Loading...
HomeMy WebLinkAboutTRAFFIC SIGNALIZATION/OLD HWY 218 & MORMON TREK/MCCOLLISTER BLVD/2013SIGNALIZATION/ OLD HWY 218 & MORMON • MCCOLLISTER l a�f. S;gr(Ltiz :ot Dld %�/ vay J /jj /i�Orrvvn ?>pr elvd. /"4 `�'nll;yl'er �Slvc�, l ao /3 cage ( of J_ �'#- � y - 13 :� P1��� $�ec %�; cR -eons, �?�a�,k (, � ors�r•w�-� azd e.s-4 <.,,4�a w� cas-�- Il65 se(1r;n9 p,b(r� {rfar.n�/ on �uN i`�`�dro�3 'J An 61 SP <c�- i'.;cce-t-.;.ons.� �-YOr,+. >-r ron4rmL� - .. F..25J-,��'rt¢�2 o'�. coJT'.-for 'rli -2 4�eorrs�r���l -�a�.� o'� -i%e did 1�,��iw� �!`b � /j'tarrrton� etc .Qo�cleuc,r�l €i11 ` �oll s v f'vuJPurar Tra'4 s;ejnulIZ :c a Projee-C n E I 1 1 / 1 -. 1# C 1"V.. C/er'.k. -Yo... OU.bIiSA 174,c2 O -. SICLA kOcr.t nO E d; ry c4 rte. C "4 1 l Er.9inttr 40 plkLti Sc�i< plan$ on ;� L 'YVV �µ6lic_ tns�ec� tv fQo -rice _o-F ot—t %ie4r� vzr� !; t�eLJ;S 'f �u,.s !3 l pzsolu� oy, 13 - /9�avin� %nseL cck� con-1 rAc-4- E es `,i ,a -- a,F niiSf -fot- 4)Q. 19 ! �a (LCcOriepetr-2 t&c_� . t�;j ��,C�4 .vn L'� cr� �lk.P'� 4-0 fukLtiS ) ncyk C,6_. h; J,4 x,Yq - cet�O a3 -::L,- / 3 ; � f tsoAcl, v, 13-AI award; ft - co r}-rm, 1?- and c�k -Aori �c;.2R -Ae / iv Z',q, doy¢�." �{�/ cOrOrCi� -lgvr CtTh.Sa�- Iruc-1(r-�.(n6�\ QJfI� ���9 ZIS f5 /✓�prriz0't_ 1rQ� �� /M`�([is��- g(�d. �7-rti2�F�C S��r�,za%ml, �z1 - eJan -)L 1`<rS 14-11) ENGINEER'S ESTIMATE May 10, 2013 City Clerk City of Iowa City, Iowa Re: Old Highway 218 and Mormon Trek Boulevard/ McCollister Boulevard Traffic Signalization Project Dear City Clerk: The estimate for this project is $255,000. Sincerely, Jason R. Havel, P.E. Civil Engineer "'w u01 x� CITY OF IOWA CITY 410 East Washington Street Iowa City, Iowa 52240 -1826 (319) 356 -5000 (319) 356 -5009 FAX www.icgov.org 1V,-W1 CITY OF IOWA CITY DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT FOR THE OLD HIGHWAY 218 AND MORMON TREK BOULEVARD /MCCOLLISTER BOULEVARD 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: Jason R. Havel, P.E. Project Engineer Iowa Reg. No. 19222 My license renewal date is December 31, 2014. DATE: SPECIFICATIONS TABLE OF CONTENTS TITLE SHEET TABLE OF CONTENTS NOTICE TO BIDDERS ............................................................ ............................... AF -1 NOTETO BIDDERS ................................................................ ............................... NB -1 FORM OF PROPOSAL ............................................................ ............................... FP -1 BIDBOND- ................................... _ ....................................................................... BB -1 FORMOF AGREEMENT ......................................................... ............................... AG-1 PERFORMANCE AND PAYMENT BOND ............................... ............................... PB -1 CONTRACT COMPLIANCE (ANTI- DISCRIMINATION REQUIREMENTS) .................... ............................... CC -1 GENERALCONDITIONS ........................................................ ............................... GC -1 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 PLANS NOTICE TO BIDDERS OLD HIGHWAY 218 AND MORMON TREK BOULEVARD /MCCOLLISTER BOULEVARD 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 1 P day of July, 2013. Sealed proposals 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 23rd day of July, 2013, 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 Old Highway 218 and Mormon Trek Boulevard /McCollister Boulevard, 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 It 0) 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 AF -1 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: August 1, 2013 Specified Completion Date: September 30, 2013 Liquidated Damages: $500.00 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 NOTE TO BIDDERS 1. 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. Bid submittals are: Envelope 1: Envelope 2: Bid Bond Form of Proposal NB -1 FORM OF PROPOSAL OLD HIGHWAY 218 AND MORMON TREK BOULEVARD /MCCOLLISTER BOULEVARD 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 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 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 DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 1 Mobilization LS 1 2 Traffic Control LS 1 3 Traffic Signalization LS 1 4 Interconnect LS 1 5 Painted Pavement Marking STA 10.0 TOTAL EXTENDED AMOUNT: $ FP -1 FORM OF PROPOSAL HIGHWAY 218 AND MORMON TREK BOULEVARD /MCCO \ BOULEVARD TRAFFIC SIGNALIZATION PROJECT CITY OF IOWA CITY NOTICE TO BI PLEASED NOT USE THE FORM OF PROPOSAL IN VOLUME OF E SPECIFICATIONS. SEPARATE COPIES CONTAINED WITHIN THE BACK COVER OF THIS DOCUM Name of Bidder Address of Bidder TO: City Clerk City of Iowa City City Hall 410 E. Washington St. Iowa City, IA 52240 DIED IN THE BOUND THIS PROPOSAL ARE The undersigned bidder submAthe herewith bid security in the amount of in accordance w terms set forth in the 'Project Specifications." The undersigned bidder, having examine and determined the scope of the Contract Documents, hereby proposes to provi e the requi d labor, services, materials and equipment and to perform the Project as de bribed in the Contract Documents, including Addenda and and to do all wor at the prices set forth herein. We further propose to do II "Extra Work" which ay be required to complete the work contemplated, at unit prices or lu p sums to be agreed upoN in writing prior to starting such work. ITEM DESCRIPTION UNIT ESTIMATE QUANTITY UNIT PRICE AMOUNT 1 Mobilization LS 1 2 Traffic Control LS 1 3 Traffic Signaliz tion LS 1 4 Painted Pav ent Marking STA 10.0 FP -1 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 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 for rI the Old Highway 218 and Mormon Trek Boulevard /McCollister Boulevard Traffic S'ignalization Project. NOW, THEREFORE, (a) (b) If said Bid shall be rejected, or in the alternate, 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_ (Seal) Witness Principal By (Title) (Seal) Surety By Witness (Attorney -in -fact) Attach Power -of- Attorney 3 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 10th day of May, 2013, for the Old Highway 218 and Mormon Trek Boulevard /McCollister Boulevard 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 2012, Iowa Department of Transportation, as amended; C. Plans; d. Specifications and Supplementary Conditions; e. Notice to Bidders; f. Note to Bidders; g. Performance and Payment Bond; h. Restriction on Non - Resident Bidding on Non - Federal -Aid Projects; 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 CCU ATTEST: City Clerk AG -2 Contractor ATTEST: (Title) (Company Official) Approved By: City Attorney's Office 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 Old Highway 218 and Mormon Trek Boulevard /McCollister: Boulevard 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 promptly remedy the default, or shall promptly: 1. Complete the Project in accordance with the terms and conditions of 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 EM 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 IN THE PRESENCE OF: Witness Witness am DAY OF (Principal) (Title) (Surety) (Title) (Street) (City, State, Zip) (Phone) • i � 1 CITY OF IOWA CITY SECTION 1 - 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. 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. mgAassftontractcompIiance.doc 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 2 THROUGH 3 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 se q.) 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 is 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. mgAassftonlractcompliance.doc 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 Phone Number Title Print Name Date mgAassftontractcompIlance.doc CC -3 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. 2. 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, transfer 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 training 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. 12/01 mg6assftontractcompliance.doc CC -4 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. GC -5 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) 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 CC -6 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 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) CC -7 To all employees of This Company and its employees shall not discriminate against any employee or applicant for employment based on his or her age, color, creed, disability, national origin, gender identity, marital status, race, religion, sex, or sexual orientation. The anti - discrimination policy extends to decisions involving hiring, 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. Further, this Company and its employees will provide a working environment free from such discrimination. All employees are encouraged to refer minority and women applicants and applicants with disabilities for employment. The Equal Employment Opportunity Officer for the is: Name: Address: Telephone Number: NOTE: This is a SAMPLE ONLY. You may wish to confer with your EEO officer or legal counsel to formulate a policy which specifically meets the needs of your company. 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 2012, as amended, shall apply except as amended in the Supplementary Conditions. 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 2012, 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 their 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 of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2012, as amended. S -2 LIMITATIONS OF OPERATIONS. Add the following paragraph to 1108.03 of the IDOT STANDARD SPECIFICATIONS: 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. A. 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 heCS(r', to be in effect,fgr.- 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. 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. B. 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 Bodily Injury & Property Damage* Each Occurrence Aggregate $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: 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 available to pay damages for which the insured Contractor becomes liable, or for which the insured assumes liability under the indemnity agreement herein contained, and such coverage amount shall not be subject to reduction by virtue of investigation or defense costs incurred by Contractor's insurer. The entire amount of the Contractor's liability insurance policy coverage limits 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 coveha&,'therr 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. "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. 6. 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 The Contractor shall indemnify, defend and hold harmless the City of Iowa City and its 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 IDOT 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 IDOT 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. 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 them- 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 IDOT 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 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: 5/13 S:\ENG\HavehTraffc Signals \Old Highway 218 and Mormon Trek\Speos Old Hwy 218 and Mormon Trek Front End (Formal).doc 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 flashing lights installed by others at the railroad crossing on McCollister Boulevard, cast of Old Highway 218. 3. Install conduits, handholes, fiber optic cable and other work associated with interconnecting the traffic signal with existing and future City facilities. 4. Install new pavement markings. 5. Other work associated with traffic signalization. 6/13 S:\ \G \Havel \TreRc Signals \Old Highway 218 and Alonnon Trek \Spees\O 10 I O.DOC 01010-1 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 flashing lights railroad crossing on McCollister Boulevard, east of Old Higl 3. Install new pavement mar ings. 4. Other work associated wi b affic signalization. 5/13 S :TNG\Have1\Traaic Signals \Old Highs, 218 and hdonnon Trck\Spm \01010.D0C by others at the 218. 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 SCOPEOFPAYMENT: A. The Contractor shall accept the compensation as herein provided as full payment for furnishing materials, labor, tools and equipment and for performing work trader 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. Construction items may be bid as a lump sum or as itemized work, which will be paid on a unit cost basis. fit 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. PART 2- PRODUCTS 2.01 NONE PART 3 - EXECUTION 3.01 PROCEDURE: 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 file items listed in the FORM OF PROPOSAL. Eaoh unit or lump sum price stated shall constitute full 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 from 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. The Contractor must pay for all parking permit fees, meter hoods, lot and ramp fees, and parking tickets. The Contractor must figure these costs into their bid prices. The City will not waive parking fees or fines, Permits paid for by the Contractor will be issued only for construction vehicles, not personal vehicles. The Contractor shall be responsible for continuous cleaning of mud and debris off adjacent driveways, streets, sidewalks and private property, when mud 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 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 filly operational traffic signal, including all incidental items, as shown in the project documents. Restoration of areas impacted by construction of the traffic signal 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 also includes all materials, equipment and labor necessary to make connections to the Flashing light system to be installed by others at the railroad crossing on McCollister Boulevard. The Contractor shall coordinate with the Railroad (and their contractor) regarding this work and shall provide all connections (and related work) necessary to ensure the new traffic signal includes preemption for trains when they are present. 4. Interconnect The lump stun price for this item includes all equipment, materials and labor required to install the complete interconnect system, including all incidental items, as shown in the project documents. This work includes, but is not limited to, all conduits, handholes, fiber optic cable, tracer wire, pull tape, duct plugs, geotextile materials, couplings, grounding materials and hardware, granular material and other associated work. Restoration of areas impacted by construction of the interconnect system 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. 5. 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. This item includes both white and yellow painted pavement makings. 5/13 $TNCq la,ch'Fraffic Signals \Ol d Highway 21 Band hiommn TTA %SpecA01025, OOC 01025 -3 B. BID ITEM DESCRIPTIONS Mobilization The unit price for this item will be paid based upon the percent of the mplete project. This shall include the planning, organization and assemblil of all labor, material and equipment on -site as necessary for the bidding and nstruction of the roJect. Also included is the setup of the office and sanitary dities, storage areas, ba lei's and barricades. The unit price shall include demob' 'nation, which consists of remo I of all labor, materials and equipment from the s' 2. Traffi c un Cb I of 'file it prr e for this item will be paid based /drtelili(ioving percent complete for furnishing, installing, mV- 3. g, moving, relocating, all traffic control devices. These traffic devises include, but at- not limited to, barricades, safety fencing, drums, light, temporary barrie• rails, arrow boards, flaggers, uniformed officers, temvement markings nd channelizing devices. 3. Traffic SignaThe lump sufor t is item ncludes all equipment, materials and labor required to install a eratio al ' terconnected traffic signal, including all incidental items, as sho projec ocuments. Restoration of areas impa ed b3\construction shall be included in this item, including but not limited to, erosio (control \r seeding necessary as determined by the Engineer. Areas impacted by col truction sh I be restored to a condition equal to or better than the condition prior to onstruction. This item also lodes all material equipment and labor necessary to make connections to tl it flashing light systen to be installed by others at the railroad crossing on M ollister Boulevard. "I' e Contractor shall coordinate with the Railroad (and eir contractor) regarding th work and shall provide all connections (and related % ork) necessary to ensure the it v traffic signal includes preemption for trains when ey are present. 4. Painted P ement Marking The unit rice for this item includes furnishing all quipment, materials and labor to install vement markings as shown in the project ocmnents. Unit price shall be based n a single 4 -inch width line. Measurement of ' ies wider than 4.5 inches shall be ad' lsted by the quantity factor to a 4 -inch line. 5/13 S ?ENG\Hnv&T,. is Sigwk \Old Highxey 218 and hlonnon Trekl4pecsM025DOC 01025 -3 SECTION 01310 PROGRESS AND SCHEDULES PART1- 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 hvo week, intervals throughout the project. PART2- PRODUCTS None. PART 3 - EXECUTION 3.01 MEETINGS PRIOR TO CONSTRUCTION: A. A Pre - Construction meeting will be held prior to beginning work. 3.02 PROGRESS OF WORK. A. The specified start date is August 1, 2013. The specified completion date is September 30, 2013. Liquidated damages of $500 per day will be charged on work beyond September 30, 2013, B. No work shall be done between the hours of 10:00 p.m. and 7:00 a.m. without the approval of the Engineer, with the exception of saw cutting fleshly poured 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. 01310 -1 D. Construction 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. 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 UTILITIES AND 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. The Railroad will provide all labor, materials and equipment for installation of new flashing lights at the railroad crossing and connections to the existing handhole (Hfl 3) near the railroad crossing. The Contractor shall coordinate with the Railroad regarding this work, and provide wire connections for preemption between the new signal cabinet and the existing handhole near the railroad crossing. C. The Railroads have certain time limitations on when the above mentioned work must take place. It shall be the Contractor's responsibility to coordinate and be available to meet the Railroads' schedule. Any costs associated with train rerouting due to circumstances caused by the Contractor shall be at the expense of the Contractor. 3.04 STREET CLOSINGS: A. Notify the Engineer four clays in advance of street closings so that a press release can be issued. No street may be closed without the Engineers approval and said notification. 5/13 S T.NGWarel\Treffn: Signals \Old Highway 218 and Alommn Trek\Spccs \01310.DGC 01310 -2 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. Potable 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: A. Except as amended in this document, the wok in this section will conform to the following division 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. 5/13 S: \ENCM.,e1\Tm is Signals \Old Highway 218 and Afomien Trek \Spe&01570. DOC 01570 -2 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 1. Video `traffic Detection System 1.02 - Description of Work A. Electrical This item includes ftnnishing 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 Arms This item includes furnishing and installing the Mast Arms in accordance with the Contract Documents. G. Controller This item includes ftnnishing and installing controllers in accordance with the Contract Documents. 1. Fiber Optic Cable This item includes installation, termination, and testing fibers. 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 -1 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. 1. 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 a6y changes needed. to accommodate unknown or changed conditions and notify the ENGINEER. 1.06 - Special Requirements A. The use of explosives is not permitted unless provided for in the special provisions of the Contract Documents. B. All work and materials incorporated into this Project shall conform to all applicable 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 PART 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 -I, 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 del SS 2 o ° approved equal. Connectors shall be approved by the ENGINEER prior to incorporation in the Work F. Communication and Interconnect Cable (For Underground Installation) I. Signal Cable a. Fiber Optic Cable shall be I hybrid cable with 12strands of Multi -mode/ 12 strands, of single -mode b. Jacket. The overall jacket shall be made of virgin, black, low density, high molecular weight polyethylene. 2. Interconnect Cable a. Interconnect cable shall be new 12- strand single -mode fiber optic cable. The fiber optic cable shall be Corning part number 012EU4- T4101D20 (LANscape solutions product, ALTOS, loose -tube, all- dielectric, NON - armored, 012- strand, gel -free, SMF- 28e single -mode fiber cable). No substitution for the listed fiber optic cable part number will be allowed. In addition, an orange 10 AWG copper conductor with a 45 mil HDPE insulated solid tracer wire shall be installed and connected to the existing ground bar for locating purposes. All cable splices within the existing handhole will be completed by others. G. Self- Supporting (Figure 8) Communication Cable 1. Self - Supporting (Figure 8) communication cable shall meet all requirements of Paragraph 2.O1F 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 for signal conduits shall be a #10 AWG wire single conductor, stranded copper, Type THHN, with UL approval and orange jacket. Tracer wire for interconnect conduits shall be 912 AWG (or 410 AWG) solid copper conductor, with 45 mil thickness HDPE jacket, designed for direct bury applications and orange in color. Tracer wire for interconnect conduits shall be manufactured by Pro -Pak Industries, Pro -Trace or approved equal. I. 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 full length as shown on the plans and shall have a nominal diameter of five- eighths inch unless otherwise TS -3 specified. Ground rods shall conform to the requirements of IMSA specification No. 62- 1956. J. Ground bar shall be Y4" x I" x 9" copper with 5 '/4 -20 tapped holes, with insulators and panhead torx screws. Approved manufacturers are Harger or approved equal. K. Connectors for interconnect work shall be copper, single conductor, one -hole mount and Type L. Approved manufacturer is Thomas & Betts (Blackburn) or approved equal. L. All ground wires shall be #6 AWG, bare, solid annealed copper wire unless otherwise specified on the plans. M. 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. N. Circuit breakers shall conform to manufacturer's requirements. O. Video Traffic Detection System: Iteris system is preferable 1. Cameras shall have color video. 2. As an option, programming the system shall be available with the computer. Using a RS -232 communication link, the following capabilities shall be available as a ntinimuni: 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.The system shall be Ethernet ready. 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 TSI port or a NEMA TS2 port. 11 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. TS -4 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 channel if a loss of video signal occurs. The system shall output a constant call during the background 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 poll or serial communications with a remote computer. This port shall be a 9 pin female "D" subminiature connector on the front of the system. The system shall have Ethernet card, ie, (edge connect). 18. The system shall include a ports for transmitting TSI and TS2 detections to a traffic controller. The TSI 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 front 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 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 01 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'nght. 27. The camera shall be housed in an environmentally sealed enclosure pressuri c(o 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 ". TS -5 2.02 - Conduit A. HDPE conduit shall be HDPE (high density polyethylene) duct with smooth interior and exterior walls and a controlled outside diameter. Conduit size shall be as shown in the plans. If no size is indicated, signal conduits shall be minimum 3" diameter outside of the roadway and minimum 4" diameter under the roadway, and interconnect conduits shall be minimum 2" diameter. B. HDPE conduits for signal cables shall meet SDR 13.5 specifications. HDPE conduit for interconnect shall meet SDR 11 specifications and be orange in color. Approved manufacturers for HDPE conduit include Endot, Arnco, Carlon, Dura Line or approved equal. C. HDPE couplings shall be 2" double E -Loc coupling for HDPE- to- HDPF,joints and HDPE -to- steel conduit connections. Approved manufacturers are ETCO Specialty Products of approved equal. D. HDPE duct plugs shall be expandable blank duct plugs with elastomeric gasket and rope loop for 2" HDPE SDR 11. Approved manufacturers are TYCO Electronics or approved equal. E. Pull tape shall be polyester muletape with footage markings and 1250 -pound strength rating. Approved manufacturers are Neptco or approved equal. F. 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. G. Polyvinyl Chloride (PVC) conduit shall be Schedule 80. Conduit shall be of standard length with each length bearing the UL approved label. H. Conduit fittings for rigid steel conduit shall conform to the requirements of ANSI Standard Specification 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. L If rigid steel conduit is specified, conduit used for the electrical system shall be galvanized rigid steel having the Underwriters Laboratories approval. J. Rigid steel conduit couplers shall be threaded -type. 2.03 - Concrete Bases and Handholes A. Concrete for bases shall be Class "C" structural concrete, C -4 mix. B. Reinforcement for bases shall meet the requirements of Section 2404 ofthQ 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 polymer concrete, gray in color, with an opera bottom. Handholes shall be ANSI Tier 22 rated and include a two -piece cover with penta head bolts. Approved manufacturers include Newbasis, Martin, Hubbell /Quazite or approved equal. E. Handholes shall be placed on course aggregate base, Iowa DOT Specification 4109, Gradation No. 5. F. Lid for precast concrete handhole shall include manufacturer's name and traffic signals nameplate for signal handholes. Interconnect handholes shall include a fiber optic nameplate. G. Precast concrete pipe used in constructing handhole shall be Type 2000 -D. H. Handhole cable hooks shall be galvanized according to ASTM A 153. L Handhole dimensions shall be 30" x 48" x 36" deep. J. Geotextile material shall be a woven geotextile made of a polypropylene resin fiber material. Approved manufacturers are Propex Geosynthetics or approved equal. TS -6 2.04 - Pole and Mast Arm Assembly A. General 1. The mast arms, support poles, and lu ninaire 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 fi•om 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 smoothjoint 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. c. 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 longitudinal butt welds on poles and mast arms shall be examined 100 percent by ultrasonic inspection according to the requirements of AWS D1- 1.80. Welding, fabrication, and inspection shall conform to the Iowa Depatent 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 -1 A 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. 2. Pole manufacturers shall certify that only certified welding operators in accordance with Iowa Deparunent of Transportation Supplemental Specification for Structural Steel were used. The welding consumables used shall be in accordance with the approved list furnished by the Iowa Department of Transportation. B. Mast At-ins 1. 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 awns 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. I&M C. Poles I. 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 handhole to permit connection of a 46 AWG grounding wire. D. Signal Pole and Mast At-in Loading 1. 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. K Maximum Loading for Arms greater than 47 Feet Long 5- section head on end, 24 "00" sign centered 2 ft. inboard, 3- section heed 12,ft,' inboard, 24 "00" sign centered 14 ft. inboard, 3- section head 24 ft. inboard, 3 section head 36 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. 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 Cleat-view 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 bracket y 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 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 luminaire at-in. 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 TS -8 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 clone 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 coal 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. 3. 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 of the caustic or acid solutions by immersion in a fresh water bath, Final preparation shall be done by immersion in a concentrated zinc alnumnium ; chloride flux solution with an acidity maintained between 4.5- 5.0 -OR The assembly shall then be air dried to remove any moisture remaining io,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 coating. c. Top Coat 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 parts shall be packaged, wrapped, or cradled in a manner which will insure arrival at the destination without damage to the surface. TS -9 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 purpose. 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 arm shall provide a 30 -11. luminaire mounting height, unless otherwise noted on the plans. I. Luminaire I. Luminaires shall be Leotek Electronics model GC2- 90E- MV- NW -2 =0Y -530 or approved equal. Submit manufacturer's standard published data and mark each copy to identify applicable products, models, options, colors, configurations and other data relevant to the specific product. 2.05 - Signals A. General L 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 or projections of any kind. The doors and visors shall be flat black. All metal parts 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 TS -10 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 around 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 of a flexible nature which will permit the reflector holder to be pushed inwardly for at least one - sixteenth of an inch and to align itself correctly with the lens when the door of the optical unit is closed and pressed against the rim of the reflector holder. By such 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. 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: -1t 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 1. 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. TS -11 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 I. 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 upper 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 '/2 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 op the lenses with a material which will not crack or peel. The background or around both messages shall be black. c, Each signal lens shall be equipped with a visor not less than seven inches in length, which encloses the top and both sides of the lens, D. Optically Limiting Signal Heads 1. Optically limiting signal heads shall meet all of the applicable requirements _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 visas or louvers. The projected signal indication shall be visible or selectively veiled anywhere within 15 degrees of the optical axis. 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. i. 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 TS -12 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 dinning 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 1. 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 fittings 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 and bottom signal head support with set screws, bolts, hole with rubber grommet in mast arm, and all incidentals necessary for complete installation. 5. Brackets for mounting the signal head on top of a pedestal shall provide support for both the top and bottom of the signal head. 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 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 jnformatign 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 (Interini)" 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 2 %2-inch radius. TS -13 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 81/2 inches by 8% 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 all outer diameter of 4' /z 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 parts. E. The pedestal base shall be designed to mount on four '/4 -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 without levers, handles or toggle switches. Buttons shall be ADA approved, ( ie, EN2 - Ez communicator Navigator 2 wire push button station ). The City of Iowa City shall provide custom voice message detail sheet. Push button detectors shall be quality Yellow exterior enamel. 2.06 - Controllers A. General Design Requirements I. Purpose. It is the purpose of Section A of these specifications to set forth minimum design and functional requirements for all actuated controllers :includietl 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. 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 TS -14 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, the 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 actuations have been received. 5. Interval Setting and Functions a. Provision for Setting. The controller shall provide for the setting of each 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 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 front 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. TS -15 TABLE 1 Functions and Timing to be Provided On Each Phase of Operation Increment (Sec.) Red Clearance 0-9 Walk 0-99 Pedestrian Clearance 0-99 Red Revert (One Per Controller) 3-9 * Maximum Initial may have fixed value of 30 Sec. 1.0 1.0 0.1 0.1 0.1 0.1 1.0 1.0 1.0 1.0 0. I 0.1 1.0 1.0 1.0 d. Interval and Function Indication i. 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: e. f. .Phase(s) next .Dwell .Phase(s) in service .Walk .Initial interval .Ped clear .Vehicle interval Force off .Yellow change interval Hold .Maximum termination Red clearance .Gap termination ii. Call Indication. Indication shall be provided on the controller .to. display presence of vehicle call including memoryr and detector actuations and presence of a pedestrian call when pedestrian timing functions are included. 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. 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. TS -16 Minimum Range Sec. Minimum Initial 1 —99 Maximum Initial * 0-99 Added initial Per Actuation 0-9 Passage Time 0-9 Minimum Gap 0-9 Time To Reduce to Minimum Gap 0-9 Time Before Reduction 0-99 Time Before Reduction 0-99 Maximum 1 1-99 Maximum 2 1-99 Yellow Change 0-9 Increment (Sec.) Red Clearance 0-9 Walk 0-99 Pedestrian Clearance 0-99 Red Revert (One Per Controller) 3-9 * Maximum Initial may have fixed value of 30 Sec. 1.0 1.0 0.1 0.1 0.1 0.1 1.0 1.0 1.0 1.0 0. I 0.1 1.0 1.0 1.0 d. Interval and Function Indication i. 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: e. f. .Phase(s) next .Dwell .Phase(s) in service .Walk .Initial interval .Ped clear .Vehicle interval Force off .Yellow change interval Hold .Maximum termination Red clearance .Gap termination ii. Call Indication. Indication shall be provided on the controller .to. display presence of vehicle call including memoryr and detector actuations and presence of a pedestrian call when pedestrian timing functions are included. 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. 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. TS -16 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. MMU 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 TS1- 1983. The monitor shall have an LCD Screen and Ethernet poll. 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 hertz AC for,50 million times. b. Control of Flasher Mode. i. Police panel switch. Operation of flash mode from police -panel shall put operation of controller into Stop Time Mode. 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. TS -17 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 parts shall be provided. The solid state flasher shall utilize zero point switching. This shall conform to Part 8, NEMA Traffic Control Systems Standards, TS 1 -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 .re'moval 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 circuit or Hold circuit, accessible to interruption by commands external to the controller. b. Hold Feature. The controller shall contain a Hold Feature which when asserted for a particular phase shall hold that phase in a rest condition. Upon 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 Feature which, when asserted shall cause termination of the current phase provided that phase is in the extension portion. In no case shall assertion of force -off cause termination in a clearance interval or during a minimtun 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. TS -18 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, ( Tactics ) 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 TS1 -1983. ii. Testing. The controller shall fulfill the testing requirements as described in Part 2, Section 3, "Test Procedures ", NEMA Traffic Control Systems Standard TS 1- 1983. 13. Cabinet. 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), Cabinet shall have a 16 channel back panel. The cabinet must be fiber ready and video ready and Ethernet ready with I Comtrol Rocketlinx ES 8510 Ethernet switch with 3 100 meg GIBX's included. a. i. Construction Material. The cabinet shall be constructed of sheet or cast aluminum. ii. Door. A hinged door shall be provided permitting complete access 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 Iowa City. 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. 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. TS -19 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 pants 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 g clamps, requited for the galvanized anchor bolts clams nuts hardware etc., as 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 with 3 100 meg sfp devices.- 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 pant 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. 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). TS -20 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 with led indicator. ii) Branch AC Circuits. Suitable overcurrent protection devices shall be provided for each of the following AC power line input circuits: 1. Controller mechanism 2. Cabinet fan c, 3. Conflict monitor 4. Detector amplifiers 5. Flash transfer iii) Light & Outlet Fuse. A 15 ampere fuse and indicating type of fine holder, wired in advance of the main circuit breaker for protection of the AC power input 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. TS -21 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 1 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.UPS shall be Ethernet ready. 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 pant 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 writ 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. f) Warranty and guarantee on unit, if any. g) Complete performance specifications (both electrical and mechanical) oil unit. It) Complete pants list - listing full names of vendors and parts not identified by universal pant 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 Conti- ollers(SEPAC M52 with 3.51a firmware) 1. Purpose. It is the purpose of this section of the specifications to set forth minimum design and operating requirements for multi -phase (two through eight phase) traffic actuated traffic signal controllers. 2. General Design Requirements. The General Design Requirements in 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 TS1 -1983. 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 1 1 inches deep. 3. Operational Requirements. a. Mode of Operation. The controller shall provide the multi -phase operation described in Subsections I 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 TS -22 have dual maximum extension capability. Controller shall be fiber ready and Ethernet ready 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 continence (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, alternatively, 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 traffic phase not having the right -of -way. i. Transfer of Right -of -Way. The actuation of any detector on a traffic phase not having the right -of -way shall cause the transfer of the right -of -way to that traffic phase at the next opportunity in the normal phase sequence provided that there has been an expiration of a Unit Extension portion with no continuing actuation or an expiration of the Maximum (extension limit) timing on the preceding phase having the right -of- way. j. 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. TS -23 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. 1. 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. m. 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 refrain 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 to succeeding, pedestrian actuations without change in vehicle indications. v. Pedestrian Actuation Memory. Pedestrian actuations received by "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. 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) 'rime 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 TS -24 elapsed from the registration of an actuation on an opposing phase or from 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 function 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 TS1- 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 TS1 -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 minimmn of two 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 and to 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 auxiliary outputs controlled by the time base coordination which can be fully programmed on a time basis to control external devices on a cycle by cycle, time of day, 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." 2.07 - Inductive Loop Vehicle Detector. A. Design Requirements 1. Operation a. General Shall be card rack style. 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 microhenryy total inductance. TS -25 2. 3. 4, E 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: 1) 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 fi equency 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'. as rain, hail, snow, temperature humidity, nor shall the sensitivity be markedly.affected. c. Accuracy. The detector shall be able to detect all licensed: vehicles, including motorcycles, accurately. Detector Output. The detector output (switch closure) to the associated traffic control equipment shall be provided by means of a relay. The relay shall have a mechanical life of at least 1,000,000 operations. The contacts shall have a rating of at least 1.0 ampere at 120 volts AC or DC. Power Supply. The detector shall be designed to operate on a 1 10 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. 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 homy 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 homy at rated voltage. 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 minute TS -26 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 I. 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 with the manufacturer's name, model, catalog, or type number, and serial number. The electrical input rating (voltage, frequency, and wattage) shall be included in the marking. C. Input /Output Receptacle I . 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 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 L 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. TS -27 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 Manufactrer'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 heading of the boards, and shall be easily removable for servicing or replacement. 4. Wiring. All interconnecting wire shall be insulated #22 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 I -B. b. Proprietary parts. All electronic and electrical components must be of standard manufacture and available fiom 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 I. The enclosure and all modules shall be fabricated, assembled, and wired in a workmanlike manner. F. Documentation I. Contents. A documentation package shall be supplied in each controller cabinet for the inductive loop vehicle detectors which shall consist of the following: 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. 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 pails 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, TS -28 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 fora 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. F. 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. The above specifications are referred to as the Standard Specifications. Part 1 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. a) Specification 5025 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. 11. 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. TS -29 t. 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. CONTRACTOR's 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. -330 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 horns 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 fi•om 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. When 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 of a template 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. 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. TS -30 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. I. 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 backfillin'g_ 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 beyond the inside wall. A drain conforming to the dimensions shown on the plans shall be constructed in the bottom of the handhole unless otherwise specified. D. Frames and covers for handholes shall be set flush with the sidewalk or pavement surface. When installed in an earth shoulder away from the pavement edge, the top surface of the handhole shall be approximately one inch above the surface of ground. When constructed in 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 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. TS -31 G. Install galvanized cable hooks if not precast with the handho le. 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,ppe 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 withJu 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. 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. TS -32 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 compartment 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 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. 4 conductor cable Green 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 - FY arrow - 9 Conductor Cables Pedestrian Signals Green Orange Red Blue Black White & W /BK Black when used Walk — main st Green CDon't Walk— main st Red DWalk - side st Green \Blk Don't walk - side st ESig. Red \Blk Common - White I'Pushbutton - main st Orange GPushbutton — side st Black HPB Common - W /BK 1. J. TS -33 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 fiom 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 colorcoded., G. Cable slack shall be as follows: - four feet in handholes two feet in signal bases 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 connected. I. 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. 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 blocks provided for this purpose. All stranded wires inserted under a binder head screw shall TS -34 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 fi-om 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 Lipper 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 allaciiinent 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 /o• 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 manufacturer recommendation for raking should be observed when setting the pole to assure that it is plumb when the load is applied. H. Mast arm assemblies shall be furnished and installed by the CONTRACTOR. When pre - used painted mast at-in 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. 2. Remove all chalking, dirt, and other foreign material from the entire'.slu-face 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. TS -35 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 microhemies, high -low "Q" indication, leakage resistance in megaohms, and the resistance of the conductors in ohms. 1. 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 mh. b) Leakage to Ground: Deflection of the pointer to below 100 megaohms. c) Loop Resistance: The resistance reading is 50% more than calculated. 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 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 3.11 E). Pedestrian push buttons shall be installed on the face of the pole in 901 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 TS -36 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, service 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. They shall be outside the controller base with a # 6 wire, and use a conduit as an enter point into the cabinet. 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.'r' 3.14 - Equipment Testing A. The result of all testing shall be recorded along with date of test, name of person performing 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 be 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 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 part of a system, the test period shall not be stinted 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 TS -37 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 fiom the site all rubbish, trash debris resulting from operations. Leave the site in a neat and orderly condition. PART 4 METHOD OF MEASUREMENT AND BASIS OF PAYMENT 4.01 — Method of Measurement Payment for Traffic Signalization will be as follows: 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, sofbvare or any other items necessary to complete the traffic signal system in place. This item specifically excludes the Advance Loop Detection system described in the following item. END OF SPECIAL PROVISION TS -38 CITY OF IOWA CITY TRAFFIC SIGNALIZATION PART I \ GENERAL 1.01 - Section Ln udes A. Electric B. Conduit C. Concrete Base and Handholes D. Poles E. Signals F. Mast Arms G. Controller 1 1. Fiber Optic Cable I. Video Traffic Detection System 1.02 - Description of Work A. Electrical This item includes furnishing and ' all Contract Documents. B. Conduit This item includes furnishing ad install accordance with the Contrac Documents C. Concrete Bases and Handl les ing all electrical components in accordance with the it fittings associated with traffic signals in ']'his item includes finishing and installing ba es and handholes associated with traffic signals in accordance w th the Contract Documents\acc D. Poles This item includes urnishing and installing the ated with traffic signals in accordance with th Contract Documents. E. Signals This item inclu es furnishing and installing the cordance with the Contract Documents. F. Mast Arms This item in ludes furnishing and installing the Mcc dance with the Contract Documents G. Controller This ite inc ludes furnishing and installing conordanc with the Contract Docume ts. 1. Fiber tic Cable This i em includes installation, termination, and tes TS -1 H. Video Traffic Detection System This work shall consist of furnishing and installing a system that de ects vehicles on a roadway using only video images of vehicle traffic and includes all rardware, ,software, equipment, labor, and materials necessary to complet/incorporated ing system in place. 1.03 - Submi Is A. Subn . test results as set forth in the Contract Docum B. Submit rtificate of compliance indicating the matento the Work comply with the C tract Documents. C. The substitutio�of materials is allowed as set forti/in General Conditions. D. Supplier shall sub it five (5) copies of Shop D' wings of Signal Poles and Mast Arms to the ENGINEER for revs w prior to manufacture f the mast at assemblies. Manufacture shall not begin until the Sho Drawings have be approved by the ENGINEER. The intent of the ENGINEER's review an approval is to ssist the supplier in interpreting the Specifications. Shop Drawing approval sit I not retie e the supplier of the responsibility for errors in the Shop Drawing or the requires tits of ie Specifications. E. Submit catalog cuts of each cot rent incorporated into the project, showing the selected equipment meets the specificatim 1.04 - Delivery, Storage and Handling A. Deliver only materials that f II} has been approved as set fo h in to these Specifications, or for which substitution 1. The Bidder awarde the Contract sha complete the equipment list by writing in the name of the equips ent manufacturer an catalog number of each item listed which he proposes to insta Before beginning Wo • on the Project, the CONTRACTOR shall submit three c ies of the equipment list, and three copies of catalog cuts for all materials supp ed by the CONTRACTOR. 2. Prior to complies B. Store mat( which will protect adj C. Remove ar l711g any materials the CONTRACT41 fof all electrical equipment, coed( 11th the Specifications. in accordance with the manufacturers' mize the interference with operations, r areas. shall provide certification from the , and cable stating said material endations and in locations environmental damage, and dispose of unacceptable materials from the site in accordance with the Contract 1.05 - Scheduling loid Conflicts A. Sched le Work to minimize disruption of public streets and facilities. B. Disc ntinue Work which will be affected by any conflicts discovered or ny changes needed /B.All conunodate unknown or changed conditions and notify the ENGINEE 1.06 - quirements use of explosives is not permitted unless provided for in the special pr isions of the ract Documents. ork and materials incorporated into this Project shall conform to all applic ble local, and Federal requirements. CONTRACTOR shall be prepared to furnish, upon request from the ENGIN 'R, a le for evaluation, of any item or material which he proposes to furnish for this Proj t. . y modifications of the installation are subject to the approval of the ENGINEER. TS -2 E. Unless otherwise specified in the Contract Documents, the installation of all signal equipment shall be in accordance with the Traffic Signal Manual the International Municipal Signal Association (IMSA). F\ The painted surface of any equipment damaged in shipping or in Ration shall be retouched repainted in a manner satisfactory to the ENGINEER, PART 2 2.01 - Electrical A. Service Coin actor (Power Cable) shall be 600 vol single conductor cable shall comply with 4185.12 of tl Standard Specifications and shat e U.L. listed for type "USE." The sheath shall be black \lead-in itive cable and white r the negative cables. B. Signal cable sd and conform to a requirements of IMSA 19 -1 or 20 -1, or latest revision therember and size of nductors shall be as specified on the plans. C. Loop detector ble shall con fo n to the require ments of IMSA 50 -2, latest revision thereof. D. Detector loop wire shall c nform t the requirements of IMSA 51 -5, latest revision thereof. The encasing tube shall be olyvi yl chloride. Detector loop sealant in pavement saw cuts and holes shall be a flexible er b dding sealer. E. Connectors shall be either .. n ulated spring steel connectors or insulated set screw connectors. The spring shall ave harp edges, round edges will not be approved. The set screw connectors s all be 0; Holub, Catalog No. 10 307, Madel SS -tee approved equal. Connectors shall be appr ved by the EN NEER prior to incorporation in the Work. F. Communication and In rconnect Cable (F • Underground Installation) 1. Signal Cable a. Fiber Optic Cable shall be I hybrid ca le with 12strands of Multi -node/ 12 strands of single-in e b. Jacket. /fhe overall jacket shall be in tle of virgin, black, low density, high molecular /weight polyethylene. \ 2. hnterconne 4 Cable a. hrierc nnect cable shall be new 12- strand singl mode fiber optic cable. The fiber optic ble shall be Corning part number 012EU T4101D20 (LANscape solutions piodu t, ALTOS, loose -tube, all- dielectric, NON -arn red, 012- strand, gel -fi•ee, SMF- 28c Ingle -node fiber cable). No substitution for th listed fiber optic cable pail null) er will be allowed. In addition, an orange 10 AW ' copper conductor with a 45 mil IDPE insulated solid tracer wire shall be installed an connected to the existing gr and bar for locating purposes. All cable splices within )e existing handhole will b completed by others. G. Self -Sup orting (Figure 8) Communication Cable I. Se - Supporting (Figure 8) communication cable shall meet I requirements of 1) agraph 2.OIF for coin inunication and interconnect cable exec t that the cable a sembly is not required to be packed with petroleun jelly. 2. elf- Supporting (Figure 8) communication cable shall contain a messen r cable made f extra high strength, '/4 inch, 7- strand, Class A galvanized, steel of 600 pound breaking strength. H. Tracer wire shall be a #10 AWG wire single conductor, stranded copper, Type TII with UL approval and orange jacket. TS -3 1. Ground rods shall be high strength steel rods with chemically headed copper coverings to provide high conductivity and to prevent electrolytic action. Rods shall be full 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 1MSA specification No. 62- J. All •ound wires shall be #6 AWG, bare, solid annealed copper wire unless otherwise speci u don the plans. K. All elec -ical equipment shall conform to the standards of th National Electrical Manufactu rs Association (NEMA). All Work shall conform with ie requirements of the National Ele trical Code. All miscellaneous electrical equipment all be approved. L. Circuit breaker shall conform to manufacturer's requirements. M. Video Traffic De ction System: Iteris system is preferable 1. Cameras shall ave color video. 2. As an option, pr ramming the system shall be a ailable with the computer. Using a RS -232 communic ion link, the following capa ' ities shall be available as a uhihinunn: a. Continuous or si gle video snapshots, ie user shall be able to'select'lioth the resolution and qualit ofthe image. b. Remote detection zoi setup.' c. Detector File upload /do unload d. Ability to store the snapsh t ima e. Security Protection to Preve t nauthorized Remote Access. 3. The system shall detect vehicles ' real time as they travel across each detector zone. 4. The system shall have an S- 2 port for communications with an external computer.'rhe system shall be 'therne ready. 5. The system shall accept n v detector tterns from an external computer through the RS -232 port when that computer use the correct communications protocol for downloading detector p erns. 6. The system shall send is detector patterns to an external computer through the RS -232 port when requested vhen that computer uses he correct communications protocol for uploading detector atterns. 7. Up to 144 detecti n zones shall be supported an each detection zone can be sized to suit the site and e desired vehicle detection region. 8. Detection zon may be ANDed or ORed together indicate vehicle presence on a single detecto may channel. 9. When a vel cle is detected crossing a detection zone, t e detection zone will flash a symbol on ie video overlay display to confirm the deteclio of the vehicle. 10. Detectio shall be at least 99% accurate in good weath r conditions, with slight degrada on possible under adverse weather conditions (eg. r in, snow, or fog) which reduce isibility. Detection accuracy is dependent upon can era placement, camera qualit and detection zone location, and these accuracy levels do of include allowances for o clusion or poor video due to camera location or quality. 1 I . Th system shall provide 32 channels of detection through either a N MA TS I port or a N MA T'S2 port. 12. ie system shall provide dynamic zone reconfiguration (DZR) to enable u rural director peration of existing zones except the one being added or modified duru the setup process. The system shall output a constant call on any detection channel con spending to a zone being modified. TS -4 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. 1 : The system shall process the video input from each camera at 30 frames per sec' nd. 1 The system shall output a constant call for each enabled detector output char el if a loss of video signal occurs. The system shall output a constant call during tl background arning period. 16: TI system shall operate satisfactorily in a temperate range from — 4 C to +74 C and a hum klity range from 0 %RI1 to 95 %RH, non - condensing a set forth in NEMA 1,7. The cyst in shall include an RS -232 port or serial cot munications with a remote coinputer. his port shall be a 9 pin female "D" submi attire connector on the fiont of the system. ' e system shall have Ethernet card, ie, ( ge connect). 18: The system sh I include a ports for transmittin S1 and "1'S2 detections to a traffic controller. "fhe S1 port shall be a 37 pin fe ale "D" connector on the front of the system. 'I 'lie TS2 p rt shall be a 15 pin femal `D" connector on the front of the system. 19. The video inputs to (h system shall includ transient voltage suppression and isolation. Amplification that sha assure the I olt peak to peak video signal integrity is maintained despite vide c lrling losses nd externally induced transients. The amplifier shall have a minimmn coned it mod rejection at 60 Hz of 90 dB. 20. The system enclosure shall be on ed to a good earth ground. 21. The front face of the system s 11 contain indications to enable the user to view real time detections for up to 8 del ctot output channels at a time. 22. The video cameras used to traffic tection shall be furnished by the system supplier and shall be qualified by t e supplier t ensure proper video detection system operation. 23. The camera shall prod cc a useable vi o image of the bodies of vehicles under all roadway lighting con lions, regardless of ime of day. 'file minimum range of scene luminance over wh' h the camera shall pr quce a useable video image shall be the minimum range fir in night time to day time, but not less than the range 0.1 lux to 10,000 lux. 24. The camera sl II include auto -iris control based upon average scene luminance and shall be equi ed with an auto -iris lens. 25. The tam/mitelectronics hall include a variable focal length lens vith variable focus that can be adjustedout opening up the camera housing, to suit e site geometry. 26. The can shall include AGC to produce a sari actory image at night. 27. The c Hera shall be housed in an environmentally sealed enc sure pressurized with dry gas t minimize the formation of condensate and extend the li of the camera and lens. Th housing shall be field rotatable to allow proper alignment b tween the camera and th traveled road surface. 28. he camera enclosure shall be equipped with a sun shield. 'fhe sunshield shall include a provisiat for water diversion to prevent water from flowing in the mneras field of view. The camera enclosure With sunshield shall be less than 6" diamet less than 26" long, and shall weigh less than 12 pounds when the camera and lens are in unted inside the enclosure. /29. The camera enclosure shall include a thermostatically controlled heater to asst•e proper operation of the lens iris at tow temperatures and prevent moisture condensation on the optical faceplate of the enclosure. 30. When mounted outdoors in the enclosure, the camera shall operate satisfactorily a temperate range from —34/C to +55/C and a humidity range from 0% RI I to 100% RH.\ N. Pan-Tilt-Zoom Camera shall be installed. Must work with the current "Axis system ". TS -5 2.02 - Conduit A. Galvanized rigid steel conduit (R.S.) shall meet the requirements of ANSI S andard Specification C 80.1, latest revision. The number and size of conduits shall be as cal ed for on the plans. Conduit shall be of standard length with each length bearing the UL proved label. B. Polyvinyl Chloride (PVC) conduit shall be Schedule 80. Conduit shall be of s ndard length with each length bearing the UL approved label. C. Conduit fittings shall conform to the requirements of ANSI Standard S ecification C 80.4, I est revision. All fittings used with rigid steel conduit shall be gal ized steel. Fittings of a1u imam or zinc alloys are not acceptable. D. Unles otherwise specified, all conduit used for the electrical ystem shall be galvanized rigid ste having the Underwriters Laboratories approval. E. Conduit co hers shall be threaded -type. 2.03 - Concrete Bases aiRkHandboles A. Concrete for has shall be Class "C" structural cone te, C -4 mix. B. Reinforcement for ses shall meet the requireme is of Section 2404 of the IDOT Standard Specifications for Hi way and Bridge Constru ion, Current Series, C. Plastic loop handholes call be Pencell PE- , FiberProTek FC1800, Strongwell(Quazite) PT /LT, or an approved eqi 1. D. Precast concrete handhole shall be )laced on course aggregate base, Iowa DOT Specification 4109, Gradation o. 5. E. Lid for precast concrete handho s all be cast -iron. Cover shall be Type `C' (checkered top), with minimum weight 165 p rods. Manufacturer's name and "TRAFFIC SIGNALS" lettering shall be cast on top of ti c er F. Precast concrete pipe used in c nstt uch handhole shall be Type 2000 -D. G. Handhole cable hooks shall galvanize ccording to ASTM A 153. 2.04 - Pole and Mast Arm Assembly A. General I. The mast arms, s pport poles, and luminair arms shall be continuous tapered,, round or octagon steel les of the anchor base typ The poles and mast arms shall be a minimum of gauge fabricated from one lengt of steel sheet with one continuous arc welded vent' al seam, unless otherwise approve by the ENGINEER. The poles and mast arms hall be fabricated from corrosion res tart steel meeting requirements of ASTM A 95, Grade C, and A606, Type 4 sheets (wi i minimum chemical requirements of A58 , Grade D), and the base and flange plates shall be fabricated from A588 structu al steel. After manufacture, poles and mast an s shall have a minimum yield stren th of 48,000 p.s.i. The base plate shall be attached t the lower end of the shaft by a co// tinuous arc weld on both the inside and outside of the s aft. it)S ay be permissible to fabricate poles and mast arms by wel •ng two sections together. lie method used for connecting the sections shall result in a sm oth joint and shall be actoy welded as follows: a. All longitudinal butt welds, except within one foot of a transver butt - welded joint, shall have a minimum 60 percent penetration for plates 3/8 inch an ess in thickness, and a minimum of 80 percent penetration for plates over 3/8 inch thick ess. b. All longitudinal butt welds on poles and arms within one foot of a trai verse butt- welded joint shall have 100 percent penetration. c. All transverse butt welds for connecting sections shall have 100 percent pen ration achieved by back -up ring or bar. TS -6 d. All transverse butt welds and all specified 100- percent - penetration longitudinal butt welds on poles and mast arms shall be examined 100 percent by ultrasonic 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 Sp cification. Personnel performing nondestructive testing shall be qualified in accordan with the merican Society for Nondestructive Testing Recommended Practice . SNT -TC -IA an applicable Supplements B (Magnetic Pari/da C (Ultrasonic) vidence shall be prese led for approval of the ENGINEER, co their qualif ations. A report shall b equired showing that welds have beected and e' ier found satisfactory or found t satisfactory but repaired and reinsnd foul satisfactory. The cost of all nondestri live testing shall be paid by the r and ill be considered incidental. 2. Pole manufactu -ers shall certify that only certl ng operators in accordance with Iowa Departmen of Transportation Supplepecification for Structural Steel were used. The we ing consumables used shn accordance with the approved list furnished by the Iowa epartnnent of Transpo B. Mast Arms The mast arms shall be dt Specifications for Structural Signals and designed to support tabulation. They shall be certifi withstanding winds up to 100 arms shall be as specified on e /naccordance with the AASHTO Standard v s for Highway Signs, Luminaries and = Traffic `. signals and /or signs as shown on the attached ' the Fabricator that the mast arms:are capable of °r hour without failure. The length of the mast ale of Prices. 2. When loaded with the sign s and signs the maximum angle beh een the mast approved by the ENG ER. C. Poles arms shall have a slight rise. Unloaded horizontal shall be 4 degrees, unless L The pole shall be esigned to support the mast a m so when it is equipped with the traffic signals an or signs it will provide a mininn i of 15.0 feel and a maximum of 19.0 feet clearat e from the street surface to the botton of the signal heads or signs. 2. The pole sha be equipped with two reinforced han holes with covers (4 "x6 -1/2" minimum). ne handhole shall be located 18 inches ab e the base and 180 degrees with respec to the mast at-in. The second handhole shall be Qcated directly opposite the traffic si al mast arm. Securing the cover to the pole shalt be done with the use of simple t ols. 3. A lug hall be provided in the pole base near the handhole to per \da nection of a #6 AW grounding wire. D. Signal P le and Mast Arm Loading 1. T ffic signal poles and mast arms shall be fabricated accoo the standard pecifications assuming the following signal head and signing lo a. Maximum Loading for Arms 36 to 47 Feet Long 5- section head on end, 24 "x30" sign centered 2 ft. inboardion head 12 ft. inboard, 3- section head 24 ft. inboard, 18 "x60" metro sign ce8 ft. 'aboard, 2 3- section pole mounted heads, 2 2- section pole mounestria heads, lunninaire, 6" backplates on all signal heads. b. Maximum Loading for Arrns greater than 47 Feet Long 5- section head on end, 24 "x30" sign centered 2 ft. inboardion head I ft. inboard, 24 "x30" sign centered 14 ft. inboard, 3- section h ft. inboard, - section head 36 ft. inboard, 18 "s60" metro sign centered 28 ard, 2 3- sectiot TS -7 pole mounted heads, 2 2- section pole mounted pedestrian heads, luminaire, 6" backplates on all signal heads. E. Pole and Mast Arm Mounted Signs I. The CONTRACTOR shall furnish and install all mast arm mounted and pole Quoted signs shown on the traffic signal plans. All signs shall conform to the anal on Uniform Traffic Control Devices. Prior to fabricating the street nai a signs, the CONTRACTOR shall submit Shop Drawings to the ENGINEER for view, detailing the legend, sign dimensions, and sign colors, and materials. Street r ne signs shall use Cl earview font with the first letter being upper case and the other eing lower case. 2. . ' n mounting may be either a manufactured mounting bracke ron a vendor or support bra etry assembled by the CONTRACTOR. All steel upport bracketry shall be galvar ' ed and the banding shall be stainless steel Eit ter method shall hold the sign firmly i lace in winds up to 100 mph. The above ork shall include furnishing and installing II necessary signs, m!and brack s, stainless steel banding, and miscellaneou hardware to complete tst ation in place. 3. A J -hook wire rpport shall be provi 2" above and 90 degrees with respect to the opening for e ch mast arm and larm. The J -hook shall be a curved 3/8" diameter steel bar. F. Finish 1. Where called for on the ass, the po ast arms shall be weathering steel.'. 2. Where called for on the pF s, the oles and mast arms shall be galvanized steel per tile, following: a. Surface Preparation Steel plates shall be ast c aned as necessary to remove rolled -in mill scale, impurities, and non-ii etallic for 'gn materials. After assembly, all weld flux shall be removed. The iron or steel all be degreased b immersion in caustic solution, pickled by immersion in so uric acid, and rinsed c an from any residual effects of the caustic or acid solutio s by immersion in a fresh ater bath. Final prepar tion shall be done by immersio in a concentrated zinc ammonium chloride fl x solution with an acidity maintai d between 4.5 -5.0 pH. The assembly shall then be air dried to remove any i oisture remaining in the flux coat and /or -apped within the product. b. Zinc oatin Th assemblies shall be hot-dipped galvanized to the equirements of either ASTM A 23 (fabricated products) or ASTM A153 (hmdwar items) by immersion in a olten bath of prime western grade zinc maintained Vtween 810 -850 degrees Fahrenheit. Maximum aluminum content of the path she be controlled to 0.01% and Flux ash shall be skinned front the bath surface p for to immersion and extraction of the assemblies to assure a debris free from coatis . Where called for on the plans, the poles and mast arms shall be wder coated over galvanized per the following: a. Surface Preparation Steel plates shall be blast cleaned as necessary to remove rolled -'n mill scale, impurities, and non - metallic foreign materials, After assembly, all we I flux shall be removed. The iron or steel shall be degreased by immersion in caustic solution, pickle by immersion in sulfuric acid, and rinsed clean from any residual effects of the c r: or acid solutions by immersion in a fresh water bath. TS -8 Final preparation shall be done by immersion in a concentrated zinc ammonium chloride flux solution with an acidity maintained between 4.5 -5.0 pit. 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 g/7eq zed to the requirements either ASTM A123 (fabricated products) or AST3 (hardware items) immersion in a molten bath of prime western grad maintained betty en 810 -850 degrees Fahrenheit. Maximum aluminum cof the path steal e controlled to 0.01% and Flux ash shall be skimmed fr bath surfa prior to immersion and extraction of the assemblies to assure is free co mg. Top Coat II galvanized exterior surfaces vi suos shall be coated with a Urethane or iglycidyl Isocyanurate Polyester Pt mininuun film thickness of 2.0 mils. Th coating is to be electrostatically d and cured in mu oven by heating the steel �bslrate to between 350 and 40een Fahrenheit. d. Color The finish color l be a Gree f closely matching other poles in use in. the City which are Va Wont's Gal Pitts 4 -gf15. e. Packaging All parts shall be ackage , wrapped, or cradled in a manner which insure arrival at the destina ' a % ithout damage to the surface. G. Hardware L The mast arms and pol sh be equipped with all necessary hardware, shims and anchor bolts to provide or a com lete installation without additional parts.., 2. The anchor bolts sha meet the regr 'rements of ASTM A36 or approved equal. 3. Bolts attaching th arms to the pole hall meet the requirements of ASTM A325 or approved equal. 4. The anchor bol shall be hot dip galvanize for a minimum of 12 inches on the threaded end. The ane or bolts shall be threaded a mi inuun of 6 inches at one end and have a 4 inch long 9 degree bend at the other end. The Fabricator shall submit drawings for the anchor bo s and base plate design. All hardwai shall be steel, hot dipped galvanized meeting ie requirements of ASTM A153, Class , or shall have an electrodeposited coatin of the same coating thickness, and so designe for this purpose. 5. Anch r bolt covers, pole top covers, and mast arm en covers shall be gray cast iron castings conforming to ASTM Designation: A48 Cla s 30. Items supplied with w lhering steel poles shall be painted to match the we• tiering steel poles. Items supplied with powder coated galvanized poles shall be poNer coated to match the 72. fiinaire Extension All mast arm assemblies will require luminaire extensions as noted . u the plans. The pole for the luminaire extension shall provide a continuous shaft as requ' -ed for the mast arm. The pole for the hnninaire extension shall be vertical, unless appro d by the ENGINEER. Luminaire arm shall be a single curved arm, unless otherwise no d on the plans. 3. The end of the luminaire arm shall provide a 30 -ft, luminaire mounting height, a ess otherwise noted on the plans, I. Luminaire TS -9 7 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 other data relevant to the specific product. Is General 1. 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 nits' - necessary screws, wing nuts, eyebolts, etc., and shall be delivered complete assembled. All hardware including hinge pins, wing nuts, eye bolts or latch bol shall be liade of a lid non - corrosive metallic material to prevent seizure or cot'. by the elements. Ea r signal shall be smooth both inside and outside and sh contain no sharp fins or proj tions of any kind. The doors and visors shall be fl lack. All metal parts shall be pair ed with one coat of primer and two coats of a h' h grade Federal Black enamel. All part of the vehicle signals shall be in compli ice with the last ITE Report on Adjustable ace Vehicle "Traffic Control Signal He ds. 2. The electrica and optical system of the signal I ad shall be designed to operate on I I S volt, single pha e, 60 Hertz alternating curren . 3. All exterior surfa s shall be black. 4. Main Body Assent y of the signal a it shall consist of one or more polycarbonate sections have Integra cast serrations o when assembled with the proper brackets they may be adjusted in inc ments an d locked securely to prevent moving. 'file sections shall be designed so that when ssembled they interlock with one another, All joints between sections shall be a t5rproof. The sections shall be held firmly together by locknuts or other means ap ved by the ENGINEER. Any open end on an assembled signal face housing shall b pill ed with an ornament cap and gasket. 5. Doors and Optical Unit a. The doors shall e made of po carbonate. Each door shall be of the hinged type and shall beheld losed by a wing it t or other approved means. The hinge pins shall be designe/Iside hat the doors may be easily removed and reinstalled without the use of special t Each door shall have polycarbonate visor designed to shield each lens. The j of each vi sor shall be fla black. b. The o trcal system shall be so designed as o prevent any objectionable reflection of sunray even at times of the day when the sun nay shine directly into the lens. When the or of the opticalunit is closed, all joints 'n the assembly between the interior an exterior of the reflector shall be closed agait t suitable gaskets in order that the r its may be dust tight. Between the door and t lens, there shall be a neoprene asket securely fastened around the outer surface f the lens. Said gasket to be engaged by the rim of the reflector holder when the do r is closed to render the union between the reflector holder and the door assembly dust ' ht. c. The reflector shall be parabolic in design and made a spe lar Alzak aluminum. d. The reflector holder shall be of non- ferrous or rust proofe metal and designed to separately support the reflector and socket in proper relation to re lens. "The reflector holder shall be hinged to the left -hand side of the signal body w en viewed from the front. On the right -hand side, the reflector holder shall be held it lace by a spring catch or other quickly releasable means. e. Both the hinge device and the spring catch or equivalent shall be of a exible nature which will permit the reflector holder to be pushed inwardly for at least ie- sixteenth of an inch and to align itself correctly with the lens when the door of the tical unit TS -10 is closed and pressed against the rim of the reflector holder. By such 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 lit 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 f tr lie lamp to be loosened by vibration. 6. The wire entrance fitting shall be made of malleable iron or other a roved material equipped with a standard 1 -1/2" pipe fitting for attachment to the s' nal head. It shall be provided with weatherproofing means so that when it is atta red to the top of the signal a weatherproof assembly results. Positive locking Inc s shall be provided so hat the signal cannot loosen from the fitting. The fitting hall be provided with an it ulation bushing at the point where wires enter. The ting shall be provided with set ocking features to prevent the signal head fir n turning out of directional adjus lent in a strong wind. It shall be painted in col to match that -ofthe signal. B. Vehicle Sign s I. In addition to meeting the requirements of Sec on A., Vehicle Signals shall meet tile' following re rirements: a. All signal indications shall use Li t Emitting Diode (LED) Vehicle Signal Modules. All I ises shall be prismatic and long range. "file lenses shall be 12 inches in diameter. AI lenses shall be m de of vandal resistant polycarbonate or acrylic plastic free from bt bles and flaw . The lenses shall meet the light transmittivity and chromaticity standar establish d by the ITE Standard for Adjustable Face Vehicle Traffic Control Signal eads. b. Visors shall be of the It t el type not less than eight inches in length and shall be designed in a manner sucl t at the visor may be easily installed or removed from the signal head. c. A terminal block sit I be mot led in the back of the second section of the signal head. "file terminal ocks shall be ecured at both ends. d. Signals shall be hipped complete assembled with tunnel visors attached to the signal door. C. Pedestrian Signals I. In addition to I eeting the requirements of Se ion A., Pedestrian Signals shall meet the following re rirements: a. Pedestrian signals shall consist of two signa ections with rectangular lenses and mounti g attachments. The upper section shall isplay a "I land /Man" symbol and shall isplay a "count down timer" symbol. The lower section shall be a count down tint The two sections shall be of such design and nstruction as to fit rigidly and se ❑rely together with or without a spacer. No spac • shall be more than '/2 inch I ick. The signals shall operate with LED. b The lenses shall be either sanded or prismatic lenses. Th lenses shall be made of vandal resistant polycarbonate or acrylic plastic. The symbo on these lenses shall be at least 12 inches high and shall be designed to produce a ma inwm visibility both day and night. The Walk symbol shall be White LED modules td the Don't Walk symbol shall be Portland Orange LED. Both messages shall be scre led on the lenses with a material which will not crack or peel. The background or fi d around both messages shall be black. c. Each signal lens shall be equipped with a visor not less than seven inch in length, which encloses the top and both sides of the lens. TS -11 D. Optically Limiting Signal Heads 1. Optically limiting signal heads shall meet all of the applicable requirements 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 th rse of tunnel visors or louvers. The projected signal indication shall be visible or ectively veiled anywhere within 15 degrees of the optical axis. The signal section shall be provided with a rigid connection that pe sits tilting from t least nine degrees above to nine degrees below the horizontal file maintaining a c nmion vertical line through couplers and conduit. Hea assemblies shall be ad table for mounting on conventional mounting fixture or in combination with con rational signal sections. The signal section shall capable of mounting and servic ig with ordinary toots. c. The op ical system shall include 120 volts, 150 tt, three prong sealed beam lamp with an a erage rated life of 6,000 hours wi an integral reflector, and optical limiter -diffi er, an objective lens, and optical asking tape. E. The op 'cal limiter- diffuser combin ion shall provide an imaging surface, at focus on he optical axis for obje s 900 to 1,200 feet distance, and permit an effective v 'ling system to be s ectively applied as determined by the desired visibility zor The optical miter shall be composed of heat resistant glass and provided N 'th positive ' idexing means. ii. The objective len shall e a high resolution, planar incremental lens hermetically scale v' r a flat laminate of weather resistant a`ciylic plastic. The visible signal a 'cation shall be at least 10 -3/4 inches in diameter foi•_ circular indicatio , an the visible arrow indication shall conform to the requirements o he histit to of Transportation Engineer's Standards: d. A voltage reducer hall be suppl d to provide dinning of all the optically limiting signal lamps as re ambient light ' rtensity drops below approximately three -foot candles. e. Each signa housing shall be construe d of die -cast aluminum conforming to the institute of ransportation Engineer's alloy and tensile requirements and shall have a chromate preparatory treatment. The extei' r of the signal- housing, lamp housing and in rating flange shall be finished with a sigh quality baked enamel prime and finis d painted flat black. The lens holder and ' iterior of the signal housing shall be opt' ally flat black. f. ach signal lens shall be equipped with a visor, hich encloses the top and both Ides of the lens. The interior and exterior color shall optical black. Acid ling Assemblies 1. Mounting assemblies shall consist of 1 -1/2 inch standard pipe nd fittings. All members shall be so fabricated such that they provide plumb, symmm rical arrangement, and securely fabricated assemblies. Construction shall be such t t all conductors are concealed within assemblies. Cable guides shall be used to upport and protect conductors entering assembly through poles. All threads shall b coated with rust preventive paint during assembly. 2. Support brackets, trunnions, and fittings shall be made of cast aluminur steel, or cast iron. Bracket parts except for stainless steel parts shall be given one prime at of metal primer and two coats of high quality Black exterior enamel. 3. Mounting assemblies shall be watertight and all open segments of the fittings hall be plugged with an ornamental plug and a gasket. TS -12 4. Mast arm mounting brackets shall be furnished with a completely adjustable stainless steel strap around arm, malleable clamp casting, vertical support tube, top and bottom signal head support with set screws, bolts, hole with rubber grommet in r ast arm, and all incidentals necessary for complete installation. 5. Brackets for mounting the signal head on top of a pedestal shall provide s port for both the top and bottom of the signal head. F. 'ach signal shall be packed or dated separate and complete by itself. ' ne outside of each P ckage or crate shall clearly show the manufacturer, ty pe, catal number, Purchaser pun hase order number and project. Mounting attachments may be ipped separate from the sign s, but the boxes or crates shall be marked clearly with tl same information as the signals Mounting attachments of different types shall not be xed in one box or crate. 2.05.1 — Traffic Sign 1 LED's A. LED Vehic Signal Module A. LED Ve •cle Traffic Signal Modules shall co ply with the latest revision of the "Equipmen ad Material Standards of the husti rte of Transportation Engineers: Chapter 2a: VTCSH P 12: Light Emitting Diode (LE ) Vehicle Signal Modules (hiterm)" Note the followr g: • "Section 5.5 *mining (Optional)" is not required. • "Section 5.8 Fait d State Impeu nce (Optional)" is required. • Compliance with a other sect' us of this standard is required. 2.05.2 - Backplates A. Backplates shall be 0.125 inch t ' k thermoplastic and provide a minimum of a S inch black field around the assembly. Con r of the backplates shall be rounded with a 2'h -inch radius. B. Backplates shall be supplied ith att Ching bolts or screws in sufficient quantity to securely hold the backplates to the si nal heads. 2.05.3 — Aluminum traffic Signal Pe estal A. The pedestal shaft shal be fabricated of alu ninum tubing with a wall thickness of not less than 0.125 inches. Sh fr shall have a brushed uminum finish. B. The shaft shall be a ached to a square cast -alum' um base with a handhole. The size of the handhole shall be t least 8'h inches by 8%: inches nd equipped with a cover, which can be /destrian rely fastene to the base with the use of simple Dols. A lug shall be provided near the dhole to per it connection of a #6 AW( groundin wire. length of the pedestal, from the bottom of the base to the top of the shaft, shall be 10 . The to of the shaft shall have al outer diameter of ' :inches and shall be designed to ive a p le top mounting bracket to a traffic signal. estals shall be equipped with all necessary hardware, shin and anchor bolts to provide a co plete installation without additional parts. p dental base shall be designed to mount on four' /4 -inch a chor bolts spaced evenly d a 12'/4 -inch diameter bolt circle. 2.05.4 ian Push Button Detectors estrian push button detectors shall be of the direct push witho ut Iev s, handles or toggle ches. Buttons shall be ADA approved, ( ie, EN2 - Ez communicat Navigator 2 wire h button station ). The City of Iowa City shall provide custom voice me sage detail sheet. h button detectors shall be quality Yellow exterior enamel. TS -13 2.06 - Controllers A. General Design Requirements 1. Purpose. It is the purpose of Section A of these specifications to set forth mi iimum design and functional requirements for all actuated controllers included in this specification. 2. Electrical Requirement a. Power 1. Nominal Voltage and Current. The controller s all be designed to operate from a nominal 120 volt alternating current, hertz power source. ii. Voltage and Current RanVcE es. The conttoller call operate satisfactorily within a voltage of 95 to 135 volts alters ing current and a frequency range of 57 to ertz. b. Contr er ConnectionEMA Connection quirement. The controller shall contain a ircular twisk type connector i cling the requirements of Part 3, "Section TS .05 "Pin ections ", paragra r A. NEMA Traffic Control Systems Standard TSI-1 83. c` Overcurrent Pro ctiohe control) shall contain a front panel mounted AC power input fuse of citize to pro de over - current protection. d. Automatic Reorienta In the a cut of a power interruption, the controller shall be capable of automatirienta on upon power resumption and shall require no manual initiation or swi3. Constancy of Intervals. Mr Requirements. The length of any interval or timing setting shall not change be t n + -100 milliseconds from its set value, so long as the voltage and fi•equency e po% er supply and the ambient temperature inside the controller cabinet remain N the tol •ances specified in these specifications. 4. Interval Sequence a. General. The cont oiler shall provid\dvtee roper intervals and interval sequence as required in the foll ving section of theifications. b. Required Irate al Sequence. Thas and interval sequence shall be programmable o provide from two th erg phase dual ring operation with 4 overlaps as d cribed in the latest revis the -MA Standards for traffic control systems. c. Skippin of Actuated Phases. If, po the end f the green interval of the terminaf g phase, neither vehicle nor strian memo indicates a need for the next tr is phase, the intervals which ise that phase hall be omitted from the intery I sequence. However, once the interval has bee terminated, the phase caul' ig the termination may not be omiThis oes not, however, preclude the use oll switches which w n in the "on" pos' ion, shall cause the phase to be displaven though no detector ctuations have be n received. /a. terval Setting and Functions Provision for Setting. The controller shall provide for the setting of ea r 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 c e the meaning of a number being displayed shall be clearly evident without refer ice to the sequence of key strokes preceding the display and without reference t a manual or instruction sheet. The method of finding current data and o 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 front of the controller and shall be properly designated as to the function each control Performs. c. Required Intervals /Functions and Ranges. The required intervals, p rtions of intervals, and functions for each phase of operation arc listed in Table 1. TABLE 1 Functions and Timing to be Provided On Each Phase Minima Initial Maximum nn- Added initi%to ion Passage Ti Minimum Time To Rinnun Gap Time Befor Time Before Reduction Maximum 1 Maximum 2 Yellow Change Red Clearance Walk Pedestrian Clearance Red Revert (One Per c Initial may Minimum Ranee Increment (Sec.) Sec. .Walk 1-99 1.0 0 - 1.0 9 0.1 0-9 0.1 0 -9 0.1 0 -9 0.1 0 -99 1.0 0 -99 1.0 1-99 1.0 1-99 1.0 0-9 0.1 0-9 0.1 0-99 1.0 0 -99 1.0 3-9 1.0 viv fixed value of 30 Sec. d. Interval an Function Indication i. Indiction. Long life light emitting diode i dications or approved equal shall be pro tied and appropriately labeled on he controller to facilitate the erminati)a of operation and termination of the intervals and functions /f-oollowing: ntained therein. Indication shall include but n t necessarily be limited to the .Phase(s) next .Dwell .Phase(s) in service .Walk .Initial interval Ted clear .Vehicle interval Force off .Yellow change interval Hold .Maximum termination Red clearance .Gap termination ii. Call Indication. Indication shall be provided on the control) to display presence of vehicle call including memory and detector actuations a d 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 ie 'right -of -way to that phase for the duration of the maximum green inter in accordance with the specified interval sequence. g. Vehicle Detector Non -Lock Memory Switch(s). A switch shall be rovided for each actuated vehicle phase which, when placed in the non -lock po 'ion, shall cause the vehicle detector memory circuit for that phase to be disabled. \!call ian Recall Switch(s), A recall switch shall be pro ide d for each actuated t includes pedestrian interval timing function, rich when asserted, shall e automatic return of the controller to that lase and related pedestrian ). of Pedestrian Clearance Interval Fun tons. Means shall be provided to e asking of pedestrian signals durin the pedestrian clearance inlerval(s). 6. uits. a. General. The ontroller shall be pro 'ded with suitable load switches, external to the controller, for osing and openin signal light circuits. Such shall be sufficient in quantity to proX e interval s uence as described in Subsection A.4.2 of this Spec ificatiai. S load sN ' ches will be required for solid state controllers. b. Closing and o Ci uits /Minimum Capacity. The closing or opening of signal circuits po 'true without objectionable dark intervals, flickering of lights, or conflign in 'cations. Each switch shall have a capacity of not less than 10 amperedescen amp load at 120 volts AC. c. NEMA Triple Load Swite (s). External jack mounted load switches shall be provided in ace with Pmt "Solid -State Load Switches ", Sec. TS 1 -5.01, NEMA Traffic Systems Stand kds, TSI -1983. 7. MMU Minimuly Requirements. For actl ted controllers of solid state design and construction actuated controllers utilizii solid state load switches, a separate external sig al monitoring device shall be •ovided to monitor the occurrence of coil fl ictin Green or Walk indications and shat cause the signals to go into flashing operatioI should such conflicts be sensed. This s ll conform to Part 6, NEMA TSI- 1983. Yhe monitor shall have an LCD Screen and EthVrnet port. 8. Flasl ng of Signals a. Minimum Requirements. Means external to the c \50%ff all be provided to permit the substitution of flashing signal indications for l specified interval sequence. The indications to be flashed shall be as spe or in the included interval sequence chart on the plans.All signals shall flas i. Flashing Rate. Flashing shall be at the rate of not 0 nor more than 60 flashes per minute with approximately 50% on an periods. Flashing rate shall not vary so long as the power source ithin the specified limits. ii. Capacity. The operation of the flashing circuit shall be accoin ished in such a manner as to avoid undue pitting or burning or other damage to to d switches at 10 amperes of tungsten lamp load at 120 volts, 60 hertz AC fo 50 million times. b. Control of Flasher Mode. i. Police panel switch. Operation of flash mode from police panel operation of controller into Stop Time Mode. TS -16 ii. Inside switch. An "auto- off - flash" mode switch shall be provided in ide cabinet. c. Flashing of Vehicular Signals. Flashing of vehicular signal indicatio/edby I be obtained from one or more flashers, each of which is a self - contained deviigned to plug into a panel in the controller cabinet. If the flashing is pro two flashers, they shall be wired to assure that the flashing of all lens �on the same approach is simultaneous. d. Flashing of Pedestrian Signals (Pedestrian Clearance). WI n pedestrian interval timing functions are included, means shall be provided permit flashing of the DON'T WALK pedestrian signals during the pedestrian c arance interval. e. Solid State Flasher. A solid state flasher with no ontact points or moving parts shall be provided. The solid state flasher shall utiI zero point switching. This shall nform to Part 8, NEMA Traffic Control Systei s Standards, TSI -1983. 9. Mai I Control. a. Mu ial Control Enable. When specif d, manual commands shall place vehicle calls a pedestrian calls (when ped trian timing is included in the controller's sequence f operation) on all phase ,stop controller timing in all intervals except vehicle clea nces, and inhibit th operation of the external advance input during vehicle clearan e. b. Operation With ut Pedesh;i n Timing. When concurrent pedestrian timing is not provided, one actu 'on of e interval advance input shall advance the controller to Green rest, from whi i " will immediately select a phase next and advance to the Yellow Vehicle Cleara subject to the constraints of concurrent timing c. Operation With P desti' n Timing. When concurrent pedestrian service is provided, two segL ntial acti tions of the interval advance input shall be required to advance through a Green irate val, the first actuation shall terminate the WALK interval, and tl second shall ten inate the GREEN interval including the Pedestrian Clearance hit rval. d. Automati Timing of Vehicle hange /Clearance Intervals. All Vehicle Change/ earance Intervals shall be tim d internally by the controller. Actuations of the inte al advance input dining Vehicl Change /Clearance intervals shall have no effect n the controller. I'. Stop T ming. Suitable input from auxiliary cqu' ment or other external sources, shall taus cessation of controller timing during assert n of such input. Upon removal of /conlidistiliton put assertion, the interrupted interval, whit was timing, shall resume normal gProvisions shall be made to insure that there no conflict between the various o this function which would result in a stop time ignal for one ring affecting the of the other ring. 111 Coordination a. Minimum Requirements. Means shall be provided within Ike controller to permit its interconnection into a coordinated traffic signal system wh i coordinating devices are added. As a minimum, this should include the provision o "Yield circuit or Hold circuit, accessible to interruption by canmands external to the co troller. b. Hold Feature. "I'he controller shall contain a Hold Feature which when asserted for a particular phase shall hold that phase in a rest condition. Upon "elease from the [-Told, the phase shall immediately advance into the appropriate cleara ce interval or other unexpired portion of the green, provided there is an actuation on n opposing phase. a Force -Off Feature. The controller shall contain aForce -off Feature win when asserted shall cause termination of the current phase provided that phase is ' 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 in for the applicable configuration included in NEMA Traffic Control Systen s Standard TS 1 -1983. e. Closed loop Compatibility. The controller shall be fully compa, e with an Eagle Signal Company computer controlled signal system. It shall a ow full use of all optional functions of that computer system. ("Tactics ) Iiii. ntal and Testing. um Requirements. neral. The controller shall maintain all o its programmed functions and ing intervals when the ambient temper tire and humidity are within the specified limits of this specification. bient Temperature. The operatin mbient temperature range shall be from degrees to +165 degrees F. oling/Ileafing Devices. No ating or cooling devices other than standard nt fan(s) shall be required f proper operation of the controller. idity. The controller all be designed to operate properly within a relative mi •ty range of 0 to 9 /o up to 110 degrees F. Reut •rements. i. Environme tal an Operating. The controller shall fulfill the environmental and operatin re uirentents as described in Part 2, Section 1, "Environmental and Operating andards ", NEMA Standards TSI -1983. ii. Testing. Th con •oiler shall fulfill the testing requirements as described in Part 2, Section , "Test •ocedures ", NEMA Traffic Control Systems Standard TS 1- 1983. 13. Cabinet. Basic C nstruction. The contro er and all associated equipment shall be provided in w therproof metal cabinet of c am cat design and appearance. The controller cabinet Past be large enough to accom\vi a future master control unit (under separate contract, unless specified in the pbinet shall have a 16 channel back panel. The cabinet must be fiber ready an ready and Ethernet ready with I Control Rocketlinx ES 8510 Ethernet swi100 meg GIBX's included. i. Construction Material. The cabinet s 11 be constructed of sheet or cast aluminum. ii. Door. A hinged door shall be provided p miffing complete access to the interior of cabinet. When closed, the door hall fit closely to gasketing material, making the cabinet weather and dust \Citysarriplel Tdoor shall be provided with a strong lock and key. The door shall be designed to be opened only tandad controller cabinet key currently used by the City of Iow key will be made available to the successful bidder. iii. Auxiliary Door. A small, hinged and gasketed "door -in- door" tall be included on the outside of the main controller door. The auxiliary door all not all-W access to the controller, its associated equipment, or expose elcc"'caI terminals but shall allow access to a small switch panel and con artment containing a signal shutdown switch, a flash control switch, and other sp cified 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 standa auxiliary door key used by the City of Iowa City. A sample key will ben de available to the successful bidder. iv. Door Stop. The controller cabinet door shall be provided with a stop nd catch arrangement to hold the door open at angles of both 90 degr es and 180 degrees, f 10 degrees. v. Mounting Shelves. The cabinet shall contain strong in unting table(s) or sliding way(s) to accommodate the mounting of the con oiler and all included auxiliary equipment. The mounting facilities shall p mit the controller and /or auxiliary equipment to be withdrawn fi•om th cabinet for inspection or naintenance without breaking any elech•ica connections or interrupting o eration of the controller. vi. M rating Screws. Screws used fort unting shelves or other mounting purp es shall not protrude beyond the itside wall of the cabinet. vii. Outlet nd Lighting. An electrical rtlet shall be furnished and located in an accessib place near the front of e cabinet and each cabinet shall be provided with LED abinet lighting m anted in the cabinet in a manner which will provide ade uate light to rvice all pmts of the cabinet interior during nighttime hour Size, Type nd Mounting. i. Size. The cabin shall e of such size to adequately house the controller, all associated in evices and hardware, and other auxiliary equipment herein specified. ii. Mounting. The abin t shall be arranged and equipped for concrete base mounting. Bats should b flush with the ground and a riser installed. Sufficient galvanized a chor bolts, amps, nuts, hardware, etc., as required for the specified it unting type shat e furnished with each cabinet. iii. Cabinet sh I have a Comtrol Rocke inx ES8510 Ethernet switch for communicat' n with City's Ethernet syste i with 3 100 meg sip devices. b. Ventila on. Two then ostatically controlled duct fan uni\topo h a minimum rating of 100 CFM in /easircinoved shall be installed in the cabinet to pe forced air ventilation through the The fan unit shall be mounted to ts e top of the cabinet and shall be and replaced without having isc title any part of the cabinet or duct system. The thermostat controlhe fa s shall be manually adjustable n between 90 degrees F and 150 deg with differential of not more than es F bchvicen automatic turn -on and ff. The ans shall intake air through filtered vents located near the bottom of thinet or ca inet door and exhaust it through a weather- proof, screened duct locatr the top o the cabinet. Fiberglass type dry filters shall be used to cover the air is into the cabs et. These filters shall be easily removed and replaced and be of stadimensions col mercially available. The filters shall be provided with positive reent on all sides 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 r ultiple plug, a spring - connected mounting or approved equivalent arr gement. Correlation shall be made with connecting cable plug and contro er jack as described in Subsection 2.2., Section A of this specification. In addition to the above, a mating plug /cable assembly shall provided for all connectors on the controller (or auxiliary device). ii. Panels and Wiring. Each cabinet shall be furnishe with suitable, easily accessible wiring panel(s). All panel wiring shall be ally arranged and firm. a) Wiring Terminals. Terminals shall be pro 'ded, as a minimum, for the following: Terminal with N.E.C. cartridge fuse re ptacle, fuse, power line switch or nagnetic circuit breaker, with integr power line switch, for the incoming p wer line. Ter �unal, unfirsed, for the scut I side of the incoming power line. Tern' }duals and bases for sign load switches, and outgoing signal field circuits. TerminaXinaddi es to • signal flasher and outgoing signal field circuits. Terminact cables. Terminar aired auxiliary equipment. Termina for conflict monitor inputs and outputs. TerminaEMA defined inputs and outputs Terminainl tits and outputs defined by the controller manufacturer which m ddi 'on to the NEMA defined inputs and outputs. b) Clea nee Betw een Terr finals. Adequate electrical clearance shall be Pi !ea between terminal The controller, auxiliary equipment, panel(s), t urinals and other accesses r s shall be so in within the cabinet that they will facilitate the entrance ITd connection of incoming conductors. c Signal Circuit Polarity. The oat oing signal circuits shall be of the same polarity as the line side of the po er service; the common return of the same polarity as the grounded side o he power service. d) Grounding Conductor Bus. An equips @n be provided in each cabinet. The bus Slip an approved manner. d. Fusing and Surge Protection. i) Incoming AC Line. Suitable overcurrent p methods described in Subsection A.13.4.2.1 indicator. grounding conductor has shall I be grounded to the cabinet in utilizing one of the provided with led ii) Branch AC Circuits. Suitable overcurrent protection devic s shall be provided for each of the following AC power line input circuits: 1. Controller mechanism 2. Cabinet fan 3. Conflict monitor 4. Detector amplifiers 5. Flash transfer iii) Light & Outlet Fuse. A 15 ampere fuse and indicating type of fuse holder, wired in advance of the main circuit breaker for protection of the AC power iput 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. I1igh energy transient surge protection shall be provided n the incoming AC power lines in order to minimize potential controller dIIn e. This shall be a gas discharge lightning arrestor - 200 -400 volts. A second •uch device shall be provided on the AC power line to the controller unit. Mu have LED indicator. Painting. The cabinet shall be natural, unfinished aluminum. II mounting lttachments shall be natural, unfinished aluminum or finished with o coats of high g' de aluminum colored paint. f. P tic Envelope. A heavy -duty clear plastic envelope shall e securely attached to the in 'de wall of the cabinet door. Minimum dimensions null be 1 I inches wide x 14 inch deep. g. Cabinet call have a battery back system with an alit matic transfer switch. The unit shall run or flash the signals. Batteries and UPS hall be mounted in a small side exterior moun cabineLUPS shall be Ethernet rea 14. Guarantee. 'fhe e ripment furnished shall be w, of the latest model fabricated in a first -class workmanl e manner from good ality material. The manufacturer shall replace free of charge o the purchaser an part that fails in any manner by reason of defective material or won n•, from the supplier's factory, was placed in operation aftei 15. Wiring Diagrams and Docur One documentation package additional copies will be su following list of items for r conflict monitor, load s itch nship with' a period of 18 months from date of shipment it not to xeeed one year fi'om the date that the equipment nstall ion. ;n ion 1 II e supplied in each controller cabinet and three lied fo' office use. Each package will consist of the cabinet nd load facility and for each model of controller, and flashe'. /plete mplete schema c diagram, accurat and current for unit supplied. plete physi al description of unit. mplete ins lation procedure for unit. cificatio s and assembly procedure to any attached or associated equipment uired f r operation. mple maintenance and troubleshooting pro edures. r ty and guarantee on unit, if any. n lete performance specifications (both electri I and mechanical) on unit. plete parts list - listing fill names of vendor• and parts not identified by versal part numbers such as JEDEC, RETMA, or E torial of components layout on chassis or circuit boar s. plete stage -by -stage explanation of circuit theory and eration. B. Mu 'Il'affic Actuated COntI'011el's(SEPAC M52 with 3,51 a fir ware) Purpose. It is the purpose of this section of the specifications t forth minimum design and operating requirements for multi -phase (two through set ht phase) traffic actuated traffic signal controllers. 2. General Design Requirements, The General Design Requirements in S\an A of this specification shall apply in addition to certain design, operational nction al requirements hereinafter described. a. NEMA Design Requirements. The controller shall be designed in accordan e with the applicable requirements, included in NEMA Traffic Control System Stalland TSI -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 'I'SI /fiberready a Maximum Controller Dimensions. The controller no more than l9 inches \10perational 13 inches high and 1 I inches deep. 1. Requirements. e of Operation. The controller shall promulti- lase operation bed in Subsections I and 2 of this section of thatio and shall be fully ed with means of receiving actuations on s The traffic signal ller shall be capable of Volume Density opere controller shall have le initial and time waiting gap reduction feathe controller shall also ual maximum extension capability. Controller fiber ready and Ethernet b. The c stroller shall also permit a non - act uate mode of operation on any of its phases by ssertion of the vehicle recall fund' n (or pedestrian recall function when such functio is present) on the desired phas . a Call to Non- chrated Mode. The cod� roller shall feature an input which, when asserted, shall p 'mit the sel/tin/Devl %n- actuated mode of operation on any of its phases. d. Operation With At iliary C' ion ces. The controller shall be capable of having its basic op ion or augmented by the add ition of auxiliary functions or devices. e. Minimum Green i. Actuated Phase. T e mi imum green shall consist of an initial portion Only, or a separately set ininnun reen function. /subject pedestrian f nctions are p vided and a pedestrian actuation is received, the inimum G en shall consist f a WALK interval plus a Pedestrian Clearance terval. on -Ac ated Phase. In the non- ctuated mode of operation, the Minimum een n the non- actuated phase s all be equal to the values described for tu ted Phases in the preceding parag phs or shall be equal to a separately set ii imum Green function. Ntension. The actuation of a vehicle dete for during the extendible portion of ted traffic phase having the right -of- -way sl II cause the retention of right -of- that traffic phase for one Unit Extension port n from the end of the actuation ect to the Maximum (extension limit). um (Extension Limit). The Maximum or extens n limit shall determine the m duration of time the right -of- -way can be ext tded for a phase having ve detector actuations spaced less than a Unit Extensi n portion apart. h. Initiation of Maximum (Extension Limit). The timing of the Naximurn or extension limit shall commence (1) with the first actuation or other deman for right -of -way on a traffic phase not having the right -of -way or (2) at the begin 'ng of the Green interval if an actuation or other demand for right -of -way has een previously registered on a traffic phase not having the right -of -way or, al\plla the Maximum may continence at the end of the initial portion of the Greeif an actuation or other demand has been previously registered on a tr not having the right -of -way. i. Transfer of Right -of -Way. The actuation of any detector on a trnot having the right -of -way shall cause the transfer of the right -of -way a rc phase at the next opportunity in the normal phase sequence provide ha TS -22 been an expiration of a Unit Extension portion with no continuing actuation or an expiration of the Maximum (extension limit) timing on the preceding phase having the right -of- way. j. 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 approp ate change clearance interval(s). k. Rest in Absence of Actuation. i. Minimum Rest. In the absence of detector actuation o' assertion of recall switch(s), the right -of-way indication shall remain (rest) n the traffic phase on N the last actuation occurred. r' Rest in All -Red. In the absence of detector ac ation or assertion of recall switch(s), the controller, after display of the app priate clearance interval(s) on ie last phase having the right -of -way, sl II rest in Red (and associated P estrian DON'T WALK indications) or all phases until detector actuations are ceived. I. Memory attire. Unless precluded by ie operation of non -memory feature, the following mer ory retention shall be pro ded in the controller. i. Memory range During Clear cc Interval(s). An actuation received during a change clea nce interval fo a traffic phase shall cause the right -of -way to return to that lase at the it t opportunity in the normal phase sequence. ii. Memory If Pha 'Fermi aced by Maximum (Extension Limit). If the right -of- way is transferre by he operation of the Maximum or extension limit, the traffic phase losin the right -of -way shall again receive it without further actuation at the ne po tunity in the normal phase sequence. m. Pedestrian Timing eratio . When pedestrian timing functions are specified in the General Design I quirement Section A of this specification, the following pedestrian functio operation sha be provided. i. Pedestriat Timing With No - Actuated Phase. In the non - actuated mode of operatio , a WALK interva shall be provided simultaneously with the associ ed Minimum Green in val of the non- actuated phase. A flashing DO WALK Pedestrian Clearar e Interval shall follow the WALK interval, du - ng which the Green traffic phas continues to be displayed. ii. P destrian Timing With Actuated base. When pedestrian actuation is received, a WALK interval shall be pr ided concurrently with the associated Green traffic phase interval. A flashing ON'T WALK Pedestrian Clearance interval shall follow the WALK interval dr ring which the Green traffic phase continues to be displayed. iii. Condition in Absence of Pedestrian Call. In ab nce of pedestrian actuation or assertion of pedestrian recall function, pedestri signals shall remain in a DON'T WALK condition. iv. Recycle of Pedestrian Functions. In the absence of o )osing phase demand, it shall be possible to recycle the pedestrian interval t actions to succeeding pedestrian actuations without change in vehicle indication v. Pedestrian Actuation Memory. Pedestrian actuations re ived by a phase during steady or flashing DON'T WALK indications of th phase shall be remembered and shall cause the controller to provide pe st•ian timing functions for that phase at the next opportunity in the normal phase equence. vi. Non- extension of Pedestrian Intervals. Successive pedestrian actua ions shall not cause extension of the pedestrian intervals. TS -23 o. 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 th Initial potion of the Green interval of a phase based upon the number of traffic actuations stored on that phase during its YELLOW and RED inte al. b) Time Waiting Gap Reduction. Utilizing the functions s cified, the controller shall enable a reduction in the Extension portio of the Green interval of the phase having the right -of -way in prop ion to the time elapsed from the registration of an actuation on an op sing phase or from the beginning of the Green interval, whichever occur ater. ii. rat Maximum (Extension Limit) Operation. Asser'on by external command for the operation of a Maximum 11 function f . a phase shall cause the Conti, ler to provide the timing value for that unction in lieu of the normal maxinn. n value. o. NEMA OperXecra ' l Requirements. In addition the basic operational requirements specified abohe controller shall prov' e the operational features for the applicable cona 'on inchrded in the MA Traffic Control Systems Standard TSI - 1983. 4. Functional Requints. a. Basic Functioequires nts. F mctional requirements for the multi -phase traffic actuated contrshall be s ecified in the General Design Requirements in Section A of thpecification b. NEMA Funcl Requir lent In addition to the basic functional requirements specified abov contr er shall ovide the functional features for the applicable configuration, ded i the NEMA affic Control Systems Standard TSI -1983. c. Overlaps. Wr uired by the inte al sequence chart in the General Design Requirements of these specificati ns, overlap(s) shall be provided by the controller and a implemented via intern or external logic. 5. Enhanced operati a. Preemption A minimum of hvo preemption inpt s shall be provided. These shall be designed for railroad or emergency vehicle pre 11 11 and shall provide the ability to set the delay before start of preempt sequ ce and the duration of the preemp sequence. It shall also be possible to define the tatus of each phase as red, yd� Flashing yellow, or Flashing red during the preemptio period and to provide an y transition into and out of the preemption period. b. dination. The controller shall be capable of emulating a dial /3 split /3 offset ed controller coordinated with a 9 wire interconnect system. Time Base Functions. The controller shall have the capability to rovide internal time based coordination. In addition it must provide a mininnun o vo auxiliary outputs controlled by the time base coordination which can be fully progr mined on a time basis to control external devices on a cycle by cycle, time of day, da of week, and /o' holiday schedule on an annual basis. 6. Remote Flash. A remote flash input is required which will provide for the r2 implementation of flashing operation consistent with the requirements of the MU' This shall include a means of programming a "Flash Entry Phase" and a "Flash Phase." 2.07 - Inductive Loop Vehicle Detector. Not normally used. TS -24 A. Design Requirements 1. Operation a. General Shall be card rack style. The detectors shall be designed to operate with loop and lead -in wi combinations having a wide variation in electrical characteristics. The electr' al characteristics are a function of the length and width of the loop, the lea and type of lead -in wires, and other factors. The detector shall operate with t usual configurations of loops and lead -in wires, standard with th/iicle t, which have a 40 to 700 microhenry total inductance. The detector shall provide reliable detectioin an output indication for a period of not less than three (3) minutes foat causes a 0.02% change in the total inductance o f the loop and lead -in easured at the detector loop i ut terminals. The detecto shall provi s above with a loop system ha ' tg any or all of the following chary eristics: 1) A hunting resistance of 10,000 nns or greater to a common or circuit ground bus. 2) A loo system quality fact (Q) of not less than 5.0, when connected to the detector eing tested. is defined as the ratio of the resonant operating frequency er the half- ower bandwidth. 3) A total or eq 'valent ' iductance within the range of 40 to 700 microhearies at the detector loo in it terminals. A sensitivity adjustor it or selector shall be provided to allow selection of a high, medium or low sen tivi adjustment. b. Loop Energizin nd Detec or Sensing Circuits. The detector shall provide reliable detection of lic sed motor v titles. The detector shall provide an input (switch closure) only + ien vehicles are ssing or stopped over the loop and shall detect all vehicles pass ig over the loop at sp ds up to 80 miles per hour. i) Turn n. When first turned on, vhile tuning or being tuned, the detector shall pro ide a continuous output pulse witch closure), plus a visual indication, in b It the presence and pulse modes f operation. On power failure, or loop allure that would cause the inductance o exceed the tuning range, the detector must place a continuous call. Frequency. To prevent mutual interference "crosstalk ", the detectors shall be provided with a three position frequency mode witch on the front panel. iii) Automatic Tuning. The detector shall be desigi d to be initially tuned to the loop and provide for automatic drift compensation. iv) Weather. The operation of the detector shall not be fected by changes in the inductance of the loop caused by environmental than es, such as rain, hail, snow, temperature humidity, nor shall the sensitivity be in -kedly affected. c. Accuracy. The detector shall be able to detect all licensed hicles, including motorcycles, accurately. 2. Detector Output. The detector output (switch closure) to the associated affic control equipment shall be provided by means of a relay. The relay shall have a me tanical life of at least 1,000,000 operations. The contacts shall have a rating of at least L ampere at 120 volts AC or DC. 3. Power Supply, The detector shall be designed to operate on a 110 commercial 60- irtz power line over a voltage range of 100 -125 volts. The primary of the power supp y, 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 as ON- FF switch is provided, the design of the lights need be only /ia hours at rated volta . 5. Dielectric Strength. The detector shall wit a dielectric strei th test of 1,250 volts, 60 hertz per second, AC applied betwe120 VAC line -s ply circuit and the I for the external loop for a period of inute terchangeability and Design Life. All modd compose is of the same type shall Zinterchangeable. The design life of all onents, der conditions of normal ration, shall not be less than five years. 7. Dela Call. The detector, when specified obid o•m, to have a "Delayed Call" feature, hall be capable of ignoring a vehicle i n unless it persists for more than a predeterm ed period of time. The predetermline shall be adjustable from 0 to 25 second mint nun on the front panel. The "d Call" feature shall be inoperative during the gre n interval for the phase related amplifier. B. Enclosure General. A dustpro NI f, metal enclosure s all be provided to enclose all electrical parts of the detector. The enc sine shall be d igned for placement on a shelf in a weatherproof field cabinet. The deter r shall not c position sensitive. 2. Detector Units. Detector iN four loops) in series or pal visual indication of a call adjustment. 3. Size. A small size encl sn another, is desirable. Si gle by 8 inches deep. I be designed for use with loop combinations (two to or series - parallel). The detector model shall have a will not require external equipment for tuning or re and ie ability to stack the enclosures, one on top of detector i its shall not be larger than 6 inches by 3 inches 4. Marking. Each del ctor shall be marked or type number, d serial number. The wattage) shall b included in the marking. the manufacturer's name, model, catalog, (cal input rating (voltage, frequency, and C. Input/Output Rece tacle 1. Function A signment. Input and output connections r the detector shall be made to a type MS- 102- A18 -1P box receptacle with 10 male co acts. A plastic cover shall be provide on the receptacle. The pin positions of the in ut /output connector shall be assign d 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 I 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 418 AWG stranped, color -coded wire with 300 volt insulation. A type MS- 3057 -10 cable clamp Ifid boot shall be provided for strain relief. The leads shall be 5'0" in length, the first /6 inches of leads, from the plug, shall be enclosed in cotton braiding. No terminal are required on the leads. D. Components Inductors and Transformers. All inductors and transform s shall have their windings —insulated and shall be impregnated to exclude moisture. All wire leads shall be color oded. 2. R sistors and Capacitors. All resistors and capac' rs shall be insulated and shall be ma ed with their resistance or capacitance valt . Resistance and capacitance values may e indicated by the Radio Electronics elevision Manufacturer's Association (RET ) color codes. All electrolytic cap itors shall be marked to indicate polarity and volt e. 3. Printed -Cii uit boards. All printed -circ it boards shall be at least 1/16 inch thick and shall be ma of glass -cloth silicon . National Electric Manufacturer's Association (NEMA) type -10 glass ell oxy or I dvalent. The conductor material shall be copper, 0.0027 inch thi , having a wei it of 2.0 ounces per square foot, with a protective solder coating. A I printed -cir uit board connectors (male and female) shall be gold plated over the cop er base. he printed circuit- boards shall be securely mounted in such a way as to prev it fle ing or bending of the boards, and shall be easily removable for servicing or replace t. 4. Wiring. All interconne ii wire shall be insulated 422 AWG or larger, suitable for 180 degrees F operation. 5. Solid State Circuit a, Components. Transistors, i tegrated circuits, or semi- conductor diodes shall be used for all mplifying, detecti , rectifying, counting logic, and regulator circuits, No vacum or gas tubes shall be ised except for pilot lights. Transistors, integrated circuits, d diodes shall be marke with their type number and shall be types listed by the adio Electronics Televisioi Manufacturer's Association (RETMA). No electr iechanical timers, synchronous otors, or relays shall be employed, except as Spec* led in Section I -B. b. Pi oprictary pants. All electronic and el trical components must be of standard nufacture and available from a source o er than the manufacturer of the loop etector unit. 6. ' emperature. The temperature of components shall of cause any appreciable reduction in component life when the detector is operated in a ambient temperature from 20 degrees to 180 degrees F. E. orkmanship 1. The enclosure and all modules shall be fabricated, ass nbled, and wired in a workmanlike manner. Documentation Contents. A documentation package shall be supplied in each contr ler cabinet for the inductive loop vehicle detectors which shall consist of the following: 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 0 Warranty and guarantee on emit, if any. g) Complete performance specifications (both electrical and mechanical) on unit. h) Complete parts list - listing full names of vendors and parts not identified by universal pail numbers such as JEDEC, RETMA, or EIA. Pictorial of components layout on chassis or circuit boards. j) Complete stage -by -stage explanation of circuit theory and operati n. 2. Nm ber of copies. At least three full documentation packages for ch detector sensing unit r del shall be supplied to the ENGINEER. 2.08 - Equipment And Mttt' A. Equipment and existing equipnnc the product of re the ENGINEER. PART EXECUTION ials shall be of new stock unless the fans provide for the use of equipment furnished by others. New quipment and materials shall be e manufacturers of electrical equippifent and shall meet the approval of 3.01 - General A. The CONTRACTOR shall fiu\mi d complete and operative signlr Contract Documents. i B. The CONTRACTOR shall be aei Ordinance and adherence to local Vnildi C. CONTRACTOR Quali ill all equipment and materials .necessTiy fora as shown on the plans and_' described in the electrical contractor in accordance .Nvith City, ode shall be met. Trained and experienced p rsonnel shall s nervise the fiber optic cable installation. Qualified technicians shall nake the cable term ations and splices. The CONTRACTOR upon request of the GINEER shall provic documentation of qualifications and experience for fiber op c equipment installations. 'he ENGINEER shall determine if the CONTRACTOR is qt lifted to perform this work. 'I'S CON "TRACTOR shall have attended a certified fiber opti training class mandated by the spec ications prior to starting work. D. The CONTRACT R will be responsible for incidental s\the emoval and replacement necessary to c iplete the signal construction. All vrial and debris shall be disposed of at sanitary landfill at the CONTRACTOR'S E. All incident parts which are not shown on the plans od herein, and which are necessary complete the traffic signal, or electrical systefurnished and installed as thong such parts were shown on the plans or specin. All systems shall be couple and in operation to the satisfaction of the OWNim of completion of the F. The CONTRACTOR shall perform all work required and furnish all abor, materials. ipme It, tools, transportation and supplies necessary to complete the wor in accordance /ecilan the Cont ract Documents. The ENGINEER or his representative shall hav \1of bserve all phases of the work performed by the CONTRACTOR and tters dealing with the quality and progress of the work. e Standard Specifications for highway and Bridge Construction, curren Department of Transportation, as modified by these contract documents shal Special Provision. The above specifications are referred to as the Standard Specifications. Standard Specifications shall not apply to this section. I. The following Iowa Department of Transportation Supplemental Specifications shall also be considered a part of these Special Provisions. 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, lat t revision. I. The video detection system shall be installed as recommended by th supplier and as c contented in installation materials provided by the supplier. J. Mis Ilaneous Equipment The C NTRACTOR shall furnish and install all necessary mis• Ilaneous connectors and equipmen to make a complete and operating installation in ccordance with the plans, standard sh is, standard specifications, special provisions, an accepted good practice of the industry. 3.02 - Qualifications, Servi Calls, And Warranty A. CONTRACTOR'S rsonnel are required to be know dgeable of the traffic sigital.controller operation and wiring. Controller manuals and w' •ing schematics will be'provided to the; CONTRACTOR for hi use on the project. T•hes documents must be returned undamaged At the end of the project. B. The Traffic Engineering Department ill provide part -time observation of the CONTRACTOR's work. The epartune s representative will be available during normal working hours (7:00 A.M.- •30 M.) to review the CONTRACTOR's work. CONTRACTOR shall provide four i us advance notice to the Department for review of the work. Any service calls or r 'ew of the CONTRACTOR's work outside of the Department's normal working hot s Wi be billed to the CONTRACTOR. C. The Traffic Engineering Dep Unent w I continue to provide service call maintenance during the project. If it is determi I that the malfunction was caused by the CONTRACTOR's work, th t the CONTRAC OR will be billed for the materials, labor, and equipment required to cor ect the malfunction at /or damage. D. The CONTRACTOR s all guarantee all his work gainst defects due to poor workmanship or materials as specifi d in the Contract Documents. 3.03 - Concrete Bases For Pol s And Controller A. Concrete bases f r poles and controllers shall conform to he plans and Section 2403 of the Iowa DOT Still and Specifications. B. Excavations or bases shall be made in a neat and workma like manner. Whenever the excavation s irregular, forms shall be used to provide the proper dimensions of the foundatio s below grade. Construction of the bases may require hand excavation to verify location f utilities. C. The i terial for the forms shall be of sufficient thickness to pre ent warping or other dell tions from the specified pattern. The forms shall be set ]eve and means shall be pro ided for holding them rigidly in place while the concrete is being pla ed. When located it a continuous sidewalk area, the top of the pole bases shall be set flush wi i the sidewalk or avement surface. D. All reinforcing bars, conduits, ground rods, and anchor bolts shall be insta d rigidly in place before concrete is placed in the forms. Cap and protect conduit ends be re placing concrete. E. Anchor bolts for the signal poles or the controller shall be set in place by means of a t mplate constructed to space the anchor rods in accordance with the manufacturer's require, ents. The top of the bolts shall not vary more than 1/4 inch. The center of the template an 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 roux ded with an edger having a radius of 1/2 inch. The exposed surface of the base shall h ve a wood floated surface finish. Exposed concrete surfaces shall be cured using wl ie- pigmented curing compound or plastic film meeting the requirements of Article 41 .02 of the Iowa DOT Standard Specifications. G. The bottom of the foundations and bases shall rest securely n firm undisturbed ground. here the foundation or base cannot be constructed as sho a on the plans because of an o traction, the CONTRACTOR shall use other effective i ethods of supporting the pole as ma e designated by the ENGINEER. 11. After t e concrete is placed in the form, it shall be vib ted with a high- frequency vibrator to eliminat II voids. I. After the fo ndation or base has been poured, all, lately no modification of any soil may be made. If the nchor bolts, conduit, or any par of the foundation or base is installed in an incorrect mane • as determined by the ENG EER, the entire foundation or base shall be removed and a ne foundation or base inst led. The CONTRAC'T'OR shall bear all costs of replacing work deer ed unsatisfactory by ie ENGINEER. J. Unless otherwise spec• led, anchor bo for poles where arms are to be perpendicular to the centerline of the street all be insta ed so that a line through the center of One anctbor bolt farthest from the curb an xtende through the center of the adjacent anchor �:bolt closest to. the curb will be perpendict r t the centerline of the street to within two, degrees of arc -= unless otherwise specified. K. Prior to setting poles, the an for bolts shall be covered in such a manner as to protect them against damage and to prot t the p blic from possible injury. L. Each base location sha be appro ed by the ENGINEER prior to construction. Base dimensions shown on t e plans are min um dimensions and based on stable soil conditions. Should extremely loo e or sandy soil be icountered, the CONTRACTOR shall contact the ENGINEER for nec ssary base alterations. M. Where shown on ie plans, the CONTRACT R shall remove the top of existing mast arm footings, ancho bolts, and conduits to 36" low the existing top of curb or edge of pavement elev tion. Waste materials shall be emoved from the site and disposed in accordance th local regulations. Back filling fA the removal shall be performed with mechanical ompaction equipment meeting the requ 'ements for backfilling conduit. The upper 6" the removal area, if outside the propose avement, shall be backfilled with black dir 3.04 - Hand holes A. Hand Iles shall be either built in place in an excavation made • a neat workmanlike manner or sl II be a precast unit conforming to the requirements of the p ns. B. WI n the use of forms is required, they shall be set level and f sufficient thickness to pr vent warping or other deflections from the specified pattern. A leans shall be provided f r holding them rigidly in place while the concrete is being placed. C. fhe ends of all conduit leading into the handhole shall fit approximatel inches beyond the inside wall. A drain conforming to the dimensions shown on the plans s all be constructed in the bottom of the handhole unless otherwise specified. D. Frames and covers for handholes shall be set flush with the sidewalk or pa ment surface. When installed in an earth shoulder away from the pavement edge, the top s rface of the handhole shall be approximately one inch above the surface of ground. When co tructed in unpaved driveways, the top surface of the handhole shall be level with the surf e of the driveway. E. All conduit openings in the handholes shall be sealed with an approved sealing coral and after the cables are in place. This compound shall be a readily workable soft plastic. It s all TS -30 3.05- 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 re'fluired. Openings for conduit access shall be drilled to match the outside diameter of the con 1)it, GGrout conduit access after installing conduit. . nstall galvanized cable hooks if not precast with the handhole. A. Condit shall be placed as shown on the plans. B. Unless a roved by the ENGINEER, conduit shall be installed vithout change in direction directly fi' n one structure to another. Change in direction may be allowed for physical restrictions s ch as right -of -way restrictions, utilities, locati i of roadway slopes, retrofitting existing condo stubs, and certain short sections of condo C. Nipples shall be sed to eliminate cutting and thread short lengths of conduit are required. Where it 's necessary to curt and thread ste conduit, exposed threads will be field galvanized. D. All conduit and fittings hall be free from burr and rough places. Standard manufactured elbows, nipples, tees, re rccrs, bends, coup 'ngs, union, etc. of the same materials and treatment as the straight con uit pipe shall b tightly connected to the conduit. E. All conduit ends shall be prov ed with a ushing to protect the cable from abrasion, except for open ends of conduit being p ced f r future use. Bushings shall have grounding fittings which shall be connected to the gr n ing system by a #6 ground wire as contained in these specifications. F. All conduit placed for future use , all b threaded and capped with threaded metal pipe caps. G. All conduits shall drain, ex pt for s cific locations approved by the ENGINEER. CONTRACTOR will not be Ilowed to be d conduits upward to accomplish the conduit clearances shown on the hall hole details. 3.06 - Trenching And Bacicfilling F r Traffic Signals A. Secure written approv of the City prior to any tre thing or excavation within the drip line of any tree. B. Trenches shall be cavated to such depth as necessary o provide 12 inch to IS inch cover over the conduit. All cinders, broken concrete or othe hard abrasive materials shall be removed and sh I not be used for backfill. The trench shal be free of such materials before the conduit is laced. No conduit shall be placed prior to r spection of the bench by the C. All trench shall be backfilled as soon as possible after installd ion of conduit. Backfill material all be deposited in the trench in layers not to exceed 6 fiches in depth and each /pla sit I be thoroughly compacted before the next layer is placed. and materials shall not within 6 inches of the conduit. D. r excavation is made across parkways, gravel driveways, or so ed areas, the sod, rushed stone and gravel shall be replaced or restored as nearly s possible to its ondition and the whole area involved shall be left in a neat id presentable . Concrete sidewalk pavements, and base courses and bite ninous su aces.'shall be ith new materials and the cost shall be incidental to the work. - : � \ - I I I 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, bor' g or any other means necessary to place the conduit without cutting or removing pavemet . B. Removal of pavement will require prior approval of th/additiona ER, placement of removed pavement will be done according to plan details aiona payment will be made. C. an quantities for pushed cond uit include at least two feconduit behind each cur D. The in rinmm conduit depth at handholes for all conduit pushed conduit, is as shown o the plans. CONTRACTOR must push a mole duit) at least four (4) times befor consideration will be given to allowing an upw the conduit. 3.08 - Electrical A. All conductor ca e combinations shall be show/Yfitoll ni e plans. No substitutions will be permitted. Each sig al head shall be wired separat the handhole compai4ment in the pole base to the signa\ead. B. The si gnal cable coloshall be as Iowa 1 tape = Left turn signal; 2 tape 'rapes shall be color coded as folloN : Blue = NE Corner; Orange = Southeast Corner; Yellow = Southwest Corner; Green = Northwest Corner. Video cable tapes shall be milarly color 4 conductor cable Green Ball - reen Yellow Ball - Black Red Ball - Red Sig. Common White 7 conductor cable Green Ball - Yell w Ball - Re Ball - een Arrow - ellow Arrow Sig. Common - PY arrow - Green Orange Red Blue Black White & W /BK Black when used TS -32 Codes signals; 3 tape = Right turn signal. 9 Conductor Cables Pedestrian Signals Walk — main st Green Don't Walk — main st Red Walk - side st Green \Blk on't walk - side st Red \Blk S .Common - White Pus utton - main st Orange Pushbi ton — side st Black PB Corm on - WBK C. One ele rical splice in the handhole compartmen c signal ucuit wiring. All signal circuit cable runs from ie connections made in the handhole comps tern nal compartment in the controller base. Street I ea i pole base using a Type HEB -AA Fuseholder. D. nductor groupings and splicings may be made ontroller cabinet. the pole base will be allowed for the Ill be one continuous length of cable lent of the signal pole bases to the ht will be fused with a 5 amp fuse in in theNterminal compartment in the The loop detector lead -in cable shall be one continuous length f cable from the terminal compartment of the controller cabinet to a splice made with the I p detector wires in the first handhole or pole base handhole compartment provided adjacei 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 designe to provide a firm hold upon the exterior covering of the cable or cables, with a minimum o dragging on the ground or pavement. This shall be accomplished by means of reels moun ed on jacks or other suitable devices. Frame - mounted pulleys, or other suitable devices sha be used for pulling the cable out of conduits into handholes. Only vegetable lubricants ma 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 orjunction location. Identification ties shall be provided both on the cable from the controller and th cables leading to the heads for a splice in a pole base handhole. TS -33 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 tur r signal. Tapes shall be color coded as follows: Blue = NE Corner; Orange = Southeast Corn r; Yellow = Southwest orner; Green = Northwest Corner. Video cable tapes shall be simil rly color coded. G. Ca e slack shall be as follows: four t in handholes two feet ' signal bases two feet in ie terminal compartment of the controller b e No slack will e allowed in the loop detector lead -in le after the initial splice. ` H. Connectors sha be of the proper size for the numb rand size of the wires being connected. 1. Wire ends must b thoroughly cleaned after the nsulation is stripped off to insure complete contact with another wire, or the connector. f strands are damaged when the insulation is removed, the section the cable must be 'scarded. Nicked or damaged conductor strands will not be permitted in ide of connector . Loose wire ends shall not be used as "shims" to make a connection. J. Electrical tape shall not be a lied to he finished connections. Signal cable insulation shall extend beneath the insulated p rti of the connector. Any connection with exposed bare wire shall be redone by the CON ' ACTOR. K. Covered connections must be rra ed so that they will not be in contact with the metal poles. Connections in the p es shal be pointed up to prevent accumulation of moisture in the connection. L. Loop detector splices sha be capable of s tisfactory operations under continuous immersion in water. M. Cable connections insignia] heads and contr Iler cabinets shall be made at the terminal blocks provided for Iis purpose. All stranded w \1 s inserted under a binder head screw shall be equipped with solderless pressure type spade onnector with a pre - insulated shank. All solid wire shall h ve an eye and shall not have a term' rat connector. N. Service cable all be continuous front the disconnect witch located on the service pole to the terminal c mpartment of the controller cabinet. O. Inter/iitalled cable or fiber shall be continuous from cont Her to contoller.A tracer wire shall in all conduits with signal cables, detector le d -in cables, or communication cableracer wire shall be identified in the controller cabinet, handholes, and poles by meanntification tags. The tracer wire shall be spliced 'r the handholes to form a conth twork. *file tracer wire shall have an orange acket. 3.09 - Pole F,re ion A/B-eveling A poles are to be erected vertically and securely bolted to the \nenut lace concrete undations at the locations shown on the plans. shall be accomplished by the use of nuts on each anchor nut shall be ned on each anchor bolt and the pole placed in position on these ntop nuts shall n be placed loosely and the pole adjusted to the vertical positios ' ig both the per and lower tints. ter the pole is securely fastened, install metal ships in the area bc pole nd the base. The metal strips and the method of attachment shall be approveNGIN ; R. D. Each pole shall be grounded from the pole to the foundation ground No. 6 A G bare copper ground wire. TS -34 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 sh II be erected so that they are plumb with traffic signals installed, in line, and all the same elative height above the centerline of the street and with the mast arms correctly oriented s shown on the G. Nles must be erected so that they are plumb with traffic signal hea The manufacturer rc nunendation for raking should be observed when setting the ole to assure that it is plus when the load is applied. H. Mast a n assemblies shall be furnished and installed by the ON "TRACTOR. When pre - used pain ed mast arm assemblies are specified, the CONT AC "IO shall prime and paint the mast an assemblies with the following method: 1. Remove \�Zith scale, and loose paint from t surface by sanding or power tool cleaning -3). CONTRACTOR to us care when power tool cleaning to avoid burning, or grinding surface dirt ' to the existing paint surface. Land tool cleaning -2) will be allowed call m areas accessible to power tool cleaning. 2. Remove ing, dirt, and other foreign material from the entire surface by applicati um solvent (i.e. )aint thinner, mineral spirits, etc.) and wiping the entire sucl n rags. 3. All bare metal surfaces cposed y the cleaning operation shall be spot primed the same day to avoid flash rusting. A. After the primed areas have •ied, apply one coat of finish paint. 5. Primer and paint must be ppro ed by the ENGINEER. 3.10 - Loop Detectors A. Loop detectors shall be ' stalled in accoi ante with the plans. Adjustments . in the locations shall be made to minin ze the location oft loop wire across construction joints. Locations of the loops shall be ibject to the approval o the ENGINEER. The cabinet end of -the cable shall be clearly tag d identifying the loop. B. The slot for the op shall be constructed as per an. The slot shall be completely clean of all loose debris < nd have a smooth bottom. C. New PCC p vement shall not be sawed until s\ma ays after pour unless approved by ENGINEE . D. Loop del ctors shall be connected to the controllehielded cable. No splices will be allowed n this cable. E. Upon ompleting the loop installation in the field an rior to sealing the loop in the pav rent, the CONTRACTOR shall notify the ENR wh may meter the loops by test ins ruments capable of measuring electrical valuenstalled oop wires and lead -ins to n asure induced AC voltage, inductance in micros, high -1 N °Q" indication, leakage esistance in megaohms, and the resistance of the cors in ohms. 1. An acceptable load installation shall be define llows: a) Induced voltage test: No deflection on the pointer of a volt meteb) Inductance: The inductance reading on the loop tester roximately the calculat value or with approval of the ENGINEER is betweeh and 200 mh. TS -35 c) Loop Q: Deflection of the pointer to the upper side of the scale. <O Leakage to Ground: Deflection of the pointer to above 100 megaohms. e) Loop Resistance: The resistance reading on an ohm meter is approximately the calct ated value. 2. A unacceptable loop installation shall be defined as follows: a) dtictance: Fh inductance reading is below 90 mh or above 250 mh. b) Leak e to Ground: Deflects n of the pointer to below I00 megaohms. c) Loop Resi dance: The resistancx reading is 50% more than talc ated. 3.11 - Signals A. All signal faces and io\draw,11,gs hall be ilunis d by the CON "TRACTOR. and installed as' shown on the plans. Ped signal h ds and pedestrian push buttons are,'ghown on the plans and schemati in Scher atic form only, Pole mounted signal heads are generally intended to bon the ce of pole with respect to oncoming baffle. (See Signal Head Mounting Details.) b mounted signal indication is block be installed on the face of the pole button shall be located on the pol the appropriate crosswalk. B. All optically limited signal eads directed by the ENGINEE . dif ations to this are required when the view of the pole (See Paragraph 3.11 E). Pedestrian push buttons shall t °increments with respect to the mast arm. The push face the arrow on the R10 -4 sign directs pedestrians to shall be C. Backplates shall be instal d and properly secure(N D. All signal heads shall a kept securely covered u operation. masked to limit their field of view as the traffic signal heads. such time as the signals are put into E. The location of si nal heads in which the view of th blocked by utilit poles, trees or other physical obstructs approved by th ENGINEER, Standard heights and locat for unobstruc ed locations. Signal heads installed with which in t e opinion of the ENGINEER are obstr CONTRA 'OR's expense. Holes in the poles due to this in a mang r acceptable to the ENGINEER, 3.12 - Controller indications is blocked or partially is shall be adjusted to a location sot shown on the plans are typical lout pproval of the ENGINEER, acted, shall be relocated at the signal elocation shall be plugged A. The ntroller cabinet shall be mounted with the back of the cabinet to and the intersection such that the signal heads can be viewed while facing the controller, B. A field wiring must be directly attached to the wiring lugs. Attachmen\maintaining hall be i a neat and workmanlike manner. All connections at the controller shby City raffic Engineering personnel. All conduit openings in the controller cabinet shall be sealed with asealing compound. This compound shall be a readily workable at temperatures adegrees F and shall not melt or rum at temperatures as high as 300 degrees F. D. All wiring diagrams, service manuals, instructions for installing aning the equipment and advice as to timing and operation shall be delivered to EER 't good condition. TS -36 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 - G and Rods A. Ground wires shall be connected to ground rods with one piece nonferrous clamps wich \sel screws as tightening devices. They shall be outside the controller base with # 6 se a conduit as an enter point into the cabinet. Connections to ground rod need d. B. ole or pedestal shall be firmly connected to the ground rod provided, b means of ing terminal specified in these special provisions. Placing the groin wire under t nut, anchor bolt cover, or similar device will not be permitted. 3.14 - Equipment Testing A. The result of a\shallnoti be recorded along with date of test, nam of person performing test, brand namber, serial number of equipment used wing test, and any other pertinent infora. B. When the CONTRACT work is complete and the projec s open to normal traffic, the CONTRACTO the ENGINEER in writing th date the signal will be ready for testing. C. Initial traffic signal timings and iming adjustments wi be performed by the ENGINEER. D. Upon concurrence of the ENG EER, the CO 'RACTOR shall place any signal in operation for a consecutive 30 -day t st period, iy failure or malfunction of the equipment supplied or installation performed the ONTRACTOR shall be corrected at the CONTRACTOR's expense and the sign to ed for an additional 30 consecutive day period. This procedure shall be repeated until the gnal equipment has operated satisfactorily for 30 consecutive days. E. If the signal is to operate independen y of oth r signals or signal systems, it shall be tested as a single installation. F. If the signal is part of a system the test period s II not be started until all signals in the system are ready to be tested.. ie system shall be tes d as a unit. G. 'file CONTRACTOR shall initiate correction of an failure malfunction of the signal installation within 24 hour of notification by the ENGIN ;R. The ENGINEER will correct any failure or malfuncti 1 of the signal installation not inv tigated by the CONTRACTOR within the above time eriod, and will deduct its expenses fi• n the CONTRACTOR's final payment, H. Ground testing sh I conform to Section 2523.21 of the Iowa D "• Standard Specifications for Highway an ridge Construction. 3.15 - Clean -Up A. Upon con) etion of the work in this Section, remove from the site all i bbish, trash debris; resulting om operations. Leave the site in a neat and orderly condition. TS -37 PART 4 — METHOD OF MEASUREMENT AND BASIS OF PAYMENT 4.01— Method of Measurement Payment fir Traffic Signalization will be as follows: A. his item will be the lump sum for Traffic Signalization. 4.02 — Basis A. Paym nt for Traffic Signalization shall be full compensation x` supplying all equipment, labor, rd materials necessary to install, erect, and operate omplete, fully functional traffic signal sy em, including but not limited to traffic signal p es, mast arms, bases, signal lights, luminaires n combination street light /signal poles, wit g, conduits, handholes, controllers, cabinets, coo •dination with utilities, video detec/te 'item, testing, and all other miscellaneous ardware, software or any other iecessary to complete the traffic signal system in place. his item specifically excludes dvance Loop Detection system described in the fbilowina item. C7�0 TS -38 Q 'w 1 � a } O > C Q s 4—j V W n O O . rn cjJ w —,V O N_ O Co O C) E C� O CIO \/� CV ( ID O /� � t V rn V) O � U O� Y Q- 0 16 U O J J L_M LL O W W Z V E d t7 m o y y o E E o I I I \ oa t I% s s� E i `t. v E ^� 917 'I'll TIO tc• �— n / ro N, c I I I \ t I% s s� ^� 917 'I'll TIO �— n / ro N, q + Iv (A \ V= d \ I _ _I i- q ' C N F � N L a c > a` v � s 2 z 'c a I— q 6 N y O o� z �N �� sN V m V ° w m � Ew iJ Y V C Z d J V Q W m} ✓� V N Z a J C rn 2 D a a O [o b v o O � X Z w •`j v cc a O p O> >� w 00 U C _ m W V0 y ON v0 p Or M eD m O O O h - C9 .+NjM �M dN N d' M !i N �E �2 yZjuN ilN f�N QV] OM r/�� N ip V GLL > W mMW 0 Oa m0 p O M N V Zip �¢ fG �3Tw r1M WMM �'L'`T6 +7M M Frn:.,M J Z� a 0 ¢O m_ FMOZVV aM Wot� � viOd O c �OC Ow w ci }oi y.. C �3VLa W��w00 OWYa� O FN E�2 Wv F� O ZOO ZO �O 70 20 KL J Q n. �SWE U�o C)saE �u� -Fd� dMCfSa V a ooa Oa OwR oa O'd ra U< E x> V o W V z Z> C WmK y� _ZF F NWUCw m W a< W pO2 JNN �<~Oa (n V06 V OhUNF JOF��F KFSOOJI e/~i~~} Sfm�x }O a'UFpO 0 VFpZ <Q¢ 6S?_m O ZW d en CVF 771 F QNOQ�VWI¢¢¢rnC�O�Z2N2ha3 °?IWiC OdxOa R•c50Q a ZZZOU¢W�Z >yu ZOIiFw w: -(YzzO FUw¢GO WKO Vi 1-j O > OV6CZUOm� Z O ¢ZORN h�� ++ n cx°TO .O owOC O° F3 :nzW° ztLLn avi0zpoaZ Fw po ¢d 3 z U_zw !e/ � ¢ Wzcwoww °z aaaw� h-"o v zzw~zoz °�FFm¢°o Ym z'owrcY¢ww s � czom arc ~ Z �T _oN >v,m pWC� rn J¢�'��rnJ ENO¢ °cm�oo�i >wac��r_��som o�izo uci�¢ ° sNZ oz�� arcoo�oiowiz(n��awf.x y:cpozw° i^ aFai ¢ wz° Q° ww °�^¢o <zDMO� °�worw o�Cw° Jaw wF�v�sa dy w¢rnFOW�- z °- �arcoJw� NF- O L�FmOW�Z¢EO�ZaV zya z_c5 ~06�KCZOVF w ap°z�aw s04�OLL.y °p�� �-u d¢T �NC Uw Fw J�VIZ� T¢ N C]ry W 3Z�pV¢i NKN WCJjw -yCj 000¢W2VI�OZHULmI -0Z� ZOKOZ2W a3 6 ZJwOVtwiQ `J _xOWOYOwWZz> OOXZOwO OCw .- wFVC21V¢ZU66�URwYUOJ�UV° OCWCO�x ry6UwdRUKr� .¢° .OZxK QW M JV7� -6?NLL W g 'xa o 4° u G < o x In LL —LLJ® o 'z c: m o ? r ' - co mo c Via° ` o - s ., a -.- o - - o`z h c d ?g m o c ac o o -o $ o s_ ° w J m .. Z O cxi .o c a- - .. ° no aLL`azai a5zo F uo ad -+oo� s ° ° og qz c x 2 >o °o oa z ° c cg a' ° zo 0--- < , ax i ' U co o° o z °aco e� oc <z. o, a(O ° w z F ii �v z c. ° �suru ° ° °�`�� o u�.� "pro `c• ° j F x_S z �F aj sFw °a 9 L Z AAAH PIO 2 r az vm < z > z � I U �m r , w xw z a -o 0 GIB O F n� I l�a'I�m u� i I I I -- 1((���{7 I `Y � v o ryl z Ld 0 _ 0- ° wo a �_ g 7 N �d h tY I � X1111 °� �pU W Fey I ° w I x n N ^ 2 \n\ 2 < W m ° ° __ __ r 3.1 /... yao. °w nl 0 II -INII jlll� I���I - I I N 1 L 4 w Z � zo .. U_ H �z Qo Jj N O a _ � _� t ago U ox z o w z¢ C o r° NIS y � I a? C � / R'I ICI I IIII,II I III I I I �� z �vOaOyyWK d �d 11 i \)\�� 2 Znc> r al \I H /GMH PIO O mr 011 Wo i p of 1 o (q os [ b rw rc u _ a o Z r s 2 _F / 1 Z I'd 1 I W2ZOVvuO \w Z �S ¢ OJ^ GZZ O o G ^F - O O ow p N n l m 1 I I °cw oui � 3 zoco q�ar60z ° ¢ I- c c ua °s E,coz one a `LL'i -�, om Vm�$�n _r�._C3ssw- 'az�N -z -yz OCwv m �OhLJ¢a aCWWZ¢W f C S iZ � C a yyL � �nr'J' C Gl =CU�V HW W �JZ pOZ VJC o,FiO O J °OS <V V .ono w v o ° � _ o s ° w c.o0os�6 .�� U °�I- O c x�o�° ¢��n <¢0wEiE >d n cp � c n � o a m 71� U a 5 d= o w U I o m WO I � / R'I ICI I IIII,II I III I I I �� z �vOaOyyWK d �d 11 i \)\�� 2 Znc> r al \I H /GMH PIO O mr 011 Wo i p of 1 o (q os [ b rw rc u _ a o Z r s 2 _F / 1 Z I'd 1 I W2ZOVvuO \w Z �S ¢ OJ^ GZZ O o G ^F - O O ow p N n l m 1 I I �i e ^� ( \ \ \(\ \ \ \j§ G4[RakJI C&g>9 RGlSJEJ; \\22\ R\!\§ \§} \ \ \Iz \ \\ \ \ \\ \ 2 2/ / \\\\ § \§\ « ��« » :L «y «, « 2 :2 -d y x .2 « 2 - \ / ) \ / �«? \ \ 2 < \ \\ j \ \ \ \\ | , \( E/ w G � � w w w � r�-2 xz - » :L «y «, « 2 :2 -d y x .2 « 2 - \ / ) \ / �«? \ \ 2 < \ \\ j \ \ \ \\ | , \( E/ w G � � w w w � m d Z x / / / / 0 d i�o Sw Z.6 O 0� V FV U�Z O JZU OC >' dK0 Y�°VU �F0 Kp z I I mKJK V1�U 200x- j wUSC'u rcv'�i < w NV D CGG nE < _ K` �°�fi p<Oe _znwj6G VO �F F O )j=C S,wvi w C DCZx € O uo w o <a oo�p PN _€ C DC w `zoo - aSND c�LLs�evwax�>wcia °v, z.°r�f 3z5. 6 z \ al � SY 2., �o r �•, �I10 r z / io �= r v / / / W r / f f Q j I I ala I NIZ I X �m avlwa+L' � o I I f l' j. 3 5 v I i U t °c o 0 F: UN G J ox °- LL F 1\ wwm ado / I C d b C � C F N C � 0 E � mr m N m U o 00 z Z_ 2 W WZ Z� (5.1 WD C�C In F 0 J< C JC O Z aJaV g d ¢zLZO F'5 O aaa�UC�S¢��?n O ¢ C a y w�. HOC Uzc oO¢ Q ¢9 Gx Z ZtZi U'2 °RUC O 3 opr Vpw��ZZ5_ JZC I 0 d U 0 `v i > a n s c E _ c F f3 H C N S 2 C (J U OIn �W 4Z Ir{ �' I xc 1 ti HPIO O / p OU I / ra r / N 'o _ a z If op In F 0 J< C JC O Z aJaV g d ¢zLZO F'5 O aaa�UC�S¢��?n O ¢ C a y w�. HOC Uzc oO¢ Q ¢9 Gx Z ZtZi U'2 °RUC O 3 opr Vpw��ZZ5_ JZC I 0 d U 0 `v i > a n s c E _ c F f3 H C N S 2 C (J �' I FU=Z HPIO O W p OU I a ra N V Z WZ FG W °mw y)UU Z= n o z W❑ Una C5 0 0 o�Q _ Y_ Z x ° h OO V- Z FU ¢Z_ IIZ �CC l'°Y .N _o vN LL� R ❑ C a � U � = O W d C J Y c iL a Z 'U r O C < < L E C — Q o Z � c Q Z 2 O o � n I < N zz HOC L t L y U6 J C C r 2 � Ini C U v t O U V < z�y WZ o c o Z 0 O Z> Z� wo ryY �LL �a 4 Z U Z G z a m ° a G W U Li U W O � C Ll / s W W N U _ \R ^ < co C V TO z C ^ Q O Y OC " c ^T o` Y n a O^ Co oD C` 'z z Z ¢ ?Z ¢ - Z\ U Qa Z J \ m¢ I T -' I - H C Y Y �U a III I N¢ I I ¢ a ry � TK 1 a ` 2 C h Z �❑ x > m x ro D j� Zz z �> o .N _o vN LL� R ❑ C a � U � = O W d C J Y c iL a Z 'U r O C < < L E C — Q o Z � c Q Z 2 O o � n I < N zz HOC L t L y U6 J C C r 2 � Ini C U v t O U V < z�y WZ o c o Z 0 O Z> Z� wo ryY I �a 4 Z U Z G z a m ° a G W U Li U W O � C Ll / s W W N U _ \R ^ < co C V .N _o vN LL� R ❑ C a � U � = O W d C J Y c iL a Z 'U r O C < < L E C — Q o Z � c Q Z 2 O o � n I < N zz HOC L t L y U6 J C C r 2 � Ini C U v t O U V < z�y WZ o c o Z 0 O Z> Z� wo ryY U �a 4 Z U Z G z a W O � C Ll p ^ _ C` C V TO z C ^ Q O OC " c ^T o` c n a O^ Co oD C` z Z ?Z ¢ - Z\ U Qa Z J \ m¢ .N _o vN LL� R ❑ C a � U � = O W d C J Y c iL a Z 'U r O C < < L E C — Q o Z � c Q Z 2 O o � n I < N zz HOC L t L y U6 J C C r 2 � Ini C U v t O U V < z�y WZ o c o Z 0 O Z> Z� wo ryY "ry 'tea U Z CD W C Ll "ry 'tea 87, � (\ }} Ocl � WE & ; X. - • ,e @AOqV e / - (`- \ \ ^» : - \ \{ \� � / 0 \ / \ `Z , }T / 1 \ . \ < R\� /� ulw ,Z, w a ` z/ bN d f \ � .. - \ � !9 !4; \ e °( \\(� \\ G / - - \ co ... w & d C 1 sp x \T r \ ° 11 co _ / o o 56¢ cc O r = � ¢ daxwzm /�� O m� � ✓� n — o T U a r ° ✓ \/ Q c w 00Wp m< G].JZ — Z 7i m Z 3 Z W Z= L J ✓ \ \/ .. '] 3 ¢ r%i �cc N / y � m c c (� 4 LU WZ jQ �J WO c ca - _oc: rc _g cm roo O Ym Oo ti a I_ i I -m U N y \' Uv Z O m s CR y ZUG rs.\l hr� Prepared by: Jason Havel, Civil Engineer, 410 E. Washington St., Iowa City, IA52240, (319)366 -5410 RESOLUTION NO. 13 -165 RESOLUTION SETTING A PUBLIC HEARING ON JUNE 4, 2013 ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE OLD HIGHWAY 218 AND MORMON TREK BOULEVARD /MCCOLLISTER BOULEVARD TRAFFIC SIGNALIZATION PRO- JECT, 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 4t' day of June, 2013, 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 14th day of May _,20 13 MAYOR / Approved by ATTEST: �%iCGGt.r� c11 / 1 /tyd o1s�A�n CITY CLERK City Attorney's Office S/3/13 pweng1masterslsetph.dn 1 /11 Resolution No. 13 -165 Page 2 It was moved by Throgmorton and seconded by Dobyns the Resolution be adopted, and upon roll call there were: AYES: x x x x x x NAYS: ABSENT: Champion Dickens Dobyns Hayek Mims Payne Tlu•ogmorton NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR THE OLD HIGHWAY 218 AND MORMON TREK BOULEVARD /MCCOLLISTER BOULEVARD 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 Old Highway 218 and Mormon Trek Boulevard /McCollister Boulevard Traffic Signalization Project in said city at 7:00 p.m. on the 4" day of June, 2013, 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 NOTICE TO BIDDERS OLD HIGHWAY 218 AND MORMON TREK BOULEVARD /MCCOLLISTER BOULEVARD 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 W' day of July, 2013. Sealed proposals 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 23rd day of July, 2013, 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 Old Highway 218 and Mormon Trek Boulevard /McCollister Boulevard, 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: August 1, 2013 Specified Completion Date: September 30, 2013 Liquidated Damages: $500.00 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 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 tinre(s), on the following date(s): Subscribed and sworn to b fore i this o -L 'day of A.D. 20 13 Notar Public re 11NDAKRO'Z ,lip ° Commission NLimber.732618, MyCommisslonExpires Janu 27, 2014 OFFICIAL PUBLICATION NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR THE OLD HIGHWAY 218 AND MORMON TREK BOULEVARD/ MCCOLLISTER BOULEVARD 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, farm of contract and estimated cost for the construction of the Old Highway 218 and Mormon Trek Boulevard /McCollister Boulevard Traffic Signalization Project in said city at 7:00 p.m. on the 4th day of June, 2013, 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 vct: +m��r -a May 20, 2013 Prepared by: Jason Havel, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356 -5410 RESOLUTION NO. 13 -195 RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF CON- TRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE OLD HIGHWAY 218 AND MORMON TREK BOULEVARD /MCCOLLISTER BOULEVARD 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. Z8 : 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: 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 11th day of July, 2013. 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 23`d day of July, 2013, or at a special meeting called for that purpose. Passed and approved this 4th day of June _,20 13 u. •: Approved by ATTEST: CITY CLERK City Attorney's Office pwengtrnasterslres appp&sAW 5/13 Resolution No. 13 -195 Page 2 It was moved by Dickens and seconded by Resolution be adopted, and upon roll call there were: AYES: x_ x x x x x x NAYS: ABSENT: the Champion Dickens Dobyns Hayek Mims Payne Throgmorton Printer's Fee $ CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, SS: THE IOWA CITY PRESS- CITIZEN FED.ID #42- 0330670 I, g -a i being duly sworn, say that I am the legal cleric 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 time(s), on the following date(s): Legal rlc Subscribedprid sworn to bghake me this 2604' day of Notary Public Fprere LiN0AKR07Z, - GofnmissionNiimber73261 My commission Expires ar> Jan ary 21, 2014 OFFICIAL PUBLICATION, NOTICE TO &DDERS OLD HIGHWAY 218 AND MORMON TREK BOULEVARD/ MCCOLLISTER BOULEVARD 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 11th day of July, 2013. Sealed proposals will be opened immediately thereafter by the City Engineer or designee. Bids sub- mitted by fex machine shall not be deemed a "sealed bid" for pur- poses of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the Cily Council at a meeting to be held in the Emma J. Harval Hall at 7:00 Ph /I on the 23rd day of July, 2013, 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 Old Highway 218 and Mormon Trek Boulevard/ McCollister Boulevard, 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 comPOE ad 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 corpora- tion authorized to contract as a surely 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 faits 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 perfor- mance 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 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 per- cent (10001o) of the contract price, said bond to be issued by a responsible surely 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� friction and formal acceptance by the City Council. its following limitations shall apply to this Project: Spscified Start Date: August 1, 2013 Specified Completion Date: September 30, 2013 Liquidated Damages: $500.00 per day 1'he 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 pro- posal blanks may be secured at the Iowa City Engineer's Office in Iowa City, Iowa, by bona fide bid- ders. 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 Stale of Iowa, and to Iowa 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 1ce.r-mr, June 11, 2013 Prepared by: Jason Havel, Civil Engineer, 410 E. Washington St., Iowa City, IA 52240 (319 )356 -5410 RESOLUTION NO. 13 -228 RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE MAYOR TO SIGN AND THE CITY CLERK TO ATTEST A CONTRACT FOR CONSTRUCTION OF THE OLD HIGHWAY 218 AND MORMON TREK BOULEVARD /MCCOLLISTER BOULEVARD TRAFFIC SIGNALIZATION PROJECT. —rrnm� 2d(9) WHEREAS, Neumiller Electric, Inc. of Iowa City, Iowa, has submitted the lowest responsible bid of $145,100 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: 1. 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. 2. 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 23rd day of July 20 13 MAYOR ATTEST: / ✓1 L! -/� J X yC/ CITY CLERK It was moved by Champion and seconded by adopted, and upon roll call there were: AYES: x X X X X X X pweng \masters\awrdwn.dm 7113 Approved by AL41 oil City Attorney's Office Dickens the Resolution be NAYS: ABSENT: Champion Dickens Dobyns Hayek Mims Payne Throgmorton 3d(5) tip Prepared by: Jason Havel, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356 -5410 RESOLUTION NO. 14 -17 RESOLUTION ACCEPTING THE WORK FOR THE OLD HIGHWAY 218 AND MORMON TREK BOULEVARD /MCCOLLISTER BOULEVARD TRAFFIC SIGNALIZATION PROJECT WHEREAS, the Engineering Division has recommended that the work for construction of the Old Highway 218 and Mormon Trek Boulevard /McCollister Boulevard Traffic Signalization Project, as included in a contract between the City of Iowa City and Neumiller Electric, Inc. of Iowa City, Iowa, dated July 30, 2013, 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 # S3814; and WHEREAS, the final contract price is $154,090.20. 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 21st day of January , 20 14 ATTEST: ail -2tA� CITY CLERK MAYOR Approved by �� City Attorney's O�ffice It was moved by Payne and seconded by Dobyns the Resolution be adopted, and upon roll call there were: AYES: NAYS: Fff -6=1111111 x Botchway x Dickens x Dobyns x Hayek x Mims x Payne x Throgmorton Pweng /masters /acptwork.doc 1114