s). All panel wiring shall be neatly arranged and firm. a) Wiring Terminals. Terminals shall be provided, as a minimum, for the following: Terminal with N.E.C. cartridge fuse receptacle, fuse, power line switch or magnetic circuit breaker, with integral power line switch, for the incoming power line. Terminal, unfused, for the neutral side of the incoming power line. Terminals and bases for signal load switches, and outgoing signal field circuits. Terminals and bases for signal flasher and outgoing signal field circuits. Terminals for detector cables. Terminals for all required auxiliary equipment. Terminals for all conflict monitor inputs and outputs. Terminals for all NEMA defined inputs and outputs Terminals for all inputs and outputs defined by the controller manufacturer which may be in addition to the NEMA defined inputs and outputs. b) Clearance Between Terminals. Adequate electrical clearance shall be provided between terminals, The controller, auxiliary equipment, panel(s), terminals and other accessories shall be so arranged within the cabinet that they will facilitate the entrance and connection of incoming conductors. c) Signal Circuit Polarity. The outgoing signal circuits shall be of the same polarity as the line side of the power service; the common return of the same polarity as the grounded side of the power service. d) Grounding Conductor Bus. An equipment grounding conductor bus shall be provided in each cabinet. The bus shall be grounded to the cabinet in an approved manner, d. Fusing and Surge Protection. i) Incoming AC Line. Suitable overcurrent protection, utilizing one of the methods described in Subsection A. 13.4.2.1, shall be provided. ii) Branch AC Circuits. Suitable overcurrent protection devices shall_be;pirovidgd d _,} for each of the following AC power line input circuits: 1. Controller mechanism 2. Cabinet fan "icy � r° 3. Conflict monitor 4. Detector amplifiers 5. Flash transfer iii) Light & Outlet Fuse. A 15 ampere fuse and indicating type of fuse holden, wired in advance of the main circuit breaker for protection of the AC power input TS -20 circuits to the cabinet light and the convenience duplex receptacle shall be provided.The Cabinet lighting shall be a LED type. iv) Surge Protection. High energy transient surge protection shall be provided on the incoming AC power lines in order to minimize potential controller damage. This shall be a gas discharge lightning arrestor - 200 -400 volts. A second such device shall be provided on the AC power line to the controller unit. Must have LED indicator. e. Painting. The cabinet shall be natural, unfinished aluminum. All mounting attachments shall be natural, unfinished aluminum or finished with two coats of high grade aluminum colored paint. f. Plastic Envelope. A heavy -duty clear plastic envelope shall be securely attached to the inside wall of the cabinet door. Minimum dimensions shall be I I inches wide x 14 inches deep. g. Cabinet shall have a battery back system with an automatic transfer switch. The unit shall run or flash the signals. Batteries and UPS shall be mounted in a small side exterior mount cabinet. 14. Guarantee. The equipment furnished shall be new, of the latest model fabricated in a first -class workmanlike manner from good quality material. The manufacturer shall replace free of charge to the purchaser any pail that fails in any manner by reason of defective material or workmanship within a period of 18 months from date of shipment from the supplier's factory, but not to exceed one year from the date that the equipment was placed in operation after installation. 15. Wiring Diagrams and Documentation One documentation package shall be supplied in each controller cabinet and three additional copies will be supplied for office use. Each package will consist of the following list of items for the cabinet and load facility and for each model of controller, conflict monitor, load switch, and flasher. a) Complete schematic diagram, accurate and current for unit supplied. b) Complete physical description of unit. c) Complete installation procedure for unit. d) Specifications and assembly procedure for any attached or associated equipment required for operation. e) Complete maintenance and troubleshooting procedures. 0 Warranty and guarantee on unit, if any. g) Complete performance specifications (both electrical and mechanical) on unit. h) Complete parts list - listing full names of vendors and pants not identified by universal part numbers such as JEDEC, RETMA, or EIA. i) Pictorial of components layout on chassis or circuit boards. j) Complete stage -by -stage explanation of circuit theory and operation. B. Multi -Phase Traffic Actuated Controllers 1. Purpose. It is the purpose of this section of the specifications to set follh r6inimum= design and operating requirements for multi -phase (two through eight— phase) traffic actuated traffic signal controllers. ;f 2. General Design Requirements. The General Design Requirements by Section A of this specification shall apply in addition to certain design, operational, and functional requirements hereinafter described. a. NEMA Design Requirements. The controller shall be designed in accordance with the applicable requirements, included in NEMA Traffic Control System Standard TS I -1983. TS -21 b. Controller Interchangeability. Interchangeability of controllers furnished under this specification shall be achieved by connector plug interchangeability as designated in Part 3, NEMA Traffic Control Systems Standard TS 1 -1983. c. Maximum Controller Dimensions. The controller shall be no more than 19 inches wide, 13 inches high and 11 inches deep. 3. Operational Requirements. a. Mode of Operation. The controller shall provide the nwlti -phase operation described in Subsections 1 and 2 of this section of the specification and shall be fully actuated with means of receiving actuations on all phases. The traffic signal controller shall be capable of Volume Density operation. The controller shall have variable initial and time waiting gap reduction features. The controller shall also have dual maximum extension capability. b. The controller shall also permit a non - actuated mode of operation on any of its phases by assertion of the vehicle recall function (or pedestrian recall function when such function is present) on the desired phase. c. Call to Non - Actuated Mode. The controller shall feature an input which, when asserted, shall permit the selection of non - actuated mode of operation on any of its phases. d. Operation With Auxiliary Functions /Devices. The controller shall be capable of having its basic operation expanded or augmented by the addition of auxiliary functions or devices. e. Minimum Green i. Actuated Phase. The minimum green shall consist of an initial portion Only, or a separately set Minimum Green function. If pedestrian functions are provided and a pedestrian actuation is received, the Minimum Green shall consist of a WALK interval plus a Pedestrian Clearance interval. ii. Non- Actuated Phase. In the non - actuated mode of operation, the Minimum Green on the non- actuated phase shall be equal to the values described for Actuated Phases in the preceding paragraphs or shall be equal to a separately set Minimum Green function. f Unit Extension. The actuation of a vehicle detector during the extendible portion of an actuated traffic phase having the right -of -way shall cause the retention of right - of -way by that traffic phase for one Unit Extension portion from the end of the actuation but subject to the Maximum (extension limit). g. Maximum (Extension Limit). The Maximum or extension limit shall determine the maximum duration of time the right -of -way can be extended for a phase having successive detector actuations spaced less than a Unit Extension portion apart. h. Initiation of Maximum (Extension Limit). The timing of the Maximum or extension limit shall commence (1) with the first actuation or other demand for right -of -way on a traffic phase not having the right -of -way or (2) at the beginning of the Green interval if an actuation or other demand for right -of -way has been previously registered on a traffic phase not having the right -of -way or, alternaiively, the Maximum may commence at the end of the initial portion of the Green interval if an actuation or other demand has been previously registered on a : traaffic }chase not; having the right -of -way. i. Transfer of Right -of -Way. The actuation of any detector on TjNaffic piase'Rot having the right -of -way shall cause the transfer of the right- of- ,wayrto that triiffid phase at the next opportunity in the normal phase sequence proSided;th %tjihere li�O been an expiration of a Unit Extension portion with no continuing actuation or an C,) TS -22 expiration of the Maximum (extension limit) timing on the preceding phase having the right -of- way. Change Clearance Interval(s) Prior to Transfer. The transfer of right -of -way to any conflicting phase shall occur only after the display of the appropriate change clearance interval(s). k. Rest in Absence of Actuation. i. Minimum Rest. In the absence of detector actuation or assertion of recall switch(s), the right -of -way indication shall remain (rest) on the traffic phase on which the last actuation occurred. ii. Rest in All -Red. In the absence of detector actuation or assertion of recall switch(s), the controller, after display of the appropriate clearance interval(s) on the last phase having the right -of -way, shall rest in Red (and associated Pedestrian DON'T WALK indications) on all phases until detector actuations are received. Memory Feature. Unless precluded by the operation of non- memory feature, the following memory retention shall be provided in the controller. i. Memory Change During Clearance Interval(s). An actuation received during a change clearance interval for a traffic phase shall cause the right -of -way to return to that phase at the next opportunity in the normal phase sequence. ii. Memory If Phase Terminated by Maximum (Extension Limit). If the right -of- way is transferred by the operation of the Maximum or extension limit, the traffic phase losing the right -of -way shall again receive it without further actuation at the next opportunity in the normal phase sequence. in. Pedestrian Timing Operation. When pedestrian timing functions are specified in the General Design Requirements, Section A of this specification, the following pedestrian function operation shall be provided. i. Pedestrian Timing With Non - Actuated Phase. In the non - actuated mode of operation, a WALK interval shall be provided simultaneously with the associated Minimum Green interval of the non- actuated phase. A flashing DON'T WALK Pedestrian Clearance Interval shall follow the WALK interval, during which the Green traffic phase continues to be displayed. ii. Pedestrian Timing With Actuated Phase. When pedestrian actuation is received, a WALK interval shall be provided concurrently with the associated Green traffic phase interval. A flashing DON'T WALK Pedestrian Clearance interval shall follow the WALK interval during which the Green traffic phase continues to be displayed. iii. Condition in Absence of Pedestrian Call. In absence of pedestrian actuation or assertion of pedestrian recall function, pedestrian signals shall remain in: a DON'T WALK condition. iv. Recycle of Pedestrian Functions. In the absence of opposing; phase demand, it shall be possible to recycle the pedestrian interval functions jo :succee`,ding pedestrian actuations without change in vehicle indications. "r co v. Pedestrian Actuation Memory. Pedestrian actuations received 6y a phase during steady or flashing DON'T WALK indications of that phase shall be remembered and shall cause the controller to provide pedestrian timing functions for that phase at the next opportunity in the normal phase sequence. vi. Non - extension of Pedestrian Intervals. Successive pedestrian actuations shall not cause extension of the pedestrian intervals. TS -23 n. Advanced Operational Features. When certain advanced operational features are specified in the General Design Requirements, Section A of this specification, the controller shall provide the following operation. i. Volume Density Operation. a) Variable Initial. Utilizing the specified mode selected to provide this function, the controller shall enable an increase in timing of the Initial portion of the Green interval of a phase based upon the number of traffic actuations stored on that phase during its YELLOW and RED interval. b) Time Waiting Gap Reduction. Utilizing the functions specified, the controller shall enable a reduction in the Extension portion of the Green interval of the phase having the right -of -way in proportion to the time elapsed from the registration of an actuation on an opposing phase or fi-on) the beginning of the Green interval, whichever occurs later. ii. Dual Maximum (Extension Limit) Operation. Assertion by external command for the operation of a Maximum II fimction for a phase shall cause the controller to provide the timing value for that function in lieu of the normal maximum value. o. NEMA Operational Requirements. In addition to the basic operational requirements specified above, the controller shall provide the operational features for the applicable configuration included in the NEMA Traffic Control Systems Standard TSI- 1983. 4. Functional Requirements. a. Basic Functional Requirements. Functional requirements for the multi -phase traffic actuated controller shall be as specified in the General Design Requirements in Section A of these specifications. b. NEMA Functional Requirements. In addition to the basic functional requirements specified above, the controller shall provide the functional features for the applicable configuration, included in the NEMA Traffic Control Systems Standard TS 1 -1983. c. Overlaps. When required by the interval sequence chart in the General Design Requirements section of these specifications, overlap(s) shall be provided by the controller and may be implemented via internal or external logic. 5. Enhanced operation. a. Preemption. A minimum of hvo preemption inputs shall be provided. These shall be designed for railroad or emergency vehicle preemption and shall provide the ability to set the delay before start of preempt sequence and the duration of the preempt sequence. It shall also be possible to define the status of each phase as red, green, flashing yellow, or flashing red during the preemption period andrto provide an orderly transition into and out of the preemption period. b. Coordination. The controller shall be capable of emulating a 3 dial /3 split /3 offset pretimed controller coordinated with a 9 wire interconnect system., c. Time Base Functions. The controller shall have the capability to provide internal time based coordination. In addition it must provide a minimum of two auxi6dry outputs controlled by the time base coordination which can be fully programmed of a time basis to control external devices on a cycle by cycle, time of ay, day of week, and /or holiday schedule on an annual basis. 6. Remote Flash. A remote flash input is required which will provide for the remote implementation of flashing operation consistent with the requirements of the MUTCD. This shall include a means of programming a "Flash Entry Phase" and a "Flash Exit Phase." TS -24 2.07 - Inductive Loop Vehicle Detector A. Design Requirements 1. Operation a. General The detectors shall be designed to operate with loop and lead -in wire combinations having a wide variation in electrical characteristics. The electrical characteristics are a function of the length and width of the loop, the length and type of lead -in wires, and other factors. The detector shall operate with the usual configurations of loops and lead -in wires, standard with the Department, which have a 40 to 700 mic rohenry total inductance. The detector shall provide reliable detection and maintain an output indication for a period of not less than three (3) minutes for a vehicle that causes a 0.02% change in the total inductance of the loop and lead -in system as measured at the detector loop input terminals. The detector shall provide operation as above with a loop system having any or all of the following characteristics: l) A shunting resistance of 10,000 ohms or greater to a common or circuit ground bus. 2) A loop system quality factor (Q) of not less than 5.0, when connected to the detector being tested. Q is defined as the ratio of the resonant operating frequency over the half -power bandwidth. 3) A total or equivalent inductance within the range of 40 to 700 microhenries at the detector loop input terminals. A sensitivity adjustment or selector shall be provided to allow selection of a high, medium or low sensitivity adjustment. b. Loop Energizing and Detector Sensing Circuits. The detector shall provide reliable detection of licensed motor vehicles. The detector shall provide an input (switch closure) only when vehicles are passing or stopped over the loop and shall detect all vehicles passing over the loop at speeds up to 80 miles per hour. i) Turn on. When first turned on, while tuning or being tuned, the detector shall provide a continuous output pulse (switch closure), plus a visual indication, in both the presence and pulse modes of operation. On power failure, or loop failure that would cause the inductance to exceed the tuning range, the detector must place a continuous call. ii) Frequency. To prevent mutual interference 'crosstalk ", the detectors shall be provided with a three position frequency mode switch on the front panel. iii) Automatic Tuning. The detector shall be designed to be initially tuned to the loop and provide for automatic drift compensation. iv) Weather. The operation of the detector shall not be affected by changes in the inductance of the loop caused by environmental changes, such gs,rain, hail, snow, temperature humidity, nor shall the sensitivity be markedly affected. c. Accuracy. The detector shall be able to detect all licensed vehicles;, incl of ag motorcycles, accurately. 2. Detector Output. The detector output (switch closure) to the associlteO traffic control equipment shall be provided by means of a relay. The relay shall hgye�a ineclianical life of at least 1,000,000 operations. The contacts shall have a rating of gtieast l.0 ampe5c at 120 volts AC or DC. 3. Power Supply. The detector shall be designed to operate on a 110 commercial 60 -hertz power line over a voltage range of 100 -125 volts. The primary of the power supply transformer shall be fused with a 1/4 inch diameter, 1 1/4 inches long, 250 volt fuse of suitable current rating. An extractor -post fuse - holder shall be provided. The fuse rating shall be marked by the fuse - holder. TS -25 4. Visual Indicator. A long life light emitting diode shall be used to provide a visual indication of each vehicle detection. Lamps shall be easily replaceable without the use of tools. The indication must be readily visible in the indirect sunlight. All indicator lights shall have a minimum design life of 20,000 hours at rated voltage unless an ON -OFF switch is provided to control the lights. If an ON -OFF switch is provided, the design of the lights need be only 1,000 hours at rated voltage. 5. Dielectric Strength. The detector shall withstand a dielectric strength test of 1,250 volts, 60 hertz per second, AC applied between the 120 VAC line- supply circuit and the terminals for the external loop for a period of one ininute 6. Interchangeability and Design Life. All modules and components of the same type shall be interchangeable. The design life of all components, under conditions of normal operation, shall not be less than five years. 7. Delay Call. The detector, when specified on the bid form, to have a "Delayed Call" feature, shall be capable of ignoring a vehicle actuation unless it persists for more than a predetermined period of time. The predetermined time shall be adjustable from 0 to 25 second minimum on the front panel. The "Delayed Call" feature shall be inoperative during the green interval for the phase related to the amplifier. B. Enclosure 1. General. A dustproof, metal enclosure shall be provided to enclose all electrical parts of the detector. The enclosure shall be designed for placement on a shelf in a weatherproof field cabinet. The detector shall not be position sensitive. 2. Detector Units. Detector units shall be designed for use with loop combinations (two to four loops) in series or parallel or series - parallel). The detector model shall have a visual indication of a call and will not require external equipment for tuning or adjustment. 3. Size. A small size enclosure and the ability to stack the enclosures, one on top of another, is desirable. Single detector units shall not be larger than 6 inches by 3 inches by 8 inches deep. 4. Marking, Each detector shall be marked or type number, and serial number. The wattage) shall be included in the marking. C. hnput/Output Receptacle with the manufacturer's name, model, catalog, -lectrical input rating (voltage, frequency, and 1. Function Assignment. Input and output connections for the detector shall be made to a type MS- 3102- A18 -1P box receptacle with 10 male contacts. A plastic cover shall be provided on the receptacle. The pin positions of the input/output connector shall be assigned as follows: Pin No. Function A 120 VAC ( -) B Output Relay Common -' C 120 VAC ( +) {{ D Input from Loop E Input from Loop — F Output Relay N.O. G Output Relay N.C. H Chassis Ground (_) I Spare J Spare TS -26 2. Plug and Cable. A plug, type MS- 3108 -B with type 18 -IS insert, with 10 female contacts shall be furnished, wired, leads of leads of #18 AWG stranded, color -coded wire with 300 volt insulation. A type MS- 3057 -10 cable clamp and boot shall be provided for strain relief. The leads shall be 5'0" in length, the first 16 inches of leads, from the plug, shall be enclosed in cotton braiding. No terminals are required on the leads. D. Components 1. Inductors and Transformers. All inductors and transformers shall have their windings insulated and shall be impregnated to exclude moisture. All wire leads shall be color coded. 2. Resistors and Capacitors. All resistors and capacitors shall be insulated and shall be marked with their resistance or capacitance value. Resistance and capacitance values may be indicated by the Radio Electronics Television Manufacturer's Association (RETMA) color codes. All electrolytic capacitors shall be marked to indicate polarity and voltage. 3. Printed - Circuit boards. All printed - circuit boards shall be at least 1/16 inch thick and shall be made of glass -cloth silicone. National Electric Manufacturer's Association (NEMA) type G -10 glass epoxy or equivalent. The conductor material shall be copper, 0.0027 inch thick, having a weight of 2.0 ounces per square foot, with a protective solder coating. All printed - circuit board connectors (male and female) shall be gold plated over the copper base. The printed circuit - boards shall be securely mounted in such a way as to prevent flexing or bending of the boards, and shall be easily removable for servicing or replacement. 4. Wiring. All interconnecting wire shall be insulated 422 AWG or larger, suitable for 180 degrees F operation. 5. Solid State Circuitry a. Components. Transistors, integrated circuits, or semi- conductor diodes shall be used for all amplifying, detecting, rectifying, counting logic, and regulator circuits. No vacuum or gas tubes shall be used except for pilot lights. Transistors, integrated circuits, and diodes shall be marked with their type number and shall be types listed by the Radio Electronics Television Manufacturer's Association (RETMA). No electromechanical timers, synchronous motors, or relays shall be employed, except as specified in Section 1 -B. b. Proprietary parts. All electronic and electrical components must be of standard manufacture and available from a source other than the manufacturer of the loop detector unit. 6. Temperature. The temperature of components shall not cause any appreciable reduction in component life when the detector is operated in an ambient temperature from 20 degrees to 180 degrees F. E. Workmanship 1. The enclosure and all modules shall be fabricated, assembled, and Wired in a workmanlike manner. rr _ F. Documentation t 1. Contents. A documentation package shall be supplied in each controller: cabinet for tht inductive loop vehicle detectors which shall consist of the followurg `! :, , a) Complete schematic diagram, accurate and current for unit supplied b) Complete physical description of unit. c) Complete installation procedure for unit. d) Loop specifications and loop assembly procedure. e) Complete maintenance and troubleshooting procedures. TS -27 f) Warranty and guarantee on unit, if any. g) Complete performance specifications (both electrical and mechanical) on unit. h) Complete parts list - listing full names of vendors and pants not identified by universal part numbers such as JEDEC, RETMA, or EIA. i) Pictorial of components layout on chassis or circuit boards. j) Complete stage -by -stage explanation of circuit theory and operation. 2. Number of copies, At least three full documentation packages for each detector sensing unit model shall be supplied to the ENGINEER. 2.08 - Equipment And Materials A. Equipment and materials shall be of new stock unless the plans provide for the use of existing equipment, or equipment furnished by others. New equipment and materials shall be the product of reputable manufacturers of electrical equipment and shall meet the approval of the ENGINEER. PART EXECUTION 3.01 - General A. The CONTRACTOR shall furnish and install all equipment and materials necessary for a complete and operative signal installation as shown on the plans and described in the Contract Documents. B. The CONTRACTOR shall be a licensed electrical contractor in accordance with City Ordinance and adherence to local Building Code shall be met. C. CONTRACTOR Qualifications Trained and experienced personnel shall supervise the fiber optic cable installation. Qualified technicians shall make the cable terminations and splices. The CONTRACTOR upon request of the ENGINEER shall provide documentation of qualifications and experience for fiber optic equipment installations. The ENGINEER shall determine if the CONTRACTOR is qualified to perform this work. The CONTRACTOR shall have attended a certified fiber optic training class mandated by the specifications prior to starting work. D. The CONTRACTOR will be responsible for incidental sidewalk removal and replacement necessary to complete the signal construction. All waste material and debris shall be disposed of at a sanitary landfill at the CONTRACTOR's expense. E. All incidental parts which are not shown on the plans or specified herein, and which are necessary to complete the traffic signal, or electrical systems, shall be furnished and installed as though such parts were shown on the plans or specified herein. All systems shall be complete and in operation to the satisfaction of the OWNER at the time of completion of the work. P. The CONTRACTOR shall perform all work required and furnish all labor, materials, equipment, tools, transportation and supplies necessary to complete the work in accordance with the Contract Documents. The ENGINEER or his representative shall have full freedom to observe all phases of the work performed by the CONTRACTOR and to discuss all matters dealing with the quality and progress of the work. G. The Standard Specifications for Highway and Bridge Construction, current Series, Iowa Department of Transportation, as modified by these contract documents shall apply to this Special Provision. r - The above specifications are referred to as the Standard Specifications. Part= I of the Standard Specifications shall not apply to this section. 1. The following Iowa Department of Transportation Supplemental Specifications shall also be considered a part of these Special Provisions. " y a) Specification 5025 " TS -28 b) Supplemental Specification for Traffic Controls for Street and Highway Construction and Maintenance Operations, March 26, 1991. c) Specification 5040 d) General Supplemental Specification for Construction Projects, January 7, 1992. H. The installation of the signals and signs shall be in conformance with the "Manual Of Uniform Traffic Control Devices for Streets and Highways ", 1988 edition, latest revision. I. The video detection system shall be installed as recommended by the supplier and as documented in installation materials provided by the supplier. J. Miscellaneous Equipment The CONTRACTOR shall furnish and install all necessary miscellaneous connectors and equipment to make a complete and operating installation in accordance with the plans, standard sheets, standard specifications, special provisions, and accepted good practice of the industry. 3.02 - Qualifications, Service Calls, And Warranty A. CONTRACTORs personnel are required to be knowledgeable of the traffic signal controller operation and wiring. Controller manuals and wiring schematics will be provided to the CONTRACTOR for his use on the project. These documents must be returned undamaged at the end of the project. B. The Traffic Engineering Department will provide part-time observation of the CONTRACTOR's work. The Department's representative will be available during normal working hours (7:00 A.M. -3:30 P.M.) to review the CONTRACTOR's work. CONTRACTOR shall provide four hours advance notice to the Department for review of the work. Any service calls or, review of the CONTRACTOR's work outside of the Department's normal working homy will be billed to the CONTRACTOR. C. The Traffic Engineering Department will continue to provide service call maintenance during the project. If it is determined that the malfunction was caused by the CONTRACTOR's work, then the CONTRACTOR will be billed for the materials, labor, and equipment required to correct the malfunction and /or damage. D. The CONTRACTOR shall guarantee all his work against defects due to poor workmanship or materials as specified in the Contract Documents. 3.03 - Concrete Bases For Poles And Controller A. Concrete bases for poles and controllers shall conform to the plans and Section 2403 of the Iowa DOT Standard Specifications. B. Excavations for bases shall be made in a neat and workmanlike manner. Whenever the excavation is irregular, forms shall be used to provide the proper dimensions of the foundations below grade. Construction of the bases may require hand excavation to verify location of utilities. C. The material for the forms shall be of sufficient thickness to prevent warping or other deflections from the specified pattern. The forms shall be set level and means shall be provided for holding them rigidly in place while the concrete is being placed. Wlien located in a continuous sidewalk area, the top of the pole bases shall be set flush with the sidewalk or pavement surface. D. All reinforcing bars, conduits, ground rods, and anchor bolts shall be installed rigidly in- place before concrete is placed in the forms. Cap and protect conduit ends before placing, concrete. E. Anchor bolts for the signal poles or the controller shall be set in place by means ofa tempfmt constructed to space the anchor rods in accordance with the manufacturer's requirements. The top of the bolts shall not vary more than 1/4 inch. The center of the template' and the center of the concrete base shall coincide unless the ENGINEER directs otherwise. TS -29 F. The top of the base shall be finished level and the top edges shall be rounded with an edger having a radius of 1/2 inch. The exposed surface of the base shall have a wood floated surface finish. Exposed concrete surfaces shall be cured using white- pigmented curing compound or plastic film meeting the requirements of Article 4106.02 of the Iowa DOT Standard Specifications. G. The bottom of the foundations and bases shall rest securely on firm undisturbed ground. Where the foundation or base cannot be constructed as shown on the plans because of an obstruction, the CONTRACTOR shall use other effective methods of supporting the pole as may be designated by the ENGINEER. H. After the concrete is placed in the form, it shall be vibrated with a high- frequency vibrator to eliminate all voids. 1. After the foundation or base has been poured, absolutely no modification of any sort may be made. If the anchor bolts, conduit, or any part of the foundation or base is installed in an incorrect manner as determined by the ENGINEER, the entire foundation or base shall be removed and a new foundation or base installed. The CONTRACTOR shall bear all costs of replacing work deemed unsatisfactory by the ENGINEER. J. Unless otherwise specified, anchor bolts for poles where arms are to be perpendicular to the centerline of the street shall be installed so that a line through the center of one anchor bolt farthest from the curb and extended through the center of the adjacent anchor bolt closest to the curb will be perpendicular to the centerline of the street to within two degrees of are unless otherwise specified. K. Prior to setting poles, the anchor bolts shall be covered in such a manner as to protect them against damage and to protect the public from possible injury. L. Each base location shall be approved by the ENGINEER prior to construction. Base dimensions shown on the plans are minimum dimensions and based on stable soil conditions. Should extremely loose or sandy soil be encountered, the CONTRACTOR shall contact the ENGINEER for necessary base alterations. M. Where shown on the plans, the CONTRACTOR shall remove the top of existing mast arm footings, anchor bolts, and conduits to 36" below the existing top of curb or edge of pavement elevation. Waste materials shall be removed from the site and disposed in accordance with local regulations. Backfilling for the removal shall be performed with mechanical compaction equipment meeting the requirements for backfilling conduit. The upper 6" of the removal area, if outside the proposed pavement, shall be backfilled with black dirt. 3.04 - Handholes A. Handholes shall be either built in place in an excavation made in a neat workmanlike manner or shall be a precast unit conforming to the requirements of the plans. B. When the use of forms is required, they shall be set level and of sufficient thickness to prevent warping or other deflections from the specified pattern. A means shall be provided for holding them rigidly in place while the concrete is being placed. C. The ends of all conduit leading into the handhole shall fit approximately 2 inches bdyond the inside wall. A drain conforming to the dimensions shown on the plans shall be c! opsnvcted in the bottom of the handhole unless otherwise specified. D. Frames and covers for handholes shall be set flush with the sidewalk or pavenignt surface- When installed in an earth shoulder away from the pavement edge, the. top sin face of the handhole shall be approximately one inch above the surface of ground. Whcu;cots(ructed jn unpaved driveways, the top surface of the handhole shall be level with the surface of the driveway. E. All conduit openings in the handholes shall be sealed with an approved sealing compound after the cables are in place. This compound shall be a readily workable soft plastic. It shall TS -30 be workable at temperatures as low as 30 degrees F, and shall not melt or run at temperatures as high as 300 degrees Plastic loop handhole construction shall meet the requirements for the precast handhole detail in the plans except that cable hooks will not be required. Openings for conduit access shall be drilled to match the outside diameter of the conduit. F. Grout conduit access after installing conduit. G. Install galvanized cable hooks if not precast with the handhole. 3.05 - Conduit A. Conduit shall be placed as shown on the plans. B. Unless approved by the ENGINEER, conduit shall be installed without change in direction directly from one structure to another. Change in direction may be allowed for physical restrictions such as right -of -way restrictions, utilities, location of roadway slopes, retrofitting existing conduit stubs, and certain short sections of conduits. C. Nipples shall be used to eliminate cutting and threading where short lengths of conduit are required. Where it is necessary to cut and thread steel conduit, exposed threads will be field galvanized. D. All conduit and fittings shall be free from burrs and rough places. Standard manufactured elbows, nipples, tees, reducers, bends, couplings, union, etc. of the same materials and treatment as the straight conduit pipe shall be tightly connected to the conduit. E. All conduit ends shall be provided with a bushing to protect the cable from abrasion, except for open ends of conduit being placed for future use. Bushings shall have grounding fittings which shall be connected to the grounding system by a #6 ground wire as contained in these specifications. F. All conduit placed for future use shall be threaded and capped with threaded metal pipe caps. G. All conduits shall drain, except for specific locations approved by the ENGINEER. CONTRACTOR will not be allowed to bend conduits upward to accomplish the conduit clearances shown on the handhole details. 3.06 - Trenching And Backfilling For Traffic Signals A. Secure written approval of the City prior to any trenching or excavation within the drip line of any tree. B. Trenches shall be excavated to such depth as necessary to provide 12 inch to 18 inch cover over the conduit. All cinders, broken concrete or other hard abrasive materials shall be removed and shall not be used for backfill. The trench shall be free of such materials before the conduit is placed. No conduit shall be placed prior to inspection of the trench by the ENGINEER. C. All trenches shall be backfilled as soon as possible after installation of conduit. Backfill material shall be deposited in the trench in layers not to exceed 6 inches in depth and each layer shall be thoroughly compacted before the next layer is placed. Hard materials shall not be placed within 6 inches of the conduit. D. Whenever excavation is made across parkways, gravel driveways, or sodded areas, the sod, topsoil, crushed stone and gravel shall be replaced or restored as nearly as possible to its original condition and the whole area involved shall be left in a neat and presentable condition. Concrete sidewalk pavements, and base courses and bituminous surfaces shall be replaced with new materials and the cost shall be incidental to the work. -1 C-) tl �rl ' TS -31 3.07 - Pushed Conduit A. It is intended that all conduit be placed without disturbing the existing pavement, and the term "pushed" is used. "Pushed" conduit shall be placed by jacking, pushing, boring or any other means necessary to place the conduit without cutting or removing pavement. B. Removal of pavement will require prior approval of the ENGINEER. Replacement of removed pavement .will be done according to plan details and no additional payment will be made. C. Plan quantities for pushed conduit include at least two feet of pushed conduit behind each curb. D. The maximum conduit depth at handholes for all conduits, including pushed conduit, is as shown on the plans. CONTRACTOR must push a mole (without conduit) at least four (4) times before consideration will be given to allowing an upward bend in the conduit. 3.08 - Electrical A. All conductor cable combinations shall be shown on the plans. No substitutions will be permitted. Each signal head shall be wired separately from the handhole comportment in the pole base to the signal head. B. The signal cable color codes shall be as follows: Iowa City Color Codes I tape = Left turn signal; 2 tape = Through signals; 3 tape = Right tun signal. Tapes shall be color coded as follows: Blue = NE Corner; Orange = Southeast Corner; Yellow = Southwest Corner; Green = Northwest Corner. Video cable tapes shall be similarly color coded. 4 conductor cable Green Ball - Green Yellow Ball - Black Red Ball - Red Sig. Common - White 7 conductor cable Green Ball - Yellow Ball - Red Ball - Green Arrow - Yellow Arrow - Sig. Common - Green Orange Red Blue Black White & W /BK TS -32 � c a CD ) ..- FrI u7 9 Conductor Cables Pedestrian Signals Walk —main st Green Don't Walk — main st Red Walk - side st Green \Bik Don't walk - side st Red \Blk Sig. Common - White Pushbutton - main st Orange Pushbutton — side st Black PB Common - WBK C. One electrical splice in the handhole compartment of the pole base will be allowed for the signal circuit wiring. All signal circuit cable runs shall be one continuous length of cable fi•om the connections made in the handhole compartment of the signal pole bases to the terminal compartment in the controller base. Street lights will be fused with a 5 amp fuse in each pole base using a Type HEB -AA Fuseholder. D. Conductor groupings and splicings may be made in the terminal compartment in the controller cabinet. E. The loop detector lead -in cable shall be one continuous length of cable from the terminal compartment of the controller cabinet to a splice made with the loop detector wires in the first handhole or pole base handhole compartment provided adjacent to the loop detector. Details of the loop detector splices are shown on the plans. F. Cables shall be pulled through conduit by means of a cable grip designed to provide a firm hold upon the exterior covering of the cable or cables, with a minimum of dragging on the ground or pavement. This shall be accomplished by means of reels mounted on jacks or other suitable devices. Frame- mounted pulleys, or other suitable devices shall be used for pulling the cable out of conduits into handholes. Only vegetable lubricants may be used to facilitate the pulling of cable. Contractor shall leave a pull string in each conduit. Each signal cable shall be identified with the City's taping spec in the controller cabinet,handholes, pole base handhole, pedestal handhole and at any splice or junction location. Identification ties shall be provided both on the cable from the controller and the cables leading to the heads for a splice in a pole base handhole. In addition, the cables shall be identified in each handhole and at the pole bases using colored tape as follows: 1 tape = Left turn signal; 2 tape = Through signals; 3 tape = Right turn signal. Tapes shall be color coded as follows: Blue = NE Corner; Orange = Southeast Corner; Yellow = Southwest Corner; Green = Northwest Corner. Video cable tapes shall be similarly color coded. G. Cable slack shall be as follows: four feet in handholes c7 — two feet in signal bases `-1 two feet in the terminal compartment of the controller base No slack will be allowed in the loop detector lead -in cable after the initial splice. H. Connectors shall be of the proper size for the number and size of the wires being Wpnected. 1. Wire ends must be thoroughly cleaned after the insulation is stripped off to insure complete contact with another wire, or the connector. If strands are damaged when the insulation is removed, the section of the cable must be discarded. Nicked or damaged conductor strands will not be permitted inside of connectors. Loose wire ends shall not be used as "shims" to make a connection. TS -33 J. Electrical tape shall not be applied to the finished connections. Signal cable insulation shall extend beneath the insulated portion of the connector. Any connection with exposed bare wire shall be redone by the CONTRACTOR. K. Covered connections must be arranged so that they will not be in contact with the metal poles. Connections in the poles shall be pointed up to prevent accumulation of moisture in the connection. L. Loop detector splices shall be capable of satisfactory operations under continuous immersion in water. M. Cable connections in signal heads and controller cabinets shall be made at the terminal Weeks provided for this purpose. All stranded wires inserted under a binder head screw shall be equipped with a solderless pressure type spade connector with a pre - insulated shank. All solid wire shall have an eye and shall not have a terminal connector. N. Service cable shall be continuous from the disconnect switch located on the service pole to the terminal compartment of the controller cabinet. O. Interconnect cable or fiber shall be continuous from controller to controller.A tracer wire shall be installed in all conduits with signal cables, detector lead -in cables, or communication cables. The tracer wire shall be identified in the controller cabinet, handholes, and poles by means of identification tags. The tracer wire shall be spliced in the handholes to form a continuous network. The tracer wire shall have an orange jacket. 3.09 - Pole Erection A. All poles are to be erected vertically and securely bolted to the cast -in -place concrete foundations at the locations shown on the plans. B. Leveling shall be accomplished by the use of nuts on each anchor bolt. One nut shall be turned on each anchor bolt and the pole placed in position on these nuts. The top nuts shall then be placed loosely and the pole adjusted to the vertical position by adjusting both the upper and lower nuts. C. After the pole is securely fastened, install metal strips in the area between the pole and the base. The metal strips and the method of attachment shall be approved by the ENGINEER. D. Each pole shall be grounded from the pole to the foundation ground rod by a No. 6 AWG bare copper ground wire. E. Poles shall be placed so that modifications and /or attachments are correctly oriented, as indicated on the plans. F. The foundations must be given seven days to cure before poles are erected. The center of the poles are to be set back from the curb, a distance shown on the plans. Poles shall be erected so that they are plumb with traffic signals installed, in line, and all the same relative height above the centerline of the street and with the mast arms correctly oriented as shown on the plans. G. Poles must be erected so that they are plumb with traffic signal heads. The man 11factnnarl recommendation for raking should be observed when setting the pole to assure that if g' plumb when the load is applied. u � H. Mast arm assemblies shall be furnished and installed by the CONTRACTOR. When pro -r used painted mast arm assemblies are specified, the CONTRACTOR shall prime, and paint) the mast arm assemblies with the following method: 1. Remove all rust, scale, and loose paint from the surface by sanding or power tool cleaning (SSPC- SP -3). CONTRACTOR to use care when power tool cleaning to avoid burning, polishing, or grinding surface dirt into the existing paint surface. Hand tool cleaning (SSPC -SP -2) will be allowed only in areas accessible to power tool cleaning. TS -34 2. Remove all chalking, dirt, and other foreign material from the entire surface by application of petroleum solvent (i.e. paint thinner, mineral spirits, etc.) and wiping the entire surface with clean rags. 3. All bare metal surfaces exposed by the cleaning operation shall be spot primed the same day to avoid flash rusting. 4. After the primed areas have dried, apply one coat of finish paint. 5. Primer and paint must be approved by the ENGINEER. 3.10 - Loop Detectors A. Loop detectors shall be installed in accordance with the plans. Adjustments in the locations shall be made to minimize the location of the loop wire across construction joints. Locations of the loops shall be subject to the approval of the ENGINEER. The cabinet end of the cable shall be clearly tagged identifying the loop. B. The slot for the loop shall be constructed as per plan. The slot shall be completely clean of all loose debris and have a smooth bottom. C. New PCC pavement shall not be sawed until seven days after pour unless approved by ENGINEER. D. Loop detectors shall be connected to the controller with shielded cable. No splices will be allowed in this cable. E. Upon completing the loop installation in the field cabinet and prior to sealing the loop in the pavement, the CONTRACTOR shall notify the ENGINEER who may meter the loops by test instruments capable of measuring electrical values of installed loop wires and lead -ins to measure induced AC voltage, inductance in microhenries, high -low "Q" indication, leakage resistance in megaohms, and the resistance of the conductors in ohms. L An acceptable load installation shall be defined as follows: a) Induced voltage test; No deflection on the pointer of a volt meter b) Inductance: The inductance reading on the loop tester is approximately the calculated value or with approval of the ENGINEER is between 100 mh and 200 mh. c) Loop Q: Deflection of the pointer to the upper side of the scale. d) Leakage to Ground: Deflection of the pointer to above 100 megaohms. e) Loop Resistance: The resistance reading on an ohm meter is approximately the calculated value. 2. An unacceptable loop installation shall be defined as follows: a) Inductance: The inductance reading is below 90 mh or above 250 rob. b) Leakage to Ground: i o Deflection of the pointer to below 100 megaohms. °; r— c) Loop Resistance; �,ti •:,�,� The resistance reading is 50% more than calculated. c.. 3.11 - Signals A. All signal faces and indicators shall be furnished by the CONTRACTOR and installed as shown on the plans. Pole mounted signal heads and pedestrian push buttons are shown on the plans and schematic drawings in schematic form only. Pole mounted signal heads are TS -35 generally intended to be mounted on the face of pole with respect to oncoming traffic. (See Signal Head Mounting Details.) Modifications to this are required when the view of the pole mounted signal indication is blocked. (See Paragraph 3.1 1E). Pedestrian push buttons shall be installed on the face of the pole in 90° increments with respect to the mast arm. The push button shall be located on the pole face so the arrow on the R10 -4 sign directs pedestrians to the appropriate crosswalk. B. All optically limited signal heads shall be properly masked to limit their field of view as directed by the ENGINEER. C. Backplates shall be installed and properly secured for the traffic signal heads. D. All signal heads shall be kept securely covered until such time as the signals are put into operation. E• The location of signal heads in which the view of the indications is blocked or partially blocked by utility poles, trees or other physical obstructions shall be adjusted to a location approved by the ENGINEER. Standard heights and locations shown on the plans are typical for unobstructed locations. Signal heads installed without approval of the ENGINEER, which in the opinion of the ENGINEER are obstructed, shall be relocated at the CONTRACTOR's expense. Holes in the poles due to this signal relocation shall be plugged in a manner acceptable to the ENGINEER. 3.12 - Controller A. The controller cabinet shall be mounted with the back of the cabinet toward the intersection such that the signal heads can be viewed while facing the controller. B. All field wiring must be directly attached to the wiring lugs. Attachment of wiring shall be in a neat and workmanlike manner. All connections at the controller shall be done by City Traffic Engineering personnel. C. All conduit openings in the controller cabinet shall be sealed with an approved sealing compound. This compound shall be a readily workable at temperatures as low as 30 degrees F and shall not melt or run at temperatures as high as 300 degrees F. D. All wiring diagrams, set-vice manuals, instructions for installing and maintaining the equipment and advice as to timing and operation shall be delivered to the ENGINEER in good condition. E. The ENGINEER or his representative shall inspect the installation before activation and shall be present at the time the controller is activated to assure that the controller is installed in accordance with the manufacturer's recommendations. 3.13 - Ground Rods A. Ground wires shall be connected to ground rods with one piece nonferrous clamps which employ set screws as tightening devices. Connections to ground rods need not be taped. B. Each steel pole or pedestal shall be firmly connected to the ground rod provided, by means of the grounding terminal specified in these special provisions. Placing the ground wire under an anchor bolt nut, anchor bolt cover, or similar device will not be permitted. j 3.14 - Equipment Testing A. The result of all testing shall be recorded along with date of test, name of pei son perform' test, brand name, model number, serial number of equipment used during test, and any other pertinent information and data. B. When the CONTRACTOR's work is complete and the project is open to normal traffic, the CONTRACTOR shall notify the ENGINEER in writing the date the signal will bey ready for testing. C. Initial traffic signal timings and timing adjustments will be performed by the ENGINEER. D. Upon concurrence of the ENGINEER, the CONTRACTOR shall place any signal in operation for a consecutive 30 -day test period. Any failure or malfunction of the equipment TS -36 supplied or installation performed by the CONTRACTOR shall be corrected at the CONTRACTOR's expense and the signal tested for an additional 30 consecutive day period. This procedure shall be repeated until the signal equipment has operated satisfactorily for 30 consecutive days. E. If the signal is to operate independently of other signals or signal systems, it shall be tested as a single installation. F. If the signal is pail of a system, the test period shall not be started until all signals in the system are ready to be tested, The system shall be tested as a unit. G. The CONTRACTOR shall initiate correction of any failure malfunction of the signal installation within 24 hours of notification by the ENGINEER. The ENGINEER will correct any failure or malfunction of the signal installation not investigated by the CONTRACTOR within the above time period, and will deduct its expenses from the CONTRACTOR's final payment. H. Ground testing shall conform to Section 2523.21 of the Iowa DOT Standard Specifications for Highway and Bridge Construction. 3.15 - Clean -Up A. Upon completion of the work in this Section, remove from the site all rubbish, trash debris resulting from operations. Leave the site in a neat and orderly condition. N C'7 TS -37 �7— � tvice a CD TS -37 PART 4 — METHOD OF MEASUREMENT AND BASIS OF PAYMENT 4,01 — Method of Measurement Payment for Traffic Signalization will be as follows: A. This item will be the lump sum for Traffic Signalization. 4.02 — Basis of Payment A. Payment for Traffic Signalization shall be full compensation for supplying all equipment, labor, and materials necessary to install, erect, and operate a complete, fully functional traffic signal system, including but not limited to traffic signal poles, mast arms, bases, signal lights, luminaires on combination street light /signal poles, wiring, conduits, handholes, controllers, cabinets, coordination with utilities, video detection system, testing, and all other miscellaneous hardware, software or any other items necessary to complete the traffic signal system in place. END OF SPECIAL PROVISION 71 n, `I TS -38 ROADWAY LIGHTING PART1 GENERAL 1.01 - Section Includes A. General product requirements. B. 'rransportation, handling, storage and protections. C. Product option requirements. D. Substitution limitations and procedures. E. Spare parts and maintenance materials. F. Load Centers. G. Groundin and bonding components. H. Electrical entification. I. Low Voltag Electrical Power Conductors and Cables. J. Conduit. K. Boxes, L. Wiring Devices. M. Exterior Luminaires. N. Cabinet 1.02 - Reference Standards A. NECA 1 — Standard Practice for Good Workm ship in Electrical Contracting; National Electrical Contractors Associat n. B. NEMA AB 1 — Molded Case Cir it Breakers. C. NEMA FB 1 — Fittings, Cast Me I Boxes rd Conduit Bodies for Conduit, Electrical Metallic Tubing and Cable; National lectric Manufacturers Association. D. NEMA KS 1 — Enclosed and Miscellai ou Distribution Equipment Switches (600 Volts Maximum); National Electrical Manufact - rs Association. E. NEMA OS 1 — Sheet Steel Outlet Box Device Boxes, Covers and Box Supports; National Electrical Manufacturers Associ ion. F. NEMA PB 1 — Panelboards; National El trical anufacturers Association. G. NEMA PB 1.1 — General Instructions r Proper istallation, Operation and Maintenance of Panelboards Rated 600 Volts or Les ; National El trical Manufacturers Association. H. NEMA RN 1 — Polyvinyl Chlorid (PVC) Externa Coated Galvanized Rigid Steel Conduit and Intermediate Metal Cot uit; National Elect'cal Manufacturers Association. I. NEMA TC 3 — PVC Fittings for Use with Rigid PVC Conduit and Tubing; National J. NFPA 70 — National Electrical C de, National Fire Protection ssociation. K. NETA STD ATS — Acceptanc Testing Specifications for EI trical )Power Distribution Equipment and Systems; Inter tional Electrical Testing Associat n. L. NECA 101 — Standard for In alling Steel Conduit (Rigid, IMC, E T); National Electrical Contractors Association. M. ANSI C82.4 — American ational Standard for Ballasts for High -Int psity- Discharge.ah) Low Pressure Sodium La ps (Multiple Supply Type). N. IESNA RP -8 — Americ i National Standard Practice for Roadway Lighting; IlPuminating Engineering Society of orth America (ANSWES RP8). O. NECAJESNA 501 — ecommended Practice for Installing Exterior Lighting Systems. RL- I P. IESNA RP -20 — Lighting for Parking Facilities; Illuminating Engineering Society of North America. 1.03 - Submittals A. Submit manufacturer's standard published data. Mark each copy to identify applicable products, models, options, dimensions, colors, configurations and other data relevant to the specific product. Supplement manufacturer's standard data to provide information specific to this project. B. Shop Drawings: Shop drawings shall be prepared specifically or this project. C. Paielboards: Indicate outline and support point dimensions voltage, main bus ampacity, integrated short circuit ampere rating, circuit breaker and f Bible switch arrangement and sizes. D. Manufacturer's Inst Ilation Instructions: Indica:-all ation conditions and limitations of use stipulated by pr duct testing agency. I tructions for storage, handling, protection, examinatio ,preparation and installaroduct. E. Indicate dimensions an components for each e that is not a standard product of the manufacturer. F. Provide dimensions, rating and performance dal luminaires. G. Manufacturer's installation tstructions shall bded and shall indicate application conditions and limitations oft e stipulated by pesting agency. Include instructions for storage, handling, protecti t, examinationation, installation and starting of luminaires. 1.04 - Performance Requirements A. Grounding System Resistance: 5 ohm . 1.05 - Quality Assurance A. Conform to requirements ofNFPA 70. B. Furnish products listed and classified by der, purpose specified and indicated. 1.06 - Delivery, Storage and Handling \ A. Accept products on site and inspect for damage. 1. Protect products from corrosion, d mage and and providing appropriate coveria . Protect PVC conduit from sunligh . PART2 PRODUCTS 2.01 - Products A. Do not use materials and permitted by the contract B. Wiring Terminations: Pr sizes and materials indic box. 2.02 - Manufacturers Laboratories Inc, as suitable for the of debris by storing above grade removed from existing terminal lugs to match branch cii Size terminal lugs to NFPA 70, except as specifically conductor', quantities, rdelugs for terminal U 1. Load Center: Squar 'D, General Electric, Cutler- Hammer or Siemens.' 2. Boxes: Appleton, ��eel City, National Electric or approved equivalent. 3. Wall Switches: Hubbell CS Series or equal Pass and Seymour or Leviton. 4. Receptacles: Hubbell CR series or equal Pass and Seymour or Leviton. e 5. Photocell; Intermatic, Paragon, or Precision. RL -2 2.03 - Product Options A. Products Specified by Naming One or More Manufacturers: Use a product of one of the manufacturers named and meeting specifications, no options or substitutions allowed. B. Products Specified by Naming One or More Manufacturers With a Provision for Substitutions: Submit a request for substitution for any manufacturer not named. 2.04 - Spare Parts and Maintenance Products A. Provide spare parts, maintenance and extra products of type and in quantities specified in individual specification sections. 2.05 - Load Centers A. Description: C -cuit breaker load center, with bus ratings s indicated B, Minimum Integi ted Short Circuit Rating: Minimum 000 amperes RMS symmetrical (no series ratings re allowed). C. Molded Case Circuit Breakers: Plug -on type therma magnetic trip circuit breakers, with common trip handle r all poles, UL listed. 1. Do not use tandem cu - nit breakers. D. Enclosure: General Purpo e E. Box: Surface type with do r, and pull ring and atch on door. Finish in manufacturer's standard gray enamel. F. Surge Suppression: Provide 27 per phase sur a protective device. The device shall fit in a two -pole circuit breaker space. 2.06 - Electrodes A. Rod Electrodes: Copper. 1. Diameter: % inch. 2. Length: 10 feet. 2.07 - Connectors and Accessories A. Mechanical Connectors: Bronze. B. Exothermic Connections: Cadweld. C. Wire: Stranded copper. D. Grounding Electrode Conductor: S ze to meet NFP 70 requirements. 2.08 - Electrical Identification A. Nameplates 1. Engraved three -layer lamin ted plastic, black letters n white background. Install on panelboards and lighting c enactors. 2. Letter Size: Use 144 inch I ers for identifying grouped equ' meet. B. Wire Markers 1. Description: Tape type vire markers on feeder cables #8 and arger. Branch circuit wire and cables #10 and s ller shall be factory color coded by inte ral pigmentation. 2. Locations: Each con actor at panelboard gutters and each loa connection at junction boxes. C. Underground Warni g Tape I. Description: 4 -i ch wide plastic tape, colored red with suitable warning legend describing buri electrical lines. E� 2.09 - Wiring Requirements _` T i A. Use stranded conductors for all circuits. RL -3 B. Use conductor not smaller than 10 AWG for power and lighting circuits. C. Conductor sizes are based on copper. Aluminum conductors are not allowed. D. Conductor shall be stranded copper, insulated wire. E. Wire insulation shall be NFPA 70 Type THIIN /THWN with insulation voltage rating of 600 volts. 2.10 - Wiring Connectors A. Split bolt connectors B. Solderless Pressure Connectors shall be 3M Scotchlok Brand or approved equal. C. Where tapping of conductors is required, use minimum of tw layers wrapped half lapped. Tape shall be a minimum of 150% of thickness of insulation. Tape shall be U.L. listed 3M Scotch Brand 33 +. 2.11 - Conduit A. Conduit size shal comply with NFPA 70. B. Minimum size of e ctrical conduits shall be' /4 inch mile otherwise specified. C. Underground installa 'ons: 1. In or Under Slab o Grade: Use rigid steel condt it or thickwall nonmetallic conduit (Schedule 80 PVC or e uivalent wall thickness HD E), 2. Minimum size is 1 inch. 3. Other locations shall be Sch tile 40 or Sched le 80 PVC, or equivalent wall thickness HDPE. D. Dry Locations: 1. Concealed: Use rigid steel condm interm diated metal conduit, or electrical metallic tubing. a. Electrical metallic tubing may be a inside the lighting control cabinet. 2. Exposed: Use rigid steel conduit or inter ediate metal conduit. E. Metal Conduit 1. Fittings and Conduit Bodies: NEMA 1; if terial to match conduit. F. PVC Coated Metal Conduit 1. Description: NEMA RN 1; Rigid st el conduit w If external PVC coating. 2. Manufacturers: Robroy Industries Iasti -Bond or a uivalent by OCAL, Inc. or approved equivalent. 3. Fittings and Conduit Bodies: N MA FB 1; steel fitti s with external PVC coating to match conduit. G. Electrical Metallic Tubing (EM 1. Description: ANSI C80.3; G Ivanized tubing. 2. Fittings and Conduit Bodie : NEMA FB 1; steel or cast comp ssion;Vpe. H. Nonmetallic Conduit`s 1. Description: NEMA TC ; Schedule 40 or 80 PVC. c_) 2. Fittings and Conduit B dies: NEMA TC 3. }� 2.12 - Outlet Boxes A. Exterior outlet boxes hall be gasketed cast aluminum type with threade openings, able to accept "in use" typ weatherproof coverplate. B. Pull and Junction oxes RL -4 I . Fiberglass handholes shall be die molded glass fiber handholes and shall meet the following requirements: a. Cover shall be glass fiber weatherproof cover with nonskid finish and "ELECTRIC" molded into the cover. b. Size shall be as required per NEC for conduit /wire sizes /quantities. 2.13 - Wall Switches A. Wall twitches shall be heavy duty, AC only general use snap switch and comply with NEM WD 1. B. Body a handle shall be plastic with rocker handle. C. Wall swi lies shall have the following ratings: 1. Voltage: 20 — 277 volts AC. / 2. Current:2 amperes. 2.14 - Receptacles A. Receptacles sh\resistan avy duty, with plastic ody, and comply with NEMA WD I and WD 6. B. GFCI receptacle Type 5 — 20, 20 -a p rated, convenience receptacle with integral ground fault cerrupter to meet r gulatory requirements. Receptacles shall be "WR" weather tvoe. 2.15 - Wall Plates A. In -use weatherproof cover gasket between the hinged mounting surface. Plate in shall be cast aluminum. 2.16 - Lumir A. B. C. D. taires Furnish products as indicated in h specifications. Lamp types shall be as specific for ei LED source shall be white LE s with Poles shall meet the followin require ' be self - closing, hinged, deep outlet cover with counting plate and between the enclosure and the and labeled for wet location while in use. Covers le included on the drawings and included in the luminaire. 1. 5" Q.D. straight round A inum poles w> 2. Pole base shall be break way transformer 3. Pole installation shall i clude the following a. Handhole. b. Anchor bolts. c. Vibration dam ner. base covers per Lighting Fixture Schedule. re. _ cessories: °Ir C) 5� d. In -line fuses it pole base. e. Tenon adapt • to match fixture /arm. 4. Loading capaci ratings shall have a design wind 2.17 - Cabinet A. Cabinet shall equipment an B. Cabinet shall C. Provide panel of 90 miles per hour, minimum. a weatherproof cabinet of sufficient size %p house all required internal nclude a hinged door and must be lockable. within the cabinet for mounting of electrical equipment. RL -5 PART 3 EXECUTION 3.01 - Substitution Procedures A. Requests for substitutions must be submitted to the Engineer at least two (2) days prior to the bid opening. Comply with requirements specified in this section. B. Substitutions may be considered when a product becomes unavailable through no fault of the contractor. 1 C. A request for substitution constitutes a representation that till submitter: I. Has investigated proposed product and determined that it meets or exceeds the quality level oftl specified product. 2. Will provi the same warranty for the substitution as or the specified product. 3. Will coordin \subin ion and make changes to the work to with no additional cost to 4. Waives claitional costs or time exten apparent. D. Substitutions wonsidered when they ar or product daIs, without separate require revisioact do cuments. E. Substitution Submittal Proc ure: 1. Submit three copies of the qu to one proposed substitution. Submit shop drawings, product product equivalence. Burden of The Engineer will notify by add( 3.02 - Transportation and Handling A. Transport and handle products in transportation costs shall be paid by B. Promptly inspect shipments to en r are correct and products are not d to C. Provide equipment and person el disfigurement or soiling. for so :r work which may be required for project. which may subsequently become indicated or implied on shop drawings ten request, or when acceptance will for consideration. Limit each request and ertified test results attesting to the proposed >f i on the proposer. 2r of decision to accept or reject request. that to handle 3.03 - Storage and Protection A. Store and protect products h accordance with B. Store with seals and labels coact and legible. C. Store sensitive products i weather- tight, clir favorable to the product. with manufacturer's instructions. All comply with requirements, quantities r, cts by methods {o:,pyev(jM daipti&q, cturer's instructioiiq.,l _ ' C-1 rb led enclosures in an Qpvironment D. For exterior storage of bricated products, place on sloped huppo•ts above ground. E. Provide bonded off -si storage and protection when site do\not mit on -site storage or pro tection. Certifica of insurance is required for off -site stF. Cover products sr ject to deterioration with imperviocovering. Provide ventilation to prev nt condensation and degradation of produG. Provide equipm nt and personnel to store products by to prevent damage, disfigurement o soiling. H. Arrange stora e of products to permit access for inspection. Periodically inspect to verify products are 1 ndamaged and are maintained in acceptable condition. 3.04 - Examination A. Conductor and cables RL -6 1. Verify that raceway installation is complete and supported. 2. Protect conductors from damage and debris. B. Verify that field measurements are as shown on drawings. C. Conduit routing is shown on drawings in approximate locations unless dimensioned. Route as required to complete wiring system. D. Verify that branch circuit wiring installation for wiring devices is completed, tested, and ready for connection to devices. 3.05 - Preparation A. Degrease and clean surfaces to receive nameplates and labels. B. Completely acidd\ thoroughly swab raceway before insta ing wire. C. Clean debris frdm outlet boxes. 3.06 - Installation 2. 3. 4. 5. 6. Panelboards Install panelboards accordance with NEMA P 1.1 and NECA 1 Panelboards shall be i stalled plumb. Provide filler plates for msr Provide typed circuit dire to reflect circuiting changes r not acceptable. Replace exi situations. Provide engraved plastic nary. Ground and bond panelboard spacesin panel ards. for each brancp circuit panelboard. Revise directory to ired to balance hase loads. Hand written directories are ing directories with new updated versions in renovation B. Grounding \ 1. Provide all components necessary to electrodes. 2. install ground electrodes at locations i the grounding system(s), including rod 3, Equipment Grounding Conductor: P ovide separate, insulated conductor within each feeder and branch circuit raceway. T rrninate each end on suitable lug, bus, or bushing. C. Electrical Identification 1. Install nameplates and labels paral I to equipmen lines. 2. Secure nameplates to equipment f out using screws. 3. All j -boxes shall be legibly an permanently mark d to indicate the circuit numbers associated with the conductors i the j -box. 4. Identify feeder cables using a. 240/120 Volt System: ground — green, isolate purple. D. Conductors and Cables 1. Route wire and cable as /ng a. Wire and cable rot 4 r following colors: sc A — black, phase B — rr ground — green with yellow aired to meet project conditions. indicated as approximate unless r., neutral — whitei_;equipment ipes /bands and : switchle — im nsione.d. ii.. b. Where wire and Oble destination is indicated and routing i not show,ri;,determine exact routing an lengths required. � , c. Include wire /c le of lengths required to install connected devices within 10 feet of location show . 2. Pull all conductor into raceway at the same time. RL -7 3. Use suitable wire pulling lubricant for all wire. 4. Neatly train and lace wiring inside boxes, equipment, and panelboards. 5. Clean conductor surfaces before installing lugs and connectors. 6. Make splices, taps and terminations to carry full ampacity with no perceptible temperature rise. 7. Use split bolt connectors for copper conductor splices and taps, 6 AWG and larger. Tape ninsulated conductors and connector with electrical tape to 150 percent of insulate n rating of conductor. 8. Use sol rless pressure connectors with insulating c vers for copper conductor splices and taps, AWG and smaller. 9. Identify an color code wile and cable according t the specifications. Identify each conductor wi \ircuit it number or other designate i indicated. 10. All cable for er shall be continuous fro origin to termination where possible. I1 Splices in brit wiring shall be made in ccessible junction boxes only. Ke ep conductor spinimum. 12. The continuit conductors shall not b dependent on service comuections such as lamp holdcles, etc., where the re y oval of such devices would interrupt the continuity. E. Conduit 1. Conduit shall be concealed ti 2. Install conduit securely in a net and 3. Install conduit in accordance wit in; 4. Route conduit parallel and perpendic 5. Route conduit in and under navemen 6. Do not cross conduits in or under paN 7. Curt conduit square using saw or pipe 8. Bring conduit to shoulder or fittings - 9. Join nonmetallic conduit using manner, as specified in NECA 1. instructions. /to construction lines. sidewalk from point to point. ent or sidewalk. Ivr, de -burr cut ends. nonmetallic conduit dry and cl'a before jm entire area inserted in fitting. All w joint to c 10. Install no more that equivalent f three 90 -de bodies to make sharp changes ' i direction, a bends in metal conduit larger tI n 2 -inch size. recommended by manufacturer. Wipe ing. Apply full even coat of cement to ur for 20 minutes, minimum. gr bends between boxes. Use conduit s aro nd beams. Use factory, ,elbows for 11. Provide suitable pull string in ach empty conduit exce t sleeves and gipples::. i 12. Ground and bond conduit ace rding to specifications. et 13. Install EMT conduit within iclosure only. —,c > cD C. ...fir-°• 14. Install PVC coated galvani d rigid conduit under bridge. r• r 15. Conduit from in- ground p I boxes to GFI receptacle boxes sh II bei'hr6aded)galvanized rigid conduit. F. Boxes 1. Install boxes securely, i a neat and workmanlike manner, as speci ed in NECA 1. 2. Install in locations as hown on drawings, as approved by the Engi er, and as required for splices, taps, wir pulling, equipment connections and as required by NFPA 70. 3. Due to the scale of the drawings, certain basic items such as pull or junction boxes may not be shown. H wever, where these items are required by code, by other sections of RL -8 the specifications, or for proper installation of the work, such items shall be furnished and installed. 4. Clean interior of boxes to remove dust, debris and other material. G. Wiring Devices 1. Install wiring devices securely, in a neat and workmanlike manner, as specified in NECA 1. 2. Install devic s plumb and level. 3. Install switch with OFF position down. 4. Connect wiring evices by wrapping conductor arou d screw terminal. 5. Clean exposed sur ces to restore finish. 6. Inspect each wiring evice for defects. 7. Operate each wall swi h with circuit energized a d verify proper operation. 8. Verify that each receptac a device is energized. 9. Test each receptacle devic for proper polarity. 10. Test each GFCI receptacle d vice for proper eration. ti. Luminaires 1. Install luminaire fixtures secure , in a it at and workmanlike manner, as specified in NECA 501. 2. Provide concrete bases for poles at I cati as indicated in the plans. 3. Install poles plumb. 4. Install lamps in each luminaire. 5. Bond luminaires and metal acce sori to branch circuit equipment grounding conductor. 6. Operate each luminaire after i stallation nd connection. Inspect for improper connections and operation. 7. Clean electrical pails to remove onductive and leterious materials. 8. Remove dirt and debris fi•om a closure. 9. Clean photometric control sit aces as recommende by manufacturer. 10. Clean finishes and touch up amage. 1. Cabinet 1. Install cabinet securely in a neat and workmanli manner, and according to manufacturer's specifica ions. 3.07 - Adjusting A. Panelboards: Measure teady state load currents at each pat elboard feeder; rearrange circuits in the panelbo rd to balance the phase toads to within 0 percent of each other. Maintain proper phasil gfor multi -wire branch circuits. 3.08 - Field Quality Control / ti A. Inspect and test in accordance with NETA STD ATS except Section 4i _.? B. Perform inspections and tests listed in NETA STD ATS, Section 7.32; �_ _ s C. Perform inspections and tests listed in NETA STD ATS, Section 7.13..`- _:: ``D r 3.09 - Schedule A. See plans for lighting schedule. �0 MM waz[:w.oizsoz,'ovn nw.a.,n:cx Ta®n =w pxeen/+.,x\tuvei,a»�ns�s d LLI Ul CL N M P YI 0 I� :Mites_ W E v X Nv�ojya 70 N • C � W F -9 N 2 (l cz C- rLU cz ca �r L _ 0 J I waz[:w.oizsoz,'ovn nw.a.,n:cx Ta®n =w pxeen/+.,x\tuvei,a»�ns�s � x o — w ^, G Z ^2 \ o - W W LU _ Z O TI ^, yLLLO a W •T - p c U w m D (J a �w -- • l^ � i cz c^lz o co cz cz IT O -,..� U W I2�R�ezwz lN.'d��p'a'u.�SOIiS \so+PW WP8¢MWbSfNtlL \CbJ'9rv3 \'s we srxsnce,'W['uwepluwVSP :o,pu DUe B¢ti+MOViret \aa]1sm \s II I III I N II I III � m� — Lj° I - � J w E U o ° w ° z a ¢ z o - m O i O Z w¢ w w W' o '6 4z4 a~a F L Jm F 2 O N Y+ 1O aS �8XE0 m ❑ I ❑a o❑ s s o ®c � o E5 c w o o Z o a Z V W V G L H I C_ m N Y p O OW N O O N 2yON pM VIO li l(I >N > W O m0 QM On m Oi C m 3 N O N O M n i[l V1 (9 >iW y qwW Q j Z O �❑ itl MM W ZM LL M N WRM t0 [O 2 <❑ Z }MM Y -Z MM tLf OOm ° \ \ Z\ V1\ ❑ ¢' wmrn zmm zm Qm amrn mrn �yWMM OWMM TQ �? £ W ❑._� ¢vrcx o Mi7 �3- `� =y wn n On O ¢¢ U Vi < OWNV 'JM �Z a�= QNUW 4° IN �Zro ti O y y ¢ CWV'm Uui wry CC W� c OM ❑UO Oa O(p 3 O Oa �£ O } O BOO W Z O `c yJ CO Za C o > $ O .. p W W W y ❑a E� °saa UaoU as in3Fa� L O N C L ¢no a v a Z W L o a °wa oa °`a N N (A o u -oa iW-a x > "o U Z C �r r� r2- w 0 c o o z a o z o Q U w N < o wp W O~ C F F-W �W ZOWVI� U ?O W�Z J-W w wm¢ m�� wU oz�mF mF -z x Q m F vi < °w xF a wF `3 ¢ z��w °r¢��u� zao 'Y xw wo >vxii- f -'zaoQ wz F�'WOIna zU UOw~J OO�E J¢OrFyO� N W. KWKNO�O VOCO�3 a<ZF_WOZOwowwio¢mv1rZW�Ow?V ZQ OVQKZ 3 �t Q ��wfc�¢ym❑ i r�zOj?Q¢ 'may Z z o< S €¢?m¢os} _ °Xawmzx �aw"6'ggg3m iw1O po h zjJO2 rc o�nJ ��wQpwmF2F Q C¢�S5KCO¢$i Km O�,Q w O m � xC30yw V O }OFJZ U 2ZZ U¢ F N?xUZ ZJ (m110"2 �ai��w~�arcoWw w�pwowQ QoU oppw?ia3iti "' wFow$'¢W w z��oov¢ioFSO��� o�zzo v, rim hEN� ? J 01� CdNOLL CIhW�¢wC°mZ ¢rFwwQ> = 2KrOWZ�Wr ¢� x�z� ¢mZ�U }j xwz v°i Foz�UpO¢wztyil l�/10 Zrc¢iw�pzpa Vy �0¢OZ2WK3 .-W�OV CZdpV ¢ZO¢QH�dWY 0O1 -0080 NQUICiR40UKx? 170 <UOFd ZI/¢l lwi we srxsnce,'W['uwepluwVSP :o,pu DUe B¢ti+MOViret \aa]1sm \s 3° _ u °cu�w oa.� 8 °�ao �i `��.3 I ° � w x OF ° `� ° as <br.', �,g z�+ ° a ..° a w a �zydx pxx po "coo x n jO ono °� 5 r oLLg uzo3 °� o LL�'a° wsz oz� m z p u �'m c°'�� ,off 3� °z $ you uuOOm ° 80� pZ JS a C® 8`-v',e <a111 ari oa a k o OZ a��a z °OO °nc5i vc�i��°'a LLr-B�g z A�w 1 po aNw asry= ( J 8m.w ?> J t =" oM / ° o Fj / tiRQ ti v c i o ws © s mL m Vw o?c - �w a �� w '!N 3z� p w�o�zc Fz�w z a wZ w IZ1�N FZZ O V LD O % WO O m s m w 2) e_ w �Y I O Q V3 W W w o W G:LI z° Iw MP h e.e:arssx..z,s�z �b+o'comsx�aau w�eszi+..xvurvwn�aizn�s Wtl SS EPLii[OLbih'+'uS'EOIVSUwWII VUe p:LwAbIMtleLL \PlJ',9 N3 \5 Ld Ow¢ R =QY¢° a ¢° Fr zGZV C,J �c°;y b 3' c3 oZO z¢xo aoo ga mN N�aFo. °W g0¢ S"0' a. uUF (pT V h < J'OS °�O —pU gY0 �E O� m tCS cm CD O u2 c N CO U o ~ c < z = Z ry O �TTT��Wi3 � � 0OO O G �1$Ft.P °c m LLI —mow '° 0G m a mi rcF / cw d ffz w m ° ir W Z Z_0 z= I N Z n ^ WO o i 3 zo _ / xo I a' � a I w os �mz LLJ `m wk' LLI >� C I o y N � °wo R L'i IIx � tiY/ K Z z III I V Wtl SS EPLii[OLbih'+'uS'EOIVSUwWII VUe p:LwAbIMtleLL \PlJ',9 N3 \5 Z Q } (Y � ti _ z ?V 7r`w �z�Z GaW¢p Jn °off � o mUV G Q xW ZO m� �amN �JSN< a¢m Fm. O Z LLZ¢ Oj 6 vN e _ O VI Oyu Z N O� UO° �a 00 S' Tw =ww ?✓W�2p F ¢ �° O. } �(L o ¢i VI zp UO Jc¢iJ Wjw �z m ¢5� H ¢ �Wn• N° <6N ? OFyNj¢W =JNFR � Q NN�/iI //W+ V N Z O ZW°°2°mz mw- aO W wJOW W x ry wo � f »moo€ WNOw3 E ¢ w x 3 wz ° <x?w z°'aQ � soQZS '�caim< h `^ Jn m o z z o c�<WOrm�vri °°~w N wQ�ow �NpswJNw¢ ion °o �o U) � V U K U' }� NWN SQ °6 3UJEr OV x° Za �c NV U z — a w z N j _ J� °"' ow vsii mcn cowac uri�y Jo¢om =" ¢ in° 75 5 Z 5 N O J¢ �v Z r00 ¢ JJ�UO 6H0 si FQ�a �w�' Zlil N 0�35 O�wor �uyy'o �nrLL (n i° _ y- U U =ZUVF dmNpOJO r60U6WF�VZQ }V F� wMl u5���pLL Q 914 owa a °02�2¢wJ¢JO¢SO � °pa p�" (0 0 ❑ r rr \ N o°p�a�l- ¢z� -mmczx QmQaxmc� aQawmoo�����Fw��v�? x rib ui 16 n m m 6 Nn LLI cn of Yok > D ° w i •'^•��jg" / zzg6zo cJ y N _ f J ¢Z b 6 3 IQ_ s => € ag r n n p ZH 23 ,I II�tigN 05= Z Q 1I \UpZ� W LU °xs ZO i z 11":11 N i Z7 WO � I r In arrzs xwz�4:'d +nw, �Qie lwW+vim oue arzx,�x�w.mu \om \hmVs wea »z »z[eE /cM1'6'walew la�0151VS lai oueerzM�X/YUbiLLbm�5Na49 =e r xo � a N 2 H a�1 K U w ° 3 � U z UJ z n w x � o UJ m � 0 w R pq s n Q c s C O 61 z 0 U r I z - Q o Y ^' z CIO �\ N V J fG I Y CC Y tt K a20 U of p 0.. �a ;nZ �� G ✓:� N �z � Eiz OO N OC CU s L � o z � N m r n 3 m f � U7 2 2 i o xsz m� yaa nco y� z 2 p r� WZ. �\ #� �> z_ Q WO Q w z Ul U C Z l w w W N (_ LLJ N CO � L I � i LJ `— 4 N C[ 4 Q N '� �} C C �I �7 N wea »z »z[eE /cM1'6'walew la�0151VS lai oueerzM�X/YUbiLLbm�5Na49 r � K U W U ° 3 � z UJ n x � o UJ m � U s Q c s z - r I - o Y ^' �\ N V J fG I Y CC Y tt K p 0.. �a ;nZ �� G ✓:� N �z � Eiz OO N OC CU s Q n z wea »z »z[eE /cM1'6'walew la�0151VS lai oueerzM�X/YUbiLLbm�5Na49 t LJ N o u� G 'J W N N - O r _ z a ✓ l��.. -I � y F i ir- a III - ILI�� --r�I- � o, ra� oo� I Lu Tl- t z WZ WO ow WO n d Q C�C l� w,.::ee:o M Lbw. :iwao weivsa :o�wa r� ers.�.w�vva_wv»�,�:s � - / w J; / �� - - - - - -- occ ( \^ } \ \ « \ - & < ; m oc c c c ! \\ o \ - ». ® { } Zi) & & � !!44!44 §i((§ :)§} - z � - / w J; / �� - - - - - -- occ ( \^ } \ \ « \ - & < ; m oc c c c ! \\ o \ - ». ® { } Zi) & & � o m - i� o =� m a « os z o�cz oa C< \ w = 1 W 3 i M<owo S O9 CC _O_J R• \ El w N v m I wr ZJ.O SZiS -m"O // N �2 J W m � C Z F \\ z w x w 21 S) V K W 'R K V c� Z S U W U n LU C 2 * Z W Z - Y 3 va tiros. (�j_ WO L=�, -107 w � z N = ] Y D \ C -z u o.z °UCN M ISf 11 llR /OGh'E.1, ...... l .a.DUe vrs/ wVivet \wJ \9X3 \�5 p - ti z o v o \ 1 V Y O zol Qp 0Z2 0 a ZD LI :E<,7020-,o -�-„ xaw pm"o >s�ron // N w sa m m <i a r N.J V O O< V G to x i � in � ��� -.'��n '^ oy ��� � z�� a \ \% � ✓:° N K s ('i O� Z a Q ? WZ ZO M ? zcai zwa \ E 3" 2_ ) Z a z ucy —o ° yc 2° WD Z _ / _SZ JJ GOy G JV J °� zo° w ITT` aca n0 U � lL n 2 O a r 1 ti Z N OH° w R{ENbzkE /c/1'expgm4:yPllagSdwlaw Pueq;¢HnHUtifVYAaY:!9d;!S /) , \\ � - /�)( es \\ It "0 ` </ : \§ - ) \ / \ T \ \ - EK §4 . © ;! §f \ \ § f /�� / ! \\ q G t k \n� 3 � k l 2 \ §§ 2! 7: \ \/\ c 2:, E\ CD = w. /§y = \ � 5e(3) s Prepared by: Jason Havel, Civil Engineer, 410 E. Washington St., Iowa City, IA 52240, (319)356 -5410 RESOLUTION NO. 12 -13 RESOLUTION SETTING A PUBLIC HEARING ON JANUARY 24, 2012, ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE HIGHWAY 218 AND MELROSE AVENUE TRAFFIC SIGNALIZATION PROJECT, DIRECTING CITY CLERK TO PUBLISH NOTICE OF SAID HEARING, AND DIRECTING THE CITY ENGINEER TO PLACE SAID PLANS ON FILE FOR PUBLIC INSPECTION. WHEREAS, funds for this project are available in the Traffic Signal Projects account # 3814. BE IT RESOLVED BY THE COUNCIL OF THE CITY OF IOWA CITY, IOWA: That a public hearing on the plans, specifications, form of contract, and estimate of cost for the construction of the above - mentioned project is to be held on the 24th day of January, 2012, at 7:00 p.m. in the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. 2. That the City Clerk is hereby authorized and directed to publish notice of the public hearing for the above -named project in a newspaper published at least once weekly and having a general circulation in the City, not less than four (4) nor more than twenty (20) days before said hearing. 3. That the copy of the plans, specifications, form of contract, and estimate of cost for the construction of the above -named project is hereby ordered placed on file by the City Engineer in the office of the City Clerk for public inspection. Passed and approved this 10th day of January , 20_L2__ MAYOR ATTEST:7���iC- kaA ) CITY ERK pwenglres/setph,doc 12/11 Approved by City Attorney's Office WIZ Resolution No. Page 2 It was moved by Champion and seconded by Resolution be adopted, and upon roll call there were: AYES: x x x x x NAYS: ABSENT: the Champion Dickens Dobyns Hayek Mims Payne Throgmorton Publish 1/17 NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR THE HIGHWAY 218 AND MELROSE AVENUE TRAFFIC SIGNALIZATION PROJECT IN THE CITY OF IOWA CITY, IOWA TO ALL TAXPAYERS OF THE CITY OF IOWA CITY, IOWA, AND TO OTHER INTERESTED PERSONS: Public notice is hereby given that the City Council of the City of Iowa City, Iowa, will conduct a public hearing on plans, specifications, form of contract and estimated cost for the construction of the Highway 218 and Melrose Avenue Traffic Signalization Project in said city at 7:00 p.m. on the 24h day of January, 2012, said meeting to be held in the Emma J. Harvat Hall in the City Hall, 410 E. Washington Street in said city, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. Said plans, specifications, form of contract and estimated cost are now on file in the office of the City Clerk in the City Hall in Iowa City, Iowa, and may be inspected by any interested persons. Any interested persons may appear at said meeting of the City Council for the purpose of making objections to and comments concerning said plans, specifications, contract or the cost of making said improvement. This notice is given by order of the City Council of the City of Iowa City, Iowa and as provided by law. MARIAN K. KARR, CITY CLERK Julie Voparil From: Jason Havel Sent: Friday, January 20, 2012 12:30 PM To: Julie Voparil Subject: Highway 218 and Melrose Avenue Traffic Signalization Project Revisions Julie, The following pages should be removed from the project plans and specifications on file: 1.) Plan sheet 8 (Lighting and Interconnect Plan) 2.) The Roadway Lighting section of the specifications Please let me know if you need any additional information or if you have any questions. Thanks. Jason Havel, P.E. City of Iowa City Civil Engineer 410 E. Washington Street Iowa City, IA 52240 Phone: (319) 356 -5410 Fax: (319) 356 -500 NOTICE TO BIDDERS HIGHWAY 218 AND MELROSE AVENUE TRAFFIC SIGNALIZATION PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 P.M. on the 16'h day of February, 2012. Sealed propos- als will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 21st day of February, 2012, or at special meeting called for that purpose. The Project will involve the following: Furnish equipment, materials and labor to install a new traffic control signal at the intersection of the Highway 218 southbound ramps and Melrose Avenue, and other associated work. All work is to be done in strict compliance with the plans and specifications prepared by the Iowa City Engineer's Office of Iowa City, Iowa, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and mainte- nance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days following award of the contract, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100 %) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of one (1) year from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Specified Start Date: March 1, 2012 Specified Completion Date: May 18, 2012 Liquidated Damages: $200.00 per day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at the Iowa City Engineer's Office in Iowa City, Iowa, by bona fide bidders. No fee is required for each set of plans and specifications provided to bidders or other interested persons. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Economic Development at (515) 242 -4721 and the Iowa Department of Transportation Contracts Office at (515) 239- 1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcon- tract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully re- quired under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK Prepared by: Jason Havel, Public Works. 410 E, Washington St., Iowa City, IA 52240 (319) 356-5410 RESOLUTION NO. 12 -39 RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF CON- TRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE HIGHWAY 218 AND MELROSE AVENUE TRAFFIC SIGNALIZATION PROJECT, ESTABLISHING AMOUNT OF BID SECURITY TO ACCOMPANY EACH BID, DIRECTING CITY CLERK TO PUBLISH NOTICE TO BIDDERS, AND FIXING TIME AND PLACE FOR RECEIPT OF BIDS. WHEREAS, notice of public hearing on the plans, specifications, form of contract and estimate of cost for the above -named project was published as required by law, and the hearing thereon held; and WHEREAS, funds for this project are available in the Traffic Signal Projects account # 3814. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA THAT: 1. The plans, specifications, form of contract and estimate of cost for the above -named project are hereby approved. 2. The amount of bid security to accompany each bid for the construction of the above - named project shall be in the amount of 10% (ten percent) of bid payable to Treasurer, City of Iowa City, Iowa. 3. The City Clerk is hereby authorized and directed to publish notice, not less than 4 and not more than 45 days before the date for filing the bids, for the receipt of bids for the construction of the above -named project in a newspaper published at least once weekly and having a general circulation in the city. 4. Sealed bids for the above -named project are to be received by the City of Iowa City, Iowa, at the Office of the City Clerk, at the City Hall, before 2:30 p.m. on the 16`' day of February, 2012. At that time, the bids will be opened by the City Engineer or his designee, and thereupon referred to the City Council of the City of Iowa City, Iowa, for action upon said bids at its next regular meeting, to be held at the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, at 7:00 p.m, on the 215` day of February, 2012, or at a special meeting called for that purpose. Passed and approved this 96rh day of January , 20 1z �� MAYOR Approved by ATTEST: 2 lQiLcQ a� A!A-_-_ AU CITY CtERK City Attorney's Office P. tieng/ resfnwy218melrosesignai- appp &s.doc 1112 Resolution No. 12 -39 Page 2 It was moved by Dobyns and seconded by Dickens the Resolution be adopted, and upon roll call there were: AYES: x x x x x _x x NAYS: ABSENT: Champion Dickens Dobyns Hayek Mims Payne Tluogmorton Printer's Fee CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, SS: THE IOWA CITY PRESS- CITIZEN FED.ID #42- 0330670 being duly sworn, say that I am the legal clerk of the IOWA CITY PRESS- CITIZEN, a newspaper published in said county, and that a notice, a printed copy of which is hereto attached, was published in said paper 1__ tifne(s), on the following date(s): Lego lerk Subscribed and sworn to b ore me this /_'`day of A.D.20_ /�• Notary Public �outg LINDA Commission I MY commi o�> Januan OFFICIAL PUBLICATION NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR THE HIGHWAY 218 AND MELROSE AVENUE TRAFFIC THE CITY OF IOWA CITY, IOWA TO ALL TAXPAYERS OF THE CITY OF IOWA CITY, IOWA, AND TO OTHER INTERESTED PERSONS: Public notice Is hereby given that the City Council of the City of Iowa City, Iowa, will conduct a public hearing on plans, specifications, form of contract and estimated cost for the construction of the Highway 218 and Melrose Avenue Traffic Signalization Project in said city at 7:00 p.m. on the 24th day of January, 2012, said meeting to be held in the Emma J. Harvat Hall in the City Hall, 410 E. Washington Street in said city, or If said meeting is cancelled, at the next meeting of the City Council thereafter as post- ed by the City Clerk. Said plans, specifications, form of contract and estimated cost are now on file In the office of the City Clerk In the City Hall in Iowa City, Iowa, and may be Inspected by any Interested persons. Any Interested persons may appear at said meeting of the City Council for the purpose of making objections to and comments con- cerning said plans, specifications, contract or the cost of making said improvement. This notice Is given by order of the City Council of the City of Iowa City, Iowa and as provided by law. MARIAN K. KARR, CITY CLERK xa 1. January 17, 2012 �Pr°) Prepared by: Jason Havel, Civil Engineer, 410 E. Washington St., Iowa City, IA 52240 (319)356 -5410 RESOLUTION NO. 12 -82 RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE MAYOR TO SIGN AND THE CITY CLERK TO ATTEST A CONTRACT FOR CONSTRUCTION OF THE HIGHWAY 218 AND MELROSE AVENUE TRAFFIC SIGNALIZATION PROJECT. WHEREAS, Neumiller Electric, Inc. of Iowa City, Iowa has submitted the lowest responsible bid of $95,680.00 for construction of the above -named project; and WHEREAS, funds for this project are available in the Traffic Signal Projects account # 3814. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT: The contract for the construction of the above -named project is hereby awarded to Neumiller Electric, Inc., subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. The Mayor is hereby authorized to sign and the City Clerk to attest the contract for construction of the above -named project, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 3. The City Engineer is authorized to execute change orders as they may become necessary in the construction of the above -named project. Passed and approved this 21st day of February 20 12 u: e: Approved by ATTEST:LCILrt� CITY CLERK ity Atto ney's Of %e 2 _17 -IF It was moved by Champion and seconded by Payne the Resolution be adopted, and upon roll call there were: AYES: NAYS: X X X X x x x Pweng /reslawrdwn.hwy218melrose traHsignai.doc 2112 ABSENT: Champion Dickens Dobyns Hayek Mims Payne Throgmorton �) /') Printer's Fee $_l2 -_`�_ CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, SS: THE IOWA CITY PRESS - CITIZEN FED.ID #42- 0330670 1, R n lrEJ& S� being duly sworn, say that I ant the legal clerk of the IOWA CITY PRESS - CITIZEN, a newspaper published in said county, and that a notice, a printed copy of which is hereto attached, was published in said paper I time(s), on t11e following date(s): 'TA h) Itt A4 Legal Yer Subscribed and sworn to before me this 3644- day of A.D. 20..-td--. Notary Public [CC LINDA KROTE ommission Number 732 &19� My Commission Expires January 27 2014 OFFICIAL PUBLICATION NOTICE TO BIDDERS HIGHWAY 218 AND MELROSE AVENUE TRAFFIC SIGNALIZATION PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 P.M. on the 16th day of February, 2012. Sealed proposals will be opened imfnedi- ately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held In the Emma J. Hewer Hall at 7:00 P.M. on the 21st day of February, 2(H2, or at special meeting called for that purpose. The Project will involve the follow- ing: Furnish equipment, materials and labor to Install a new traffic control signal at the intersection of the Highway 218 southbound ramps and Melrose Avenue, and other associated work. All work is to be done In strict compliance with the plans and specifications prepared by the Iowa City Engineer's Office of Iowa City, Iowa, which have heretofore been approved by the City Council, and are on file for public exami- nation in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied In a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety j In the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the .TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City In the event the successful bidder falls to enter into a contract within ten (10) calendar days of the City Council`s award of the contract and post bond satisfactory to the City. ppsunng the faithful perfon ,once of the contract and mainte, nance of said Project, If required,' pursuant to the provisions of this notice and the other contract documents. Bid bonds of the low- est two or more bidders may be retained for period of not to exceed fifteen (15) calendar days following award of the contract, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids Is completed and reported to the City Council. The successful bidder will be required to furnish a bond In an amount equal to one hundred per- cent (100 %) of the contract price, said bond to be Issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or Indirectly by the operation of the contract, and shall also guarantee the maintenance of the Improvement for a period of one (1) year from and after its com- pletion and formal acceptance by the City Council. The following limitations shall apply to this Project: Specified Start Date: March 1, 2012 Specified Completion Date: May 18, 2012 Liquidated Damages: $200.00 per day The plans, specifications and pro- posed contract documents may be examined at the office of the City Clerk. Copies of sold plans and specifications and form of proposal blanks may be secured at the Iowa City Engineer's Office In Iowa City, Iowa, by bona fide bidders. No fee Is required for each set of plans and specifications provided to bidders or other Interested per- sons. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the - Iowa Department of Economic Development at (515) 242 -4721 and the Iowa Department of Transportation Contracts Office at (515) 239 -1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall Include - the type of work and approximate subcontract amount(s). The Contractor awarded the con - tract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quantities, unit prices and extend- ed dollar amounts. By virtue of statutory authority, preference must be given to prod- ucts and provisions grown and coal produced within the State of Iowa, and to lowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder prefer -. ence law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive techni- calities and Irregularities. Published upon order of the City Council of Iowa City, Iowa, MARIAN K. KARR, CITY CLERK acmmoozrz January 30, 2012 PERFORMANCE AND PAYMENT BOND #B- 9114695 Neumiller Electric, Inc., 605 Hwy 1 West, Iowa City, IA, as (insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and The Cincinnati Insurance Company (insert the legal title of the Surety) 6200 S Gilmore Rd, Fairfield, Ohio 45014-514 1, as Surety, hereinafter called the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter called the Owner, in the amount of Ninety -six Thousand Five Hundred Eighty and oo/ 1 00: Dollars ($ a r, F580,00 ) for the payment for which Contractor and Surety hereby bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, Contractor has, as of February 22, 2012 entered into a (date) written Agreement with Owner for the Highway 218 and Melrose Avenue Traffic Signalization Project; and WHEREAS, the Agreement requires execution of this Performance and Payment Bond, to be completed by Contractor, in accordance with plans and specifications prepared by the Iowa City Engineer's Office, which Agreement is by reference made a part hereof, and the agreed -upon work is hereafter referred to as the Project. NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION are such that, if Contractor shall promptly and faithfully perform said Agreement, then the obligation of this bond shall be null and void; otherwise it shall remain in full force and effect until satisfactory completion of the Project. A. The Surety hereby waives notice of any alteration or extension of time made by the Owner. B. Whenever Contractor shall be, and is declared by Owner to be, in default, ur (�er the Agreement, the Owner having performed Owner's obligations thereunderttleySure y ma yd7 Yrr, ew promptly remedy the default, or shall promptly: v7 � 1. Complete the Project in accordance with the terms and 10611 itio� OfrMy Agreement, or cu yr 2. Obtain a bid or bids for submission to Owner for completing the Project in accordance with the terms and conditions of the Agreement; and upon determina- tion by Owner and Surety of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available, as work progresses (even though there may be a default or a succession of defaults under the Agreement or subsequent contracts of completion arranged under this paragraph), sufficient NMI funds to pay the cost of completion, less the balance of the Contract Price, but not exceeding the amount set forth in the first paragraph hereof. The term "balance of the Contract Price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Agreement, together with any addenda and /or amendments thereto, less the amount properly paid by Owner to Contractor. C. The Contractor and Contractor's Surety shall be obligated to keep the improvements covered by this bond in good repair for a period of one (1) year from the date of formal acceptance of the improvements by the Owner. D. No right of action shall accrue to or for the use of any person, corporation or third party other than the Owner named herein or the heirs, executors, administrators or successors of Owner. IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, in accordance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, firms or corporations having contracts directly with the Principal, including any of Principal's subcontrac- tors, all claims due them for labor performed or materials furnished in the performance of the Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of Iowa, are a part of this bond to the same extent as if it were expressly set out herein. SIGNED AND SEALED THIS _22na DAY OF February , 2012. IN THE PRESENCE OF: Witness Jean Wilson �C-1 �1`0 UUJ -C�V Witness Jean Wilson M QD , ° Neumiller Electric,-Y%'C.'n (Principal) . CJ� Rachel Neum(iTAAr, Office Manage` Cincinnati Insurance Company C^ (Surety) Beth Ambrisc(cTitle) Attorney -In -Fact An Iowa Resident Agen 24 Westside Drive, (Street) Iowa City, Iowa 52246 (City, State, Zip) (319) 887 -3700 (Phone) THE CINCINNATI INSURANCE COMPANY Fairfield, Ohio POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That THE CINCINNATI INSURANCE COMPANY, a corporation organized under the laws of the State of Ohio, and having its principal office in the City of Fairfield. Ohio, does hereby constitute and appoint Terry McDonald, L. Joseph Wegman, Kristi Nielson, Jean A Wilson, Denise K Blough, David G Winegarden, Craig A Welt, Beth Ambriseo, of Iowa City, IA its true and lawful Attomcy(s) -in -Fact to sign, execute, seal and deliver on its behalf as Surety, and as its act and deed, any and all bonds, policies, undertakings, or other like instruments, as follows: Any such obligations in the United States, Five Million Dollars and 001100 ($5,000,000.00) This appointment is made under and by authority of the following resolution passed by the Hoard of Directors of said Company at a meeting held in the principal office of the Company, a quormn being present and voting, on the 6th day of December, 1958, which resolution is still in effect: RESOLVED, that the President or any Vice President be hereby authorized, and empowered to appoint Attorneys -in- Fact of the Company to execute any and all bonds, policies, undertakings, or other like instruments on behalf of the Corporation, and may authorize any officer or any such Attorney -in -Fact to affix the corporate seal; and may with or without cause modify or revoke any such appointment or authority. Any such writings so executed by such Attorneys -in- Fact shall be binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers ofthe Company. This Power of Attorney is signed and scaled by facsimile under and by the authority of the following Resolution adopted by the Hoard of Directors of the Company at a meeting duly called and held on the 7th day of December, 1973. RESOLVED, that the signature of the President or a Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted, and the signature of the Secretary or Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any such power of certificate bearing such facsimile signature and seal shall be valid and binding on the Company. Any such power so executfin:rnd scaled and certified by certificate so executed and sealed shall, with respect to any bond or undertakingtCrtvhich�m�"s attached, continue to be valid and binding on the Company.' .. IN WITNESS WHEREOF, THE CINCINNATI INSURANCE COMPANY has caused these prdgiii% Cto b,�-5ealed Z81 its corporate seal, duly attested by its Vice President this tat day of April, 2007. -�• ee �ct.lryr•�q THE CINCINNATI IN$[{r4iQCE COMP�A „t�Y 3 COMPoR.IIE a ..�ffi "� i' n i STA ' 1'L' OF OHIO ) ss: C COUNTY OF SUTLER ) Vice President On this 1st day of April, 2007, before me carne the above -named Vice President of TIIE CINCINNATI INSURANCE COMPANY, to me personally known to be the officer described herein, and acknowledged that the seal affixed to the preceding instrument is the corporate seal of said Company and the corporate seal and the signature of the officer were duly affixed and subscribed to said instrument by the authority and direction of said corporation. XAR' R, Attorney at Law OTARY PU 1 - STATE OF OHIO My commissi has no expiration date. Section 147.03 O.R.C. I, the undersigned Secretary or Assistant Secretary of THE CINCINNATI INSURANCE COMPANY, hereby certify that the above is a b-ne and correct copy of the Original Power of Attorney issued by said Company, and do hereby fin'ther certify that the said Power of Attorney is still in fill force and effect. GIVEN under my hand and seal of said Company at Fairfield, Ohio. if'ia 2 of February 2012 SEq SN -1005 (3/02) Secretary 4d(10) Prepared by: Jason Havel, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356 -5410 RESOLUTION NO. 12 -473 RESOLUTION ACCEPTING THE WORK FOR THE HIGHWAY 218 AND MELROSE AVENUE TRAFFIC SIGNALIZATION PROJECT WHEREAS, the Engineering Division has recommended that the work for construction of the Highway 218 and Melrose Avenue Traffic Signalization Project, as included in a contract between the City of Iowa City and Neumiller Electric, Inc. of Iowa City, Iowa, dated February 24, 2012, be accepted; and WHEREAS, the Engineer's Report and the performance and payment bond have been filed in the City Clerk's office; and WHEREAS, funds for this project are available in the Traffic Signal Projects account # 3814; and WHEREAS, the final contract price is $100,787.00. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT said improvements are hereby accepted by the City of Iowa City, Iowa. Passed and approved this t 3tb day of November , 20_j2_. MAYOR Approved by ATTEST: %..,-) CITY CLERK City Attorney's Office �14`1:7 It was moved by r ham inn and seconded by nobvns the Resolution be adopted, and upon roll call there were: AYES: ---y— x x x x _ x x Pweng /masters /acptwork.dw 10/12 NAYS: ABSENT: Champion Dickens Dobyns Hayek Mims Payne Throgmorton