Loading...
HomeMy WebLinkAboutSTREET RADIUS IMPROVEMENT AT DUBUQUE & CHURCH/2008Sfr'e-e -f- k~%us -~~rov~he~-f ~c~~ L ~~ ~ ..~0©8' _ ____ _ __ ~f ~'~~ ~Q ~~~pQ._ p ~lG~ vc..s 9 <S~crS , ~ t'J~QS ~ Cz-rte ~Dn~Q C ~~ f __ _ ~ov~ arti lrar~s~ s ec.~-~: Via,-{-;~~s~ ~cx-~,.. _o-~ c~r.~,~a.c.-E' __~ e.~s~-:~tt~~. t f C ~ I('C ~ ~`~ /2~ ~~ ~ I.t. S ~Y'o ~J G-^~+ZLi-~-~ ~Y't~ .~ GIB rtC.-t C.'.--~ C l~ ,~ ~ -~ ~ 1'~ 51, ,-~r~-~- : c e o~ Ste; ~ ~~ ~ --~ _ ~_ ~ ; ~t~~ ~ ~ I ~ O ffm~_~~.~ ~ _ ir~~ art k r~rn~ ~. Y _ ...... _ --E~PvQ-~~~_ o g' 11 a _~"oy._~___~~gdS_ j _5~~~~__-~~~:~ns~ ~_at_~s_ _ ~~_ __r~~rAC.~- ~_ es~; ~•~-~C, ~_ ~o~ _ ~r '~~ _ ~s-~r~cc.~i~,,., ~~ ~~s~c; -~- _ -~ s~ccor~A-- ~c~_ b.d_ ~ ~;,r~c.-~.~ Ci~~ _ ~~~r l~ ~,_ ~ _lll ~1 ~`~'~ 'j`d ~~v'~ ~a.~-~~ u.S -L rK~ rflverr,.~w [' ~ubwQu~ I C ~,u.rc.~ c~.DO v o-~',c~ ~ a ~ - ~ 2 rs _ ~r~0~ cam- ~/.~ ~J 1 i U~-~%t> rt. _ CC ~j - JuN - 0 6 ~ ; '~ ' p ' ~1Q.So l~nc~-~ ~7+~. O ~ - / 7/ Qt.t7ar(~~in~ Cnn ~ 0.r ~ . `--a" t' ~~ c~ S~uc-~; 0-~- o ~ -~-~. ~ g D~~ t~'wc./ `~.rC.~j S '~ ~~ ~S ~ row em-c ~- ~ra~ .e~; j1 1 k b.i` ~1~ ~~.Qu,t3- O g ~ ~ ~ ~ ~ r1~esr s a~'C i ! i yNy r- ~ -fib ~ o ~ PP ~ t ~2r' "'T~r in'~~Q 1rlCL. ~ ~CL~ f 1'~.'e hl~ ~~!'. ( J 't A, ~ .-~A,~, ~ o g ~ Mesa t~ , o-~• v ~ -- a 5 3 acc~ • ~ i ~ we ~ C~urc~ S~v'~t~ ~~. ~ , us ~~t.b~R i u ,. t a: i.l' ~.1 s f' ~il }{ 'i{ !' i~-~ iI ' 1~ ai: yS r #R+- .~. .3. ~~i ~,Jpr lL --~r ~ o?pv g lr, ~ rc7 v~rn.t ti.~ ~r-v J .~~ Opinion of Probable Cost CITY OF IOWA CITY Project: 2008 Dubuque /Church Street Radius Improvement Project Account #: 3832-434710 Date: Monday, April 14, 2008 -~ ITEM NO. ITEM Demolition and Removals 1 CLEARING AND GRUBBING 2 REMOVALS AS PER PLAN 3 PAVEMENT REMOVAL 4 REMOVAL OF STORM SEWER INTAKE 5 REMOVAL OF STORM SEWER PIPING. Excavation and Grading 6 EXCAVATION, CLASS 10, UNSUITABLE OR UNSTABLE MATERIAL 7 TOPSOIL, STRIP & FURNISH Granular Material 8 GRANULAR SUBBASE 9 SUBBASE STABILIZATION. , 1 IN ROADSTONE Portland Cement Concrete Paving 10 CURB AND GUTTER, PCC, 2.5 FT 11 CURB AND GUTTER, PCC, SQUARE 12 PAVEMENT, STANDARD P.C. CONCRETE CLASS C, 9 IN. 13 SIDEWALK, PCC, 4 IN. 14 SIDEWALK, PCC, 6 IN. 15 SIDEWALK, PCC, 8 IN. 16 DETECTABLE WARNINGS 17 CURB GRINDING Storm Sewer System 18 INTAKE, RA-41 19 INTAKE, RA-42 20 STORM SEWER UTILITY ACCESS, RA-50, 48 IN. DIA. 21 (SEWER PIPE 2000D STORM, 12 IN. DIA. - _._ _ _. 22 '.SEWER PIPE, 2000D STORM, 15 IN. DIA. Special Construction 23 BRICK PAVER INSTALLATION WITH 71N PCC Base 24 BRICK PAVER INSTALLATION Erosion Control 25 EROSION CONTROL 26 FILTER SOCK 27 SODDING Traffic Control 28 PAINTED PAVEMENT MARKINGS, DURABLE 29 PAINTED PAVEMENT MARKINGS, TEMPORARY 30 TRAFFIC SIGNAL IMPROVEMENTS 31 TRAFFIC CONTROL 32 FIBER OPTIC 33 FIBER OPTIC CONDUIT 34 FIBER OPTIC TRUNK HANDHOLES 35 'MOBILIZATION :t Total ~ : 4. VA r.f~~I STA 51.98 $ 150.00 $ 7,797.00 STA 7.24 $ 75.00 $ 543.00 LS 1 $ 28,000.00 $ 28,000.00 LS 1 $ 5,000.00 $ 5,000.00 LF 1,923 $ 1.00 $ 1,923.00 LF 187 $ 5.00 $ 935.00 EA 5 $ 500.00 ~ $ 2,500.00 LS 1 $ 25,000.00 , $ 25,000.00 v' ~ ~~ 's~-'r ,~, I I`J ~~ ; I ~~,,~ ZZ Z':~~ ~0~~ ~~ ~0~ UNIT QUANTITY UNIT PRICE TOTAL ACRE 0.25 $ 5,000.00 $ 1,250.00 LS 1 $ 1,000.00. $ 1,000.00 SY 323.4 $ 15.00 $ 4,851.00 EA 2 $ 1,500.00. $ 3,000.00 LF 25.8 $ 50.00 I $ 1,287.50 CY 100 $ 30.00 $ __ _ , 3,000.00 CY 270 $ 10.00 II $ 2,700.00 SY 204 $ 10.00 ', $ 2,040.00 TON 150 $ 30.00 $ 4,500.00 LF 24 $ 50.00 $ 1,200.00 LF 175 $ 50.00. $ 8,750.00 SY 188.4 $ 45.00 $ 8,478.00 SY 75.2 $ 50.00 $ 3,760.00 SY 80.0 $ 45.00 $ 3,600.00 SY 32.3 $ 100.00 $ 3,230.00 SF 76.0 $ 25.00 $ 1,900.00 LF 35.0 $ 15.00 $ 525.00 EA ~ 1 $ 2,000.00 i $ 2,000.00 EA 1 $ $ 3 000.00 I 3,000.00 EA ~ 2 $ 2,000.00 ~ $ 4,000.00 LF ~ 47 $ 45.00 $ _ 2,115.00 - - I LF - 29 $ 55.00 $ ~ 1,595.00 ', SY 1,005.7 $ 140.00 ~ $ 140,798.00 SY 313.1 $ 100.00 $ 31,310.00 LS 1 $ 3,000.00 $ 3,000.00 LF 200 $ 10.00 ' $ 2,000.00 SO 108.90 $ 22.96 $ 2,500.00 FinalEstimate Page 1 Opinion of Probable Cost CITY OF IOWA CITY _ _ , Project: 2008 Dubuque /Church Street Radius Improvement Project Account #: 3832-434710 ~' ~ t. n..a..• 11Annriw Anril 1d 7(1r1R - v - ITEM NO. TEM UNIT QUANTITY UNIT PRICE TOTAL Demolition and Removals 1 CLEARING AND GRUBBING ACRE 0. $ 5,000.00 $ 1,250.00 2 REMOVALS AS PER PLAN LS 1 $ 1,000.00 $ 1,000.00 3 PAVEMENT REMOVAL SY 23.4 $ 15.00 $ 4,851.00 4 REMOVAL OF STORM SEWER INTAKE EA 2 $ 1,500.00 $ 3,000.00 5 REMOVAL OF STORM SEWER PIPING LF 25.8 $ 50.00 $ 1,287.50 Excavation and Grading 6 EXACAVATION, CLASS 10, UNSUITABLE OR UNSTABL MATERIAL 100 $ 30.00 $ 3,000.00 7 TOPSOIL, STRIP & FURNISH CY 270 $ 10.00 $ 2,700.00 Granular Material 8 GRANULAR SUBBASE SY 204 $ 10.00 $ 2,040.00 9 SUBBASE STABILIZATION , 1 IN ROADSTONE TON 150 $ 30.00 $ 4,500.00 Portland Cement Concrete Paving 10 CURB AND GUTTER, PCC, 2.5 FT LF 24 $ 50.00 $ 1,200.00 11 CURB AND GUTTER, PCC, SQUARE LF 175 $ 50.00 $ 8,750.00 12 PAVEMENT, STANDARD P.C. CONCRETE CLASS C, 9 IN. SY 188.4 $ 45.00 $ 8,478.00 13 SIDEWALK, PCC, 4 IN. SY 75.2 $ 50.00 $ 3,760.00 14 SIDEWALK, PCC, 6 IN. SY 80.0 $ 45.00 $ 3,600.00 15 SIDEWALK, PCC, B IN. SY 32.3 $ 100.00 $ 3,230.00 16 DETECTABLE WARNINGS SF 76.0 $ 25.00 $ 1,900.00 17 CURB GRINDING LF 35.0 $ 15.00 $ 525.00 Storm Sewer System 18 INTAKE, RA-41 EA 1 $ 2,000.00 $ 2,000.00 19 INTAKE, RA-42 EA 1 $ 3,000.00 $ 3,000.00 20 STORM SEWER UTILITY ACCESS, RA-50, 48 IN. DIA. EA 2 $ 2,000.00 $ 4,000.00 21 SEWER PIPE, 2000D STORM, 12 IN. DIA. LF 47 $ 45.00 $ 2,115.00 22 SEWER PIPE, 2000D STORM, 15 IN. DIA. LF 29 $ 55.00 $ 1,595.00 Special Construction 23 BRICK PAVER INSTALLATION WITH 71N PC ase Y 1,005.7 $ 140.00 $ 140,798.00 24 BRICK PAVER INSTALLATION S 313.1 $ 100.00 $ 31,310.00 Erosion Control 25 EROSION CONTROL LS 1 $ 3,000.00 $ 3,000.00 26 FILTER SACK LF 200 $ 10.00 $ 2,000.00 27 SODDING ACRE 0.25 $ 10,000.00 $ 2,500.00 Traffic Control 28 PAINTED PAVEMENT MARKIN S, DURABLE STA 1.98 $ 150.00 $ 7,797.00 29 PAINTED PAVEMENT MAR GS, TEMPORARY STA 4 $ 75.00 $ 543.00 30 TRAFFIC SIGNAL IMPRO MENTS LS 1' $ 25,000.00 $ 25,000.00 31 TRAFFIC CONTROL LS 1 $ 5,000.00 $ 5,000.00 32 FIBER OPTIC LF 1,923 $ 1.00 $ 1,923.00 33 FIBER OPTIC CO uIT LF 187 $ 5.00 $ 935.00 34 FIBER OPTIC UNK HANDHOLES EA 5 $ 500.00 $ 2,500.00 Mobilization 35 MOBILI ION LS 1 $ 25,000.00 $ 25,000.00 FinalEstimate Page 1 SCHEDULE OF PRICES ITEM NO. ITEM UNIT QUANTITY UNIT PRICE EXTENDED PRICE Demolition and Removals 1 CLEARING AND GRUBBING ACRE 0.25 $ $ 2 REMOVALS AS PER PLAN LS 1 $ $ 3 PAVEMENT REMOVAL SY 323.4 $ $ 4 REMOVAL OF STORM SEWER INTAKE EA 2 $ $ r-a 5 REMOVAL OF STORM SEWER PIPING LF 25.8 $ -''~ $ ~~ Excavation and Gradin ~ ~~ A 6 EXCAVATION, CLASS 10, UNSUITABLE OR UNSTABLE MATERIAL CY 100 $ ~;. t`J r~ 7 TOPSOIL, STRIP & FURNISH CY 270 $ " - +~ ~ 4 / ~. Granular Material ~ ~ ~ ~ ``--J $ GRANULAR SUBBASE SY 204 $ / -~' 9 SUBBASE STABILIZATION , 1 IN. ROADSTONE TON 150 $ ~ N Portland Cement Concrete Pavin 10 CURB AND GUTTER, PCC, 2.5 FT LF 24 $ $ 11 CURB AND GUTTER, PCC, SQUARE LF 175 $ $ 12 PAVEMENT, STANDARD P.C. CONCRETE CLASS C, 9 IN. SY 188.4 $ $ 13 SIDEWALK, PCC, 4 IN SY 75.2 $ $ 14 SIDEWALK, PCC, 6 IN. SY 80.0 $ $ 15 SIDEWALK, PCC, 8 IN. SY 32.3 $ $ 16 DETECTABLE WARNINGS. SY 76.0 $ $ 17 CURB GRINDING LF 35.0 $ $ Storm Sewer S stem 18 INTAKE, RA-41 EA 1 $ $ 1g INTAKE, RA-42 EA 1 $ $ 20 STORM SEWER UTILITY ACCESS, RA-50, 48 IN, DIA. EA 2 $ $ 21 SEWER PIPE, 2000D STORM, t2 IN. DIA. LF 47 $ $ 22 SEWER PIPE, 2000D STORM, 15 IN. DIA. LF 29 $ $ S ecial Construction 23 BRICK PAVER INSTALLATION WITH 71N PCC Base SY 1,005.7 $ $ 24 BRICK PAVER INSTALLATION SY 313.1 $ $ Erosion Control 25 EROSION CONTROL LS 1 $ $ 26 FILTER SOCK LF 200 $ $ 27 SODDING SQ 108.9 $ $ Traffic Control 28 PAINTED PAVEMENT MARKINGS, DURABLE STA 51.98 $ $ 29 PAINTED PAVEMENT MARKINGS, TEMPORARY STA . 7.24 $ $ 30 TRAFFIC SIGNAL IMPROVEMENTS LS 1 $ $ 31 TRAFFIC CONTROL LS 1 $ $ 32 FIBER OPTIC LF 1,923 $ $ 33 FIBER OPTIC CONDUIT LF 187 $ $ 34 FIBER OPTIC TRUNK HANDHOLES EA 5 $ $ Mobilization 35 MOBILIZATION LS 1 $ $ Total Base Bid $ schedule of prices Page 1 r-..~ e p Pte. ~.•.~ 4- ! I h- i i ~._. 1 w~ 1 1~ + ,y 1:r~ ~1~ 1. l _.~ ., r^, ~ -~ ; ,° 1 P CITYDFIOWACITY DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT FOR THE 2008 Dubuque /Church Street Radius Improvement 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: Dave A Panos, P.E. Iowa Reg. No. 15579 DATE: ~-i~~ o~ My license renewal date is December 31, 2008. `'w'^~'. .pj~ ~~lY~y SPECIFICATIONS TABLE OF CONTF~~~, ~;'? ! ~ ~4' 3 ~ ~ ~ t~ ~' _ `Page Number _ ,r r ~ '~i~?~ TITLE SHEET TABLE OF CONTENTS NOTICE TO BIDDERS ...........................................................:.............................................. AF-1 NOTE TO BIDDERS .............................................................................................................. NB-1 FORM OF PROPOSAL .......................................................................................................... FP-1 BID BOND .............................................................................................................................. BB-1 FORM OF AGREEMENT ...................................................................................................... AG-1 PERFORMANCE AND PAYMENT BOND ........................................................................ PB-1 CONTRACT COMPLIANCE (ANTI-DISCRIMINATION REQUIREMENTS) ........................................................... CC- I GENERAL CONDITIONS ..................................................................................................... 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 DNISION 2 -SITE WORK Section 02050 Demolitions, Removals and Abandonments .................................... 02050-1 Section 02100 Site Preparation .......................:......................................................... 02100-1 Section 02220 Earth Excavation, Backfill, Fill and Grading ................................... 02220-1 Section 02270 Slope Protection and Erosion Control .............................................. 02270-1 Section 02515 Pavers ................................................................................................. 02515-1 Section 02520 Portland Cement Concrete Paving .................................................... 02520-1 Section 02524 Curb Ramps ....................................................................................... 02524-1 Section 02700 Sewers ................................................................................................ 02700-1 Section 02900 Landscaping ...................................................................................... 02900-1 Section 16570 Traffic Signalization .......................................................................... 16570-1 Section 16571 Fiber Optic Cable and Conduit ...........................:............................. 16571-1 NOTICE TO BIDDERS 2008 Dubuque /Church Street Radius Improvement Project Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 28`h day of May, 2008. 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 3`d day of June or at a special meeting called for that purpose. The Project will involve the following: Pavement widening at the Dubuque Street and Church Street Intersection and Brick Reconstruction of Church Street West of Dubuque Street, along with all material, labor and equipment necessary to complete required improvements. Approximate project quantities include: 1,005 SY of Brick Street Rehabilitation w/ 7" PCC Base, 313 SY of Brick Street Rehabilitation, 188 SY of 9" PCC Widening, 187.5 SY of PCC Sidewalk and Curb Ramps, 4 Storm Sewer Intakes, 76 LF of 2000D Storm Sewer Piping, 51.98 STA. of Durable Pavement Marking, Fiber Optic Installation, and Traffic Signal Modifications. All work is to be done in strict compliance with the plans and specifications prepared by the City 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 cohtaining 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 maintenance 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 tabula- tion 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 r_I~,~~_-`i ~. ~, `. 'r'+l '! ~\ Ll~t l Prt 1\ j ~ Vl~ ~'v v ~i; AF-1 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 five (5) year(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Working Days: 25 Specified Start Date: June 16, 2008 Liquidated Damages: $ 500 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 Office of City Engineer of Iowa City, Iowa, by bona fide bidders. A $50 non-refundable fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to Treasurer of the City of Iowa City. Prospective bidders are advised that the City of Iowa Ciry 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 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 Tabor, to the extent lawfully required 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 ~,, A: ~', i .., t ~ a is ~ a (1 (-. - ~ ~'~ ~J `;~,`1 1. f 1 ~6~ ~ ' u~ 1 AF-2 NOTE TO BIDDERS I. 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 l: Bid Bond Envelope 2: Form of Proposal ~-.~ t~ .~ NB-1 FORM OF PROPOSAL 2008 DUBUQUE 1 CHURCH STREET RADIUS IMPROVEMENT 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 Civic Center 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. -- ~ - _. _ _.,_, -- ..' _ . _ ! ! cry ___ ... `r- FP-1 SCHEDULE OF PRICES ITEM NO. ITEM UNIT QUANTITY UNIT PRICE EXTENDED PRICE Demolition and Removals 1 CLEARING AND GRUBBING ACRE 0.25 $ $ 2 REMOVALS AS PER PLAN LS 1 $ $ 3 PAVEMENT REMOVAL SY 323.4 $ $ 4 REMOVAL OF STORM SEWER INTAKE EA 2 $ $ 5 REMOVAL OF STORM SEWER PIPING LF 25.8 $ $ Excavation and Gradin 6 EXACAVATION, CLASS 10, UNSUITABLE OR UNSTABLE MATERIAL CY 100 $ $ 7 TOPSOIL, STRIP & FURNISH CY 270 $ $ Granular Material $ GRANULAR SUBBASE SY 204 - $ $ 9 SUBBASE STABILIZATION , 1 " ROADSTONE TON 150 $ $ Portland Cement Concrete Pavin 10 CURB AND GUTTER, PCC, 2.5 FT LF 24 $ $ 11 CURB AND GUTTER, PCC, SQUARE LF 175 $ $ 12 PAVEMENT, STANDARD P.C. CONCRETE CLASS C, 9 IN. SY 188.4 $ $ 13 SIDEWALK, PCC, 4 IN. SY 75.2 $ $ 14 SIDEWALK, PCC, 6 IN. SY 80.0 $ $ 15 SIDEWALK, PCC, 8 IN. SY 32.3 $ $ 16 DETECTABLE WARNINGS. SY 76.0 ~' $. $ ~~ 17 CURB GRINDING LF 35.0 $ $ Storm Sewer S stem ~'"'~ ~ `' I 1$ INTAKE, RA-41 EA 1 $ - ' '$ r:..~s ~'~ A 19 INTAKE, RA-42 EA 1 $ ~ $' I i 20 STORM SEWER UTILITY ACCESS, RA-50.481N. DIA. EA 2 $ +._ ` ~ ... 21 SEWER PIPE, 2000D STORM, 12 IN. DIA. LF 47 $ $ 22 SEWER PIPE, 2000D STORM, 15 IN. DIA. LF 29 $ $ S ecial Construction 23 BRICK PAVER INSTALLATION WITH 71N PCC Base SY 1,005.7 $ $ 24 BRICK PAVER INSTALLATION SY 313.1 $ $ Erosion Control 25 EROSION CONTROL LS 1 $ $ 26 FILTER SOCK LF 200 $ $ 27 SODDING ACRE 0.25 $ $ Traffic Control 2$ PAINTED PAVEMENT MARKINGS, DURABLE - LPM 1200 STA 51.98 $ $ 29 PAINTED PAVEMENT MARKINGS. TEMPORARY STA 7.24 $ $ 30 TRAFFIC SIGNAL IMPROVEMENTS LS 1 $ $ 31 TRAFFIC CONTROL LS 1 $ $ 32 FIBER OPTIC LF 1,923 $ $ 33 FIBER OPTIC CONDUIT LF 187 $ $ 34 FIBER OPTIC TRUNK HANDHOLES EA 5 $ $ Mobilization 35 MOBILIZATION LS 1 $ $ Total Base Bid $ schedule of prices Page 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: ~-~ r.V 2. ,aiL=' .... r ~ ~~ b -~; .. FP-2 BID BOND 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 the 2008 Dubuque /Church Street Radius Improvement Project NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified, and the Principal shall then furnish a bond for the Principal's faithful perfor- mance 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 A.D., 20 Witness Principal By Witness BB-1 day_of t, `-,- -- ; - .~. ~ _ ;. , _: °_.~ _ . .~ _.l .~a Seal) '' _f -f (~I~tle) (Seal) Surety By _ Attach Power-of-Attorney (Attorney-in-fact) 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 14~' day of April , 2008, for the 2008 Dubuque /Church Street Radius Improvement Proiect ("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 2001, Iowa Department of Transportation, as amended; c. Iowa Statewide Urban Standard Specifications for Public Improvements, 2008 Edition d. Plans; e. Specifications and Supplementary Conditions; f. Notice to Bidders; g• h. J~ k. Note to Bidders; Performance and Payment Bond; Restriction on Non-Resident Bidding on Non-Federal-Aid Projects; Contract Compliance Program (Anti-Discrimination Requirements); Proposal and Bid Documents; and I. This Instrument The above components are deemed complementary and should be read together. In the event of a AG-1 discrepancy or inconsistency, the more specific provision shall prevail. 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 C!~ ~ ~ y=""~ __ -~ 20 f3 ..~_.1 C ~~ ~_ __. ~_ C.1 ~ ~` ~~ 1_ { Contractor ~~' '°-~-' -, 'i.: __ (Title) Mayor ATTEST: City Clerk ATTEST: Title) (Company Official) Approved By: City Attorney's Office AG-2 PERFORMANCE AND PAYMENT BOND (insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and as (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 Sur~Iy here bind -~ U ~:.~,r themselves, their heirs, executors, administrators, successors and assigns, jointly and severa~~y.;_'-- ~,. , __ m _ -- r; WHEREAS, Contractor has, as of ,entered into a _ - - "~ ~' (date) _ - ~- '~,.---1 written Agreement with Owner for the 2008 Dubuque /Church Street Radius Improvement,yr6iect ; end r' 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 City of Iowa City, 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 determination 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 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. PB-1 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 five (5) years from the date of formal acceptance of the improve- ments 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 subcontractors, all claims due them for labor performed or materials furnished in the performance of the Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of Iowa, are a part of this bond to the same extent as if it were expressly set out herein. SIGNED AND SEALED THIS DAY OF , 2() IN THE PRESENCE OF: Witness Witness (Principal) (Title) (Surety) (Title) (Street) (City, State, Zip) (Phone) r' _ __ -- ~:~ "t .- ~ _. '-..1. ' PB-2 Contract Compliance Program ,: ~ . ._ 4~• , ~- . ... ~ __ , __-) Y. ~~ _,1 ....... ~.. w.~ .__~ 1 11l CITY OFIOWA CITY SECTION I -GENERAL POLICY STATEMENT It is the policy of the City of Iowa City to require equal employment opportunity in all City contract work. This policy prohibits discrimination by the City's contractors, consultants and vendors and requires them to ensure that applicants seeking employment with them and their employees are treated equally without regard to race, color, creed, religion, national origin, sex, gender identity, sexual orientation, disability, marital status, and age. It is the City's intention to assist employers, who are City contractors, vendors or consultants, in designing and implementing equal employment opportunity so that all citiaens 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. %: L F.. . __~ _... :.~: CC-1 SECTION II -ASSURANCE OF COMPLIANCE The following sets forth the minimum requirements of a satisfactory Equal Employment Opportunity Program which will be reviewed for acceptability. PLEASE RETURN PAGES CC2 AND CC3 OF THIS SECTION TO THE CONTRACTING DEPARTMENT PRIOR TO THE EXECUTION OF THE CONTRACT. With respect to the performance of this contract, the contractor, consultant or vendor agrees as follows: (For the purposes of these minimum requirements, "contractor" shall include consultants and vendors.) a. 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. b. 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 .) 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 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. .-.. > ~. - :~. ~. - r _~ 4 - _._ :_ c."i ,_ ..... ,.,_. 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 Phone Number Signature Print Name Title Date ____ F- - ~ ..,. _` - ~ /`. 4'=~ 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. 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. 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. 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. r I..._ t_ _ - ,-_ , _. ~K.a ". CC-4 ~ - ~~:.®~ ~III~~~ r1r~®~~~ -•~.a~_ ~O City of ~~ C` 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. ~~ r_. .. ~::.:~ _ ~'_i ^- _ ._~~_ CC-5 2-3-1 CHAPTER 3 DISCRIMINATORY PRACTICES 2-3-1 SECTION: ~ C. It shall be unlawful for any employer, employment agency, labor organiza- 2-3-1: Employment; Exceptions tion or the employees or members 2-3-2: Public Accommodation; thereof, to directly or indirectly adver- Exceptions tise or in any other manner indicate or 2-3-3: Credit Transactions; Exceptions publicize that individuals are unwel- 2-3-4: Education come, objectionable or not solicited 2-3-5: Aiding Or Abetting; Retaliation; for employment oI membership be- Intimidation cause of age, color, creed, disability, gender identity, marital status, nation- al origin, race, religion, sex or sexual orientation. (Ord. 95-3697, 11-7-1995) 2-3-1: EMPLOYMENT; EXCEPTIONS: D: Employment policies relating to preg- A. It shall be unlawful for any employer nancy and childbirth shall be governed to refuse to hire, accept, register, by the following: ' classify, upgrade or refer for employ- ment, or to otherwise discriminate in 1. A written or unwritten employment employment against any other person policy or practice which excludes from or to discharge any employee be- employment applicants or employees cause of age, color, creed, disability, because of the employee's pregnancy gender Identity, marital status, nation- is a prima facie violation of this Title. al origin, race, religion, sex or sexual orientation.- 2. Disabilities caused or contributed to by the employee's pregnancy, miscar- B. It shall be unlawful for any labor orga- riage, childbirth and recovery there- nization to refuse to admit to member- from are, for ail job-related purposes, ship, apprenticeship or training an temporary disabilities and shall be applicant. to expel any member, or to treated as such under any health or otherwise discriminate against any temporary disability insurance or sick applicant for membership, apprentice- leave plan available In connection with ship or training or any member in the employment or any written or unwrit- privileges, rights or benefits of such ten employment policies and practices membership, apprenticeship or train- involving terms and conditions of ing because of age, color, creed, employment as applied to other tem- disability, gender identity, marital porary disabilities. status, national origin, race, religion, sex or sexual orientation of such ap- E. it shall be unlawful for any person to piicant or member. solicit or require as a condition of employment of any employee or pro- ~_ ~.._ - 8s~ - Iowa City _ ~ ~ ,.._ _. -~ €,.: ,. ,_ ~~ CC-6 2-3-1 F, 897 spective employee a test for the pres- ence of the antibody to the human immunodeficiency virus. An agree- ment between an employer, employ- ment agency, labor organization or their employees, agents or members and an employee or prospective em- ployee concerning employment, pay or benefits to an employee or pro- spective 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 Depart- ment of Health and Human Services, that a person with a condition related to acquired immune deficiency syn- drome poses a significant risk of transmission of the human immunode- ficiency virus to other persons in a specific occupation. 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 qualifica- tions are related to a bona fide reli- gious purpose. A religious qualifica- tion for instructional personnel or an administrative officer, serving in a supervisory capacity of a bona fide religious educational facility or reli- gious institution shall be presumed to be a bona fide occupational qualifica- tion. (Ord. 94-3647, 11-8-1994) CC-7 2-3-1 2. An employer or employment agency which chooses to offer employment or advertise for employment to only the disabled or elderly. Any such employ- ment or offer of employment shall not discriminate among the disabled or elderly on the basis of age, color, creed, disability, gender identity, mari- tal status, national origin, race, reli- gion, 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 em- ployment. 4. The employment of individuals to render personal service to the person of the employer or members of the employer's family. 5. Ta employ 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 nar- rowly. 6. A State or Federal program de- signed to benefit a specific age classi- fication which serves a bona fide pub- lic purpose. 7. To employ on the basis of disability in those certain instances where pres- ence of disability is a bona fide occu- pational qualification reasonably nec- essary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be interpreted narrowly. (Ord. 94-3647, 11-8-1994) GENERAL CONDITIONS Division l I, General Requirements and Covenants of the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2001, 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 ~-. T 4 _- ~ <- - : ~=. . =- ~~ , These Supplementary Conditions amend or supplement Division 11 of the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2001, 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 SPECIFICA- TIONS. "ENGINEER" shall mean the Director of Public. Works for the City of Iowa City, Iowa or his authorized representative. "OWNER" and "CITY" shall mean the City of Iowa City, Iowa acting through the City Council and duly authorized agents. . "CONTRACTING AUTHORITY," "DEPARTMENT OF TRANSPORTATION," or "COUNTY" shall mean the CITY. "IDOT STANDARD SPECIFICATIONS" shall mean the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2001, as amended. SC-1 S-2 LIMITATIONS OF OPERATIONS. Add the following paragraph to i 108.03 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. 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 herein, to be in effect for the full contract period. The name, address and phone number of the insurance company and agent must accompany the certificate. The liability limits required hereunder must apply to this Project only. 2. The Contractor shall notify the City in writing at least thirty (30) calendar days prior to any change or cancellation of said policy or policies. 3. Cancellation or modification of said policy or policies shall be considered just cause for the City of Iowa City to immediately cancel the contract andlor 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: ape of Coverage Comprehensive General Liability Each Occurrence Aggregate Bodily Injury & Property Damage* $1,000,000 $2,000,000 Automobile Liability Combined Single Limit Bodily Injury & Property Damage $1,000,000 Excess Liability $1,000,000 $1,000,000 Worker's Compensation Insurance as required by Chapter 85, Code of Iowa. *Property Damage liability insurance must provide explosion, collapse and underground coverage when determined by City to be applicable. The City requires that the Contractor's Insurance carrier be A rated or better by A.M. Best. <__ _, __ , _.. .. ~..-, ~. ~ i . ,~. SC-2 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. 2. 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. If Contractor's liability insurance coverage is subject to any special exclusions or limitations not common to the type of coverage'being provided, such exclusions or limitations shall be noted on the Certificate of Insurance. 4. The City prefers that Contractor provide it with "occurrence form" liability insurance coverage. If Contractor can only provide "claims-made" insurance coverage, then the Contractor must comply with the following requirements: a. If the Contractor changes insurance carriers, or if Contractor's insurance coverage is canceled, during the contract period or within two years after City's acceptance of the work, Contractor agrees to immediately notify the City of such event. 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. If, during said period, Contractor voluntarily changes insurance carriers or is required to obtain replacement coverage from another carrier, Contractor shall either (1) purchase "tail" coverage from its first carrier effective for a minimum of two years after City Council acceptance of the work, or (2) purchase "prior acts" insurance coverage from its new carrier, covering prior acts during the period of this Contract from and after its inception. d. "Tail" or "prior acts" coverage so provided shall have the same coverage, with the same limits, as the insurance specified in this Contract, and shall not be subject to any further limitations or exclusions, or have a higher deductible or self-insured retention than the insurance which it replaces. 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. _. .... r..; SC-3 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. C. HOLD HARMLESS The Contractor shall indemnify, defend and hold harmless the City of Iowa City and its 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 11.05.05 of the IDOT STANDARD SPECIFICATIONS: CONTRACTOR shall maintain a qualified and responsible person available 24 hours per day, even days per week to respond to emergencies which may occur after hours. CONTRACTOR shill provide to ENGINEER the phone number and/or paging service of this individual. r S-5 CONCERNING SUBCONTRACTORS, SUPPLIERS AND OTHERS. Replace the first paragraph of 1108.01 of the IDOT STANDARD SPECIFICATIONS with the following: . The contractor shall perform at least 30% of the contract amount with his/her own organization`: On this project only, the contractor may subcontract up to 70% of the contract amount. The bidders should be aware that this project requires several types of work. Purchasing materials for subcontractors will not be an acceptable method for the prime contractor to meet the 30% requirement. Items designated as specialty items may be performed by subcontract, and the cost of any specialty items so performed by the subcontract may be deducted from the total cost before computing the amount for work required to be performed by the contractor with his/her own organization. Add the following paragraph to 1108.01 of the IDOT 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. SC-4 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 themselves or ,grthers employed on the project. ~ ~, Contractor shall not commit any of the following employment practices and agrees to include the following l_,_. 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. T'o 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 REQUIItEMENTS). 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. SC-5 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. Note that these requirements involve only highway protects not funded with Federal monies. ,._ _, .: -~ ,_, SC-6 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 anon-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: 4/08 :`- ,_ ., data on citynUEng/MasterSpecslfrontend.doc - .- -- _ .. i .. t-,=~ r R-1 SECTION 01010 SUMMARY OF THE WORK _~ PART1-GENERAL General description, not all inclusive. T:' - -~ A. Base Bid Work: ~ " 1. Remove existing storm intakes, sewer pipes and manholes. -::; 2. Remove brick pavers along a section of Church Street, West of Dubuque Street Install 7" PCC base, re-install existing brick pavers. 3. Remove brick pavers along a section of Church Street, West of Dubuque Street. stabilize base as needed, re-install brick pavers. 4. Construct 9-inch thick Portland Cement Concrete roadway widening at the corner of Dubuque Street and Church Street Intersection. 5. Furnish, install and construct storm intakes, sewer pipes and manholes. 6. Remove and Relocate (1) traffic signal pole 7. Install (2) new (City Furnished) pedestrian signal poles 8. Remove (8) existing pedestrian signal heads and replace with (8) new (City Furnished) countdown pedestrian signal heads 9. Remove and replace curb ramps with ADA compliant curb ramps, including replacement of curb and gutter. 10. Remove existing and construct new pull boxes and relocate conduit and wirings. 11. Remove existing and construct new pull boxes for new interconnect fiber. 12. Remove existing and install permanent paving markings on Dubuque Street and Church Street. 13. Provide traffic and pedestrian traffic control during all phases of project. 14. Clear and grub existing vegetation and furnish and install sod for final stabilization. 15. Other work associated with intersection reconstruction. 01010-1 SECTION 01025 MEASUREMENT AND PAYMENT PART1-GENERAL 1.01 SUMMARY: A. Procedures and submittal requirements for schedule of values, applications for payment, and unit prices. 1.02 STANDARD OF MEASUREMENTS: A. Work completed under the contract shall be measured by the Engineer. Payment will be based on the actual quantity of work performed according to the various classes of work specified unless noted in Part 3 of this Section. The Contractor will be given an opportunity to be present during measurement. 1.03 SCOPE OF PA YMENT.• A. The Contractor shall accept the compensation as herein provided as full payment for furnishing materials, labor, tools and equipment and for performing work under the contract; also, for costs arising from the action of the elements, or from any unforeseen difficulties which may be encountered during the execution of the work and up to the time of acceptance. B. Construction items may be bid as a lump sum or as itemized work, which will be paid on a unit cost basis. In either case, some work may be required for which a separate pay item is not provided. Completion of this work is required. If a separate pay item is not provided for this work, it is to be considered incidental to the project and no separate payment ~viJl 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 31 days after the project is accepted by the City Council, provided no claims against the project have been filed within 30 days of project acceptance. Chapter 573 of the Code of Iowa will govern the release of retainage and resolution of claims. 01025-1 3.02 BID ITEMS: A. GENERAL The following subsections describe the measurement of and payment for the work to be done under the items listed in the FORM OF PROPOSAL. Each unit or lump sum price stated shall constitute full payment as herein specified for each item of work completed in accordance with the drawings. and specifications, including clean up. 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 __1 for top soil removal and replacement (unless it is listed as an item in the FORM O~'_„ PROPOSAL), disposal of surplus excavated material, handling water, -nstallation of all_;' necessary sheeting, bracing and temporary fencing around all open excavaEtions and supplyT :' 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 I~.EU ~ s~ 1. Clearing and Grubbing. The unit price (ACRE) for this item includes all work required to cut, remove and dispose of trees, stumps, roots, logs, down timber, hedges, brush, shrubs, corn, crops, vegetation, rubbish as shown on the project plans and as directed by the Engineer. Item shall also include protection of existing trees within the removal area. Trees damaged or removed by the Contractor shall be replaced at the Contractors expense. 2. Removals as Per Plan a cV Q Unit price (LS) shall include full compensation for removal and disposal or removal a ,~, rs. and reinstallation of items listed below: ~~~ +~- ~~ C ~ ~ ~ Existing traffic signal handholes abandoned with project (remove & dispose) ct (remove & ith j d d l d it b ff i d ~j N ^. ~ w pro e an one con u s a ic s gna tra Existing expose cv ~ ~ ~ C.~ t~ <L dispose) Existing traffic signal cable abandoned with project (remove & dispose), ~ o ~ ~ Existing fiber optic cable abandoned with project (remove & dispose) N - Concrete base for relocated traffic signal pole and mast arm Partial payments will be based upon the estimate of removals completed. 3. Pavement Removal Removal quantities shall include Portland Cement Concrete, full depth Asphalt Cement Concrete, curbs and gutters, and sidewalks as indicated on the plans. Saw cuts and hauling and disposal of waste materials shall be incidental. All proposed saw cuts must be approved by the Engineer. Removal operations shall conform to the construction phasing noted on the plans or as otherwise approved or directed by the Engineer. Additional effort required for this purpose is considered incidental. 4. Removal of Storm Sewer Intake The unit prices for these items will be paid based on the number of storm structures removed. Item includes excavation, demolition, removal, disposal of debris and supply, placement and compaction of backfill as specified under current City of Iowa City Municipal Design Standards. Removal operations shall conform to the construction phasing noted on the plans or as otherwise approved or directed by the Engineer. 5. Removal of Storm Sewer Piping The unit price for this item will be paid based on the number of linear feet of designated pipe which is removed as measured along the pipe centerline and includes excavation, saw cut of structures, demolition, removal, including flared-end sections, disposal of debris, and supply, placement and compaction of specified backfill. Removal operations shall conform to the construction phasing noted on the plans or as otherwise approved or directed by the Engineer. 6. Excavation, Class 10, Unsuitable or Unstable Material The unit price shall be full compensation for furnishing all materials, labor and equipment necessary for excavation of unsuitable or unstable material. Material classified as unsuitable for this project shall include material consisting in content from soft clays to highly weathered limestone. Excavation shall be completed only as needed for installation of improvements. 01025-3 B. BID ITEM DESCRIPTIONS Clearing and Grubbing. The unit price (ACRE) for this item includes all work required to cut, remove and dispose of trees, stumps, roots, logs, down timber, hedges, brush, shrubs, corn, crops, vegetation, rubbish as shown on the project plans and as directed by the Engineer. Item shall also include protection of existing trees within the removal area. Trees damaged or removed by the Contractor shall be replaced at the Contractors expense. 2. Removals as Per Pla Unit price (LS) shall i elude full compensation for removal a disposal or removal and reinstallation of ite s listed below: ^ Existing traffic signal andholes abandoned with proje t (remove & dispose _; ^ Existing exposed traffi signal conduits abandoned th project (remove & dispose) _ - ; , ^ Existing traffic signal ca le abandoned with pro' ct (remove & dispose) ; ', - ^ Existing fiber optic cable bandoned with prof ct (remove & disposed ,r~ Partial payments will be base upon the esti to of removals completed. `~ 3. Pavement Removal Removal quantities shall incl e Po and Cement Concrete, full depth Asphalt Cement Concrete, curbs and gu ers, nd sidewalks as indicated on the plans. Saw cuts and hauling and disposal of. a e materials shall be incidental. All proposed saw cuts must be approved by the gineer. Removal operations shall conform to the construction phasing noted on t e plans or as otherwise approved or directed by the Engineer. Additional effort re ire for this purpose is considered incidental. 4. Removal of Storm Sewer ntake The unit prices for these items will e paid based on the number of storm structures removed. Item inclu s excavation demolition, removal, disposal of debris and supply, placement a compaction of ackfill as specified under current City of Iowa City Municipal sign Standards. Removal operations shall .conform to the construction pha ng noted on the plan or as otherwise approved or directed by the Engineer. 5. Removal Storm Sewer Piping The uni price for this item will be paid based on the number of linear feet of desig ted pipe which is removed as measured along the pipe centerline and includes exc ation, saw cut of structures, demolition, removal, including flared-end sections, di osal of debris, and supply, placement and compaction of specified backfill. emoval operations shall conform to the construction phasing noted on the plans or as otherwise approved or directed by the Engineer. Excavation, Class 10, Unsuitable or Unstable Material The unit price shall be full compensation for furnishing all materials, labor and equipment necessary for excavation of unsuitable or unstable material. Material classified as unsuitable for this project shall include material consisting in content from soft clays to highly weathered limestone. Excavation shall be completed only as needed for installation of improvements. 01025-3 Acceptable subgrades which become unsuitable due to the Contractor's sequence of operations will not be paid for under this item. There will be no payment for overhaul. This item is to be used only at the direction of the Engineer. The measured quantity may vary up to 100% with no unit price adjustment. 7. Topsoil, Strip & Furnish The unit price for this item will be paid based on the plan quantity of cubic yards of topsoil stripped and furnished as new. Included with this item is all work required to remove topsoil from cuts, or areas to be covered by fill, preparation of vegetation, and hauling, depositing new topsoil on areas to be seeded and sodded. Also included is mowing, plowing, blading, disking, and stockpiling as needed. Topsoil shall be removed and replaced as new to a uniform 9-inch depth. 8. Granular Subbase The unit price for this item will be paid based on the number of square yards of granular subbase constructed at the specified thickness including placement 12-inches beyond the back of curb. Included with this item is excavation to grade, subgrade preparation and compaction, subgrade treatments, and subbase placement and compaction to required elevations. 9. Subbase Stabilization, lIN Roadstone The unit price for this item will be paid based on the number of tons of rock used to repair unsuitable subgrades and includes supply, placement and compaction. of rock. This item is to be used only at the direction of the Engineer. Measured quantity may vary up to 100% with no unit price adjustment. 10. Curb and Gutter, PCC, 2.5 ft The unit price for this item will be paid based on the number of linear feet of standard 2.5 ft wide Portland Cement Concrete curb and gutter sections constructed at the specified widths and thicknesses and includes excavation required to place forms and . curb and gutter at required elevations, forming, supply, placement and finishing of concrete, curing, jointing and joint sealing, grading to establish a uniform grade between the sidewalk and top of curb, and backfilling at curb lines. This item shall include payment for "stand alone" curb and gutter sections. PCC curb and gutter installed as part of either of the following bid included as incidental to these separate bid items: Pavement, Standard PC Concrete Class C, 9" "~ ' Sidewalk, PCC 4 in Sidewalk, PCC 6 in .:,` .- items shall ~;~ be 11. Curb and Gutter, PCC, Square The unit price for this item will be paid based on the number of linear feet of~Square Section Portland Cement Concrete curb and gutter constructed adjoining existing brick street sections as shown in the plans and at the specified widths and thicknesses as shown on the project plans. This item includes sawing and removal of existing curb section, disposal of existing curb material, removal and replacement of existing brick adjoining the curb section only as needed to install new PCC square curb section, excavation required to place forms and curb and gutter at required elevations, forming, supply, placement and finishing of concrete, curing, jointing and joint sealing, grading to establish a uniform grade between the sidewalk and top of curb, and backfilling at curb lines. 01025-4 This item shall include payment for "stand alone" square curb and gutter removal and replacement along Church Street as shown in the project plans. 12. Pavement, Standard PC Concrete Class C, 9 IN The unit prices for these items will be paid based on the number of square yards of Portland Cement Concrete pavements constructed at the specified widths, thicknesses and mix designs, to provide 9" PCC concrete widening as shown in the project plans. Also included with this item is excavation of the existing ground surface, removal and haul away of excess excavation required to place forms and pavement at required elevations, supply, placement and compaction of subgrade material under new PCC pavement widening, forming, supply, placement, finishing, and testing of concrete, special concrete mixes, reinforcement, curing, jointing and joint sealing, grading to establish a uniform grade between the top of new curb integral to the widening and sidewalk, and backfilling at curb lines, driveway edges and parking lot edges. Measurement and payment of the number of square yards for this item shall include installation of integral 6" Portland Cement Concrete curb and gutter as shown in the project plans. No additional payment will be made for work associated with the installation of integral 6" PCC Curb and Gutter to the 9" PCC widening as shown on (' the plans. Aggregate durability class for all P.C. Concrete paving shall be Class 3~. Contractor may use Maturity Method of testing to determine the strength of Portland `: Cement Concrete, as specified. ` 13. Sidewalk, PCC 4 IN - 14. Sidewalk, PCC 6 IN ` The unit price for these items will be paid based on the number of square yards of Portland Cement Concrete sidewalk constructed at the specified widths; thicknesses and mix designs. Included with these items is subgrade preparation and compaction, subgrade treatments, forming, concrete placement and finishing, curing, jointing and joint sealing, and backfilling at form lines. The unit price shall also include excavation to place forms and pavement at required elevations, supply, placement and compaction of subgrade material, forming, supply, placement, finishing and testing of concrete, reinforcement, curing, jointing and joint sealing, required for the installation of integral Portland Cement Concrete curb and gutter as shown in the project plans. No extra payment will be made for work associated with the installation of PCC Curb integral to PCC Sidewalk at locations as shown in the project plans. Height on the integral PCC Curb may vary between 0 and 12". 15. Sidewalk, PCC 8 IN The unit price for these items will be paid based on the number of square yards of Portland Cement Concrete sidewalk constructed at the specified widths, thicknesses and mix designs. Included with these items is subgrade preparation and compaction, subgrade treatments, forming, concrete placement, finishing and testing, curb ramps, curb ramp truncated dome inserts per Section 02524, curing, jointing and joint sealing, and backfilling at form lines. 16. Detectable Warnings Detectable warnings shall consist of raised truncated domes with a diameter of nominal 0.9 -inch and shall contrast visually with adjoining surfaces. The Detectable 01025-5 warnings shall be brick red in color. The unit price for this item will be paid based on the number of square feet of detectable warnings installed. This item will include all materials, work and equipment necessary to install the detectable warnings according to city standards. 17. Curb Grinding The unit price for this item will be paid based on the number of linear feet of PCC Curb that has been ground. Curbs shall be ground in a manner that allows the construction of a curb ramps. 18. Intake, RA-41 . 19. Intake, RA-42 The unit prices for these items will be paid based on the number of each type of intake constructed and includes excavation, forming, reinforcing steel, dowels, supply, placement, compaction and finishing of concrete, supply, placement and compaction of specified backfill, providing stubs for drainage tiles and the frame and casting. Construction of larger than standard intakes to fit over large storm sewers and intake throats shall be considered incidental. Stoppers for stub connections are incidental. All Frame and manhole lids shall be Neenah R-1642, or approved equal. 20. Storm Sewer Utility Access, RA-50, 48 in Dia. The unit price for this item will be paid based on the number structures placed. No additional compensation shall be paid for furnishing materials and labor for constructing intakes of the given type including casting frame and lid, concrete fillet, excavation, sheeting and shoring, dewatering, bedding, backfill, compacting and other miscellaneous related work. All Frame and manhole lids shall be Neenah R-1642, or approved equal 21. Sewer Pipe, 2000 D Storm, 12in Dia. 22. Sewer Pipe, 2000 D Storm, 15in Dia. The unit. prices for these items will be paid based on the number_:of linear. feet` installed. Length will be measured for each size and type of pipe along _the pipe center line with no deductions for prefabricated bends or flared end sections. Measurement shall exclude the space across manholes and intakes. Pipe joints shall be bell & spigot with rubber compression gasket joint conforming to ASTM C443, and as specified in current City of Iowa City Municipal Design Specifications The following items shall be considered incidental unless they are included with other items listed in the FORM OF PROPOSAL: Adapters, collars and tapping required for connections to existing or dissimilar pipes, manholes, or other appurtenances. Trench excavation including furnishing necessary equipment. c. Trench boxes required for safety and to minimize disturbance to features to be saved. d. Exploratory digging required to determine location of existing structures or potential conflicts. 01025-6 e. Furnishing pipe, wyes, tees, fittings, joint materials, and appurtenances. f. Supply, placement and compaction of specified pipe bedding material and standard or select material within the pipe envelope including concrete encasements. g. Supply, placement and compaction of standard backfill and granular backfill material. Granular backfill material shall be used in trenches under or within 5 feet of pavement or as otherwise indicated or specified on the plans and by the Engineer. h. Dewatering trenches and excavations for pipe, intakes, manholes and associated structures including furnishing pumps, piping, well points, etc.., as required. i. Temporary connections, piping, and pumping for bypassing sewage flows as required to construct pipe, intakes, manholes and associated structures. j. Frost excavation, frost ripping, frost blankets, or other activities associated with cold weather. k. Testing of sewers as required. I. Temporary support of existing utility mains and service lines. , _ . __ ~.- m. Temporary fencing required to contain livestock. n. Repair or replacement of utility, services damaged by the Contractor. o. Permanent connections and stubs with caps for sump pump, drainage, acid field tiles of various sizes, including backfill as specified by the Engineer. p, Granular bedding installation and compaction for trench stabilization shall be considered incidental as required. 23. Brick Paving Installation w/7" PCC Base The unit price paid for this item will be based on the number of square yards of salvaged and reinstalled brick pavers over a new 7" PCC base as shown.on the project plans and as directed by the Engineer. Work includes removal, salvage, and cleaning of existing brick pavers, removal and disposal of existing granular base and native subgrade as required to place full brick pavement section as shown in the project plans, preparation and compaction of existing subbgrade, subgrade treatments, installation and testing of 7" P.C.C. base, bituminous adhesion layer, bituminous setting bed, joint fill, expansion material with sealant, cutting and placement of existing brick pavers. Sweeping and clearing of debris prior to installation of brick and applicable sections shall be considered incidental to item. If existing pavers cannot be replaced due to deteriorated condition, Contractor shall coordinate with the City to use existing brick pavers available at designated City Storage facility. No additional payment will be made to Contractor for pickup, transport, and installation of City stored brick pavers. 24. Brick Paving Installation The unit price paid for these items will be paid based on the number of square yards of salvaged and reinstalled brick pavers placed over new'/4" bituminous setting bed, and 01025-7 i~~U`~~ existing PCC base as shown on the project plans and as directed by the Engineer. Work includes salvage and cleaning of project site brick pavers, installation of new bituminous adhesion layer, new bituminous setting bed, joint fill, expansion material with sealant and cutting, and brick pavers. Sweeping and clearing of debris prior to installation of brick shall be considered incidental to item. If existing pavers cannot be replaced due to deteriorated condition, Contractor shall coordinate with the City to use existing brick pavers available at designated City Storage facility. No additional payment will be made to Contractor for pickup, transport, and installation of City stored brick pavers. q -d.~- 5. Erosion Control ~`e r r ~ The unit price shall be full compensation for furnishing all materials, labor, and iii ~ '~-.! equipment necessary to maintain erosion control during construction. Bid item ___! N ° ~ ~ includes maintenance of site erosion according to guidelines provided with the Storm c~ ~ ~ Water Pollution Prevention Plan included with project plans. Payment for this item ~=~ Q will be made at 50% and 100% of substantial project completion. ~ ~ N O In addition to SWPPP provided with the project documents, Contactor shall also reference the "Iowa Construction Site Control Manual" for guidelines and procedures in reducing silt erosion from the site. 26. Filter Sock The unit price for filter sock will be paid based on the number of linear feet installed at locations indicated on the plans or as directed by the Engineer. Bid item includes installation, maintenance and removal of filter socks upon establishment of ground cover. Filter sock material and installation shall comply with the current Iowa Statewide Urban Design Specifications (SUDAS) Section 9040 -Erosion and Sediment Control. 27. Sodding The unit price for this item will be paid based on the number of Squares (100 Square Feet = 1 Square) of sodding placed in accordance with requirements of current Iowa DOT specifications section 2601.08. No additional payment will be made for preparation of sod bed, fertilizing materials, installation of sod, watering and all upkeep as specified in Iowa DOT standards, including aone-year guarantee. All disturbed areas not replaced with pavement shall be sodded unless noted on the plans or directed by the Engineer. 28. Painted Pavement Markings, Durable The unit prices for these items shall be full compensation for removal of old markings as applicable, prep work -including cleaning and pavement grooving, layout, supply and installation of durable pavement markings and glass beads as recommended by the manufacturer. Layout must be approved by the Engineer. Areas of brick and asphalt shall receive epoxy pavement markings. Brick surface shall not be grooved prior to placement of markings. Measurement will be based on a 4-inch wide line (Refer to "B" Sheets for tabulation). Durable pavement markings shall be in accordance to the Iowa Department of Transportation Materials IIVI 483.04 and Standard Specifications 2527. 01025-8 existing PCC base as shown on the project plans and as directed by the Engineer. Work includes salvage and cleaning of project site brick pavers, installation of new bituminous adhesion layer, new bituminous setting bed, joint fill, expan ion material wit"sealant and cutting, and brick pavers. Sweeping and clearing o ebris prior to installation of brick shall be considered incidental to item. If e~sting pavers cannot be replaced due to deteriorated cond' ion, Contractor shall coordl~ate with the City to use existing brick pavers avai le at designated City Storage.facility. No additional payment will be made Contractor for pickup, transport; nd installation of City stored brick pavers. 25. Erosion Co trot The unit pri shall be full compensation for fu fishing all materials, labor, and equipment ne ssary to maintain erosion contr I during construction. Bid item includes mainte nce of site erosion according t guidelines provided with the Storm Water Pollution evention Plan included wit project plans. Payment for this item will be made at 50° and 100% of substantial roject completion. In addition to SWPP provided with th project documents, Contactor shall,.also ' reference the "Iowa Co truction Site C trol Manual" for guidelinesfar~d proceejures in reducing silt erosion fr m the site. ~ ~_ ,i 26. Filter Sock ~- ~~ t_ The unit price for filter sock will paid based on the number of linear feet installed , at locations indicated on the p a or as directed by the Engineer. Bid item inel~des installation, maintenance and r oval of filter socks upon establishi~s/nt of ground cover. Filter sock material and i tallatio shall comply with the current Iowa Statewide Urban Design Specificati s (SUDA Section 9040 -Erosion and Sediment Control. 27. Sodding The unit price for th' item will be paid ased on the number of ACRES of sodding placed in accordan a with requirements f current Iowa DOT specifications section 2601.08. No ad 'tional payment will be ade for preparation of sod bed, fertilizing materials, insta ation of sod, watering an all upkeep as specified in Iowa DOT standards, in uding a one-year guarantee. II disturbed areas not replaced with pavements 11 be sodded unless noted on the p ns or directed by the Engineer. 28. Painted avement Markings, Durable The u t prices for these items shall be full compen ation for removal of old markings as a licable, prep work -including cleaning and p vement grooving, layout, supply an installation of durable pavement markings and lass beads as recommended by e manufacturer. Layout must be approved by the En ineer. Areas of brick and asphalt shall receive epoxy pavement markings. Brick surface shall not be grooved prior to placement of markings. Measurement will be based on a 4-inch wide line (Refer to "B" Sheets for tabulation). Durable pavement markings shall be in accordance to the Iowa Department of Transportation Materials IM 483.04 and Standard Specifications 2527. 29. Painted Pavement Markings, Temporary 01025-8 The unit prices for these items shall be full compensation for removal of old markings as applicable, prep work, layout, supply and installation of temporary pavement markings and glass beads as recommended by the manufacturer. Layout must be approved by the Engineer. Measurement will be based on a 4-inch wide line. Temporary pavement markings shall be installed in accordance to the Iowa Department of Transportation Standard Specifications Section 2527. This item is to be used only at the direction of the Engineer. The measured quantity may vary up to 100% with no unit price adjustment. 30. Traffic Signal Improvements ~.-. The lump sum price for this item will be paid based on percent complete for al)•=work required to complete the traffic signalization as detailed in the project plan~:•:, No measurement of this item shall be made. - For this item, City shall furnish the following: (8) new countdown pedestrian signals and pushbuttons (2) new pedestrian signal pedestals Work included in this item shall include but is not limited to the following: _ ^ Remove and relocate existing traffic signal pole (Pole 2) as shown in the plans in the northwest quadrant of the intersection ^ Remove, salvage and deliver (8) existing pedestrian signal heads and pushbuttons from the existing traffic signal system at the intersection of Dubuque Street and Church Streets. ^ Install (8) new (City Furnished) countdown pedestrian signals and pushbuttons as shown on project plans. ^ Install (2) new (City Furnished) pedestrian signal pedestals The unit price for this item shall include furnish and installation all other items necessary to complete this installation including; bases, handholes, wire, conduit, and all other items necessary to complete the fully functional traffic signal system with coordinated operation, with fiber optic interconnect. 31. Traffic Control The lump sum price for this item will be paid based on percent complete for furnishing, installing, maintaining, moving, relocating, and removing all traffic control devices including barricades, safety fencing, drums, lights, standard signs, temporary concrete barrier rails, sequential flashing arrows, flaggers, uniformed officers, temporary pavement markings and orange safety fence at road closures. No additional payment will be made for installation, maintenance and removal of temporary pedestrian traffic control facilities; including but not limited to installation, maintenance and removal of the 8' wide temporary HMA Pedestrian Ramps as shown on the project plans. Partial payment for traffic control will be based on the estimated percentage of work completed at the time of submittal of the application for payment. Final payment will be made upon completion of all wok on the project required by the contract; full payment will be made for this contract item, including any amount not paid as a partial payment. 01025-9 32. Fiber Optic Cable Payment for Fiber Optic Cable shall be full compensation for supplying all equipment, labor, and materials necessary to furnish and install Fiber Optic Cable including but not limited to fiber optic cable, coordination with City Traffic Signal Department, utilities, testing fiber optic lines, labeling each line, coiling and racking slack in each handhole and controller cabinet, and all other miscellaneous hardware, testing equipment, or any other items necessary to complete the fiber optic cable in place. 33. Fiber Optic Conduit This item will be per linear foot of each size of HDPE Conduit bored, and shall be based on the plan quantity. No separate measurement will be made unless significant changes are made to the plans, or there is an obvious error in the plan quantity. All measurements are plan dimension and no allowance is made for extra distance up and down hills or for vertical adjustments to avoid existing obstacles. 34. Fiber Optic Trunk Handholes Fiber optic trunk handholes shall be paid on a count basis for the material type (s) as indicated in the Contract Documents. The quantity paid shall be as measured by the Engineer. The following items shall be considered incidental: a. Excavation and backfill b. Aggregate Base c. Conduit Access 35. Mobilization The unit price for this item shall consist of preparatory work operations for all items under the contract, including, but not limited to, those necessary for the movement of personnel, equipment, supplies, and incidentals to the project site; bonds and insurance; and for the establishment of on site facilities, which must be performed or costs incurred prior to beginning work on the various items on the project site. This item shall include demobilization costs. Nothing herein shall be constructed to limit or preclude partial payments provided for the contract. The proposal will have a lump sum item for Mobilization. The bidder will indicate bid price in dollars, and this will be the contract price for this item. Payments for this item shall comply with the payment schedule as outlined in the current addition of the Iowa Department of Transportation Specification Section 2533 01025-10 SECTION 01310 PROGRESS AND SCHEDULES PART 1 -GENERAL 1.01 SUMMARY.• A. Prepare, submit and update as necessary a schedule of the work. B. Time is of the essence. Minimizing inconvenience, disruption and duration of disruption to residences and businesses is a high priority. Scheduling of work shall be planned with this in mind. 1.02 SUBMITTALS: A. The Contractor shall submit prior to the Pre-Construction meeting a detailed schedule of the proposed work with the controlling operation identified. The schedule shall include proposed dates and durations of street closings. Work may not begin until the schedule is approved by the Engineer. B. The Contractor shall submit updated construction schedules at two week intervals throughout the project. PART 2 -PRODUCTS - '' ~~ .. None. PART 3 -EXECUTION _ 3.OI MEETINGS PRIOR TO CONSTRUCTION: A. A Pre-Bid meeting will not be held for this project. B. APre-Construction meeting will be held prior to beginning work. 3.02 PROGRESS OF WORK: A. Work will be limited to 25 working days. Saturdays will not be counted as working days. The specified start date is June 16, 2008. Liquidated damages of $500 per day will be charged on work beyond 25 working days. 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 freshly 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 many utility conflicts will 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 Railroads will provide all labor, materials and equipment for railroad facility removal, excavation, disposal, sub-drainage, ballast, sub-ballast and trackage renewal. 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 days in advance of changes in construction phasing and street closings so that a press release can be issued. No changes in sequence or closure of streets shall occur without the Engineer's approval and said notification. ,, ._. 11 /00 _ _`__ sh azed\engineer\spec s-i i\01310. doc (\ 7 01310-2 SECTION 01570 TRAFFIC CONTROL AND CONSTRUCTION FACILITIES PART 1 -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. ,-..- r:: L ~.' B. U.S. Department of Transportation Federal Highway Administration Manual on Utt~form Traffic Control Devices for Streets and Highways," MUTCD Current Edition. C. Traffic Control Notes on project plans. 1.03 SUBMITTALS: A. Submit a traffic control plan for all activities requiring traffic control not spec~ftcally 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 and current MUTCD standards. B. All construction fence shall be new and securely fastened to approved posts and installed as directed by the Engineer. 2.02 .EQUIPMENT: A. Portable generators may not be used to power traffic control devices within 300 feet of residential dwellings, including apartments, between the hours of 10:00 p.m. and 7:00 a.m. PART 3 -EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 11. General Requirements and Covenants. Section 1107.09.. Barricades and Warning Signs. 01570-1 Division 25. Miscellaneous Construction. Section 2528. Traffic Control. 3.02 NO PARKING SIGNS: A. The City will furnish "NO PARKING" signs to facilitate removal of parked vehicles ahead of scheduled work. The Contractor is responsible for installation and maintenance of the signs 48 hours in advance of when the vehicles must be removed. 3.03 MAINTENANCE OF FACILITIES: A. The Contractor shall monitor the condition of traffic control and construction facilities at all times, including non-work hours. Repair, replace and maintain as necessary. B. Pedestrian access to homes and businesses shall be maintained at all times. Temporary gravel surfaces shall be provided as directed by the Engineer. 3.04 EXCAVATIONS: A. All excavations shall be fenced. 3.05 ADDITIONAL FACILITIES: A. All signs, barricades and fences within and beyond the project area deemed appropriate by the Engineer shall be the responsibility of the Contractor. 11 /00 sharead\engineer\specs-i i\01570.doc 01570-2 SECTION 02050 DEMOLITIONS, REMOVALS. AND ABANDONMENTS PART 1 -GENERAL 1.01 SUMMARY.• A. Furnish labor, materials, tools and equipment to remove existing paved surfaces as indicated and specified. B. Furnish labor, materials, tools and equipment to remove existing storm sewer pipes, sanitary sewer pipes, intakes, and drainage structures as indicated and specified. 1.02 REFERENCES: A. IDOT Standard Specifications. 1.03 QUALITYASSURANCE: A. Disposal sites shall comply with all applicable Iowa Department of Natural Resources and United States Environmental Protection Agency regulations. B. Comply with all state and local ordinances pertaining to hauling and disposal of rubbish, broken concrete, asphalt, stone, bricks, castings, and other waste or debris resulting. from work on the project. 1.04 SUBMITTALS: ,.. A. Locations of disposal sites. PART2-PRODUCTS 2.01 MATERIALS: A. Granular backfill material shall consist of Class A Crushed Stone, 1DOT Standard Specification Section 4120.04 and Section 4109, Gradation No. 11. B. Explosives shall not be used for demolition. PART 3 -EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 24. Structures. Section 2401. Removal of Existing Structures. 02050-1 Division 25. Miscellaneous Construction. Section 2510. Removal of Old Pavement. Section 2511. Removal and Construction of Portland Cement Concrete Side- walks. Section 2515. Removal and Construction of Paved Driveways. Section 2516. Removal and Construction of Retaining Walls and Steps. 3.02 INSPECTION.• F .. A. Limits of .demolition shall be per 3.04 of this section. The Engineer reserves the ritght to 3 revise demolition limits if required by the nature of construction. _ . , - ~-: 3.03 PROCEDURES: - A. Utilities Notify all corporations, companies, individuals and state or local authorities owning pipelines, water lines, gas mains, buried and overhead electric facilities, telephone, cable television, fiber optic, and other public or private utilities shown on the drawings or otherwise known or discovered to be in the project area. 2. When active utilities are encountered, promptly take necessary measures to support and protect said utilities and maintain them in service. 3. If active utilities are damaged or interrupted as a result of work on the project, take appropriate measures to restore service immediately. Restoration of utility services under these circumstances shall be at the Contractor's expense. 4. Active utilities shown on the drawings to be relocated, or which require relocation due to unforeseen circumstances or conditions, shall be relocated in accordance with instructions from the Engineer. Generally, the respective utility owners shall be responsible to perform relocation work for their facilities. The Contractor shall cooperate with these efforts in every reasonable way and shall not be entitled to additional compensation for delays resulting from such relocations. B. Site Protection Measures Refer to Traffic Control Sheets for details. 2. Barricade and fence open excavations or depressions resulting from work during non-working hours and when not working in immediate area. Provide suitable warning devices adjacent to excavations and work areas. 3. Warning devices shall be kept operational during all non-working and non-active periods. C. Site Access Measures Pedestrian and vehicular access to homes and businesses shall be maintained at all times. Temporary gravel surfaces shall be provided and maintained by. the Contractor at the Contractor's expense if pavement surface is removed adjacent to resident and business driveways. 02050-2 2. Contractor shall perform demolition and removal operations so as to maintain vehicular access to adjacent properties and businesses. D. Disposals 1. No material or debris shall be buried within the project work area. All unsuitable material resulting from demolitions and removals shall be hauled to and disposed of at aContractor-furnished site approved by the Engineer or to the landfill. The Contractor shall pay the current tipping fee at the landfill 3.04 DEMOLITIONAND REMOVALS: A. Pavement and Sidewalk Removals l . Removal shall be to the limits noted on the plans or as directed by the Engineer. 2. Pavement removal shall include brick, P.C. Concrete, and A.C. Concrete pavements, driveways, alleys, parking lots, and sidewalks. Removal of chip seal or aggregate surfaces is not considered pavement removal. 3. Sawcuts shall be approved by the Engineer. 4. Removal operations shall conform to construction phasing noted on the plans or as directed by the Engineer. B. Sewer Abandonment and Removal 1. Removal shall be at the locations and to the limits noted on the plans or as directed by the Engineer. 2. Backfill under and within 5 feet of paved surfaces shall be Class A crushed stone compacted to 95% Standard Proctor Density. The top 12 inches directly below paved surfaces shall be Class A crushed stone compacted to 98% Standard Proctor Density. Other excavations shall be backfilled with suitable excavated material, compacted to 90% Standard Proctor Density. 3 4 11 /00 shared\engineer\specs-i i\02050. doc Sewers to be abandoned, but not removed, shall be filled with an approved non- shrink flowable mortar and bulkheaded at each end with concrete. Select castings shall be delivered to the pollution control plant at 1000 S. Clinton Street as directed by the Engineer. 02050-3 SECTION 02100 SITE PREPARATION PART 1 -GENERAL 1.01 SUMMARY: A. Furnish labor, material, tools and equipment to prepare site as indicated and specified. 1.02 REFERENCES: A. IDOT Standard Specifications. PART 2 -PRODUCTS r, ;" None. "" " PART 3 -EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 21. Earthwork, Subgrades and Subbases. Section 2101. Clearing and Grubbing. Division 25. Miscellaneous Construction. Section 2519. Fence Construction. 3.02 EXISTING TREES, SHR UBS AND VEGETA TION.• A. All trees, shrubs and vegetation shall remain and be protected from damage unless specifically noted as "REMOVE" or "CLEAR AND GRUB" on the plans or as directed by the Engineer. B. No construction materials and/or equipment are to be stored, piled, or parked within the trees' drip line. C. Contractor is responsible for damage outside the limits of construction, and for trees, shrubs and vegetation not designated for removal. The Contractor's liability for tree and shrub damage will be based on the appraised value, not replacement value, and shall include the cost of appraisal by a qualified arborist. 02100-1 3.03 EXISTING STRUCTURESAND PROPERTY: A. Remove existing signs and posts within the construction area as directed by the Engineer. All permanent traffic signs will be removed, stored, and replaced by the City of Iowa City. Contractor shall provide 48 hour minimum advance notice for sign removal and for sign replacement. Permanent signs will be replaced prior to concrete pours. B. Move mailboxes to a location approved by the Engineer prior to closing road. Salvage and store any unique supports for mailboxes. Restore mailboxes and their supports to their prior location and condition when road is reopened. 3.04 EXISTING FENCING: A. Only fencing designated by the Engineer shall be removed. B. Sections of fence removed for construction shall be replaced per the applicable bid item. If not addressed, replace with new materials. 3.05 EXISTING UTILITIES: A. Contact appropriate utility representative to verify the presence and location of buried utilities in the construction area. 3.06 EROSION CONTROL: A. Comply with Iowa City Code and Section 02270, Slope Protection and Erosion Control. 11 /00 , shared\engi n eer\spec s-i i\02 100. doc r 02100-2 SECTION 02220 EARTH EXCAVATION, BACKFILL, FILL AND GRADING PART 1 -GENERAL 1.01 SUMMARY.• A. Excavating, placing, stabilizing and compacting earth, including trench and rock excavation, addition of borrow and backfill, disposal of excavated material, and topsoil, strip, salvage and spread. 1.02 REFERENCES: A. IDOT Standard Specifications. 1.03 QUALITYASSURANCE: A. Whenever a percentage of compaction is indicated or specified, use percent of ma~rr~um density at optimum moisture as determined by ASTM D698-91, unless noted otherwise: B. Borrow sites and materials shall be approved by the Engineer prior to use. PART 2 -PRODUCTS ~ - 2.01 MATERIALS: A. Granular backfill material shall consist of Class A Crushed Stone, IDOT Standard Specification Section 4120.04 and Section 4109, Gradation No. 11. PART 3 -EXECUTION 3.01. TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 21. Earthwork, Subgrades and Subbases. All sections Division 24. Structures. Section 2402. Excavation for Structures. 3.02 TOPSOIL: A. Strip and stockpile topsoil from lawn, grass, and crop areas for surface restoration and landscaping work. Strip topsoil to a uniform depth to provide sufficient quantity of material for placement of a minimum of 9 inches of topsoil for surface restoration and 02220-1 landscaping. Protect topsoil from mixture with other materials such as aggregate and from erosion. Removal of topsoil from the site is not permitted. 3.03 DRAINAGE AND DEWATERING: A. Provide and maintain ample means and devices (including spare units kept ready for immediate use in case of breakdowns) to intercept and/or remove promptly and dispose properly of all water entering trenches and other excavations. Keep such excavations dry until the structures, pipes, and appurtenances to be built therein have been completed to such extent that they will not be floated or otherwise damaged. B. Dispose of all pumped or drained water without undue interference to other work, or causing damage to pavements, other surfaces, or properly. Provide suitable temporary pipes, flumes, or channels for water that may flow along or across the work site. C. Take all precautions necessary to prevent damage to the work by rain or by water entering the site, whether water entry be overland or by groundwater. 3.04 TRENCH EXCAVATION: A. General ,,_ ~~ 1. Excavate trench by machinery to, or just below, designated subgrad~ when pipe is' to be laid in granular bedding or concrete cradle, provided that maxErial remaining..., at bottom of trench is only slightly disturbed. 2. Do not excavate lower part of trenches by machinery to subgrade when pipe is to be laid directly on bottom of trench. Remove last of material to be excavated by use of hand tools, just before placing pipe. Hand shape bell holes and form a flat or shaped bottom, true to grade, so that pipe will have a uniform and continuous bearing. Support on firm and undisturbed material between joints, except for limited areas where use of pipe slings have disturbed bottom. B. Protection Barricade and fence open excavations or depressions resulting from work during non-working hours and when not working in immediate area. C. Trench Width Make pipe trenches as narrow as practicable and safe. Make every effort to keep sides of trenches firm and undisturbed until backfilling has been completed and consolidated. 2. Excavate trenches with vertical sides between elevation of center of pipe and elevation 1 foot above top of pipe. 3. Refer to plans for allowable trench widths within the pipe envelope for various types, sizes and classes of pipe. D. Trench Excavation in Fill 02220-2 Place fill material to final grade or to a minimum height of 6 feet above top of pipe when pipe is to be laid in embankment or other recently filled areas. Take particular care to ensure maximum consolidation of material under pipe location. Excavate pipe trench as though in undisturbed material. E. Excavation Near Existing Structures Discontinue digging by machinery when excavation approaches pipes, conduits, or other underground structures. Continue excavation by use of hand tools. 2. Excavate exploratory pits when location of pipe or other underground structure is necessary for doing work properly. F. Disposal of Unsuitable Soil The Contractor shall notify the Engineer and Iowa Department of Natural Resources (DNR) if soil contamination is found or suspected during excavation. 2. Soil disposal and remediation method shall be an option outlined in the IDOT Construction Manual Section 10.22, and approved by the Iowa DNR and City. The Contractor is not to proceed with soil removal and remediation measures until instructed by the Engineer. 3. Disposal site to be provided by the Contractor and approved by the Engineer and Iowa DNR. _--~ 4. Contractor is responsible for completing and filing all necessary Federal, State and local government agency forms and applications. G. Care of Vegetation and Property 1. Use excavating machinery and cranes of suitable type and operate with care to prevent injury to trees, particularly to overhanging branches and limbs and underground root systems. 2. All branch, limb, and root cuttings shall be avoided. When required, they shall be performed smoothly and neatly without splitting or crushing. Trim injured portions by use of a chainsaw or Toppers for branches, or an ax when working with roots. Do not leave frayed, crushed, or torn edges on atYy roots 1" or larger in diameter or on any branches. Frayed edges shall be trimmed with a utility knife. Do not use tree paint or wound dressing. If conflicts with large roots and branches are anticipated, notify the Engineer. 3. No construction materials and/or equipment are to be stored, piled, or parked within the trees' drip line. 4. Excavators and loaders used on brick surfaces shall be limited to those with rubberized tracks or rubber tires. 5. Do not use or operate tractors, bulldozers, or other equipment on paved surfaces when treads or wheels can cut or damage such surfaces. 02220-3 6. Restore all surfaces which have been damaged by the Contractor's operations to a condition at least equal to that in which they were found before work commenced. Use suitable materials and methods for restoration. 7. Aerate all grassed and planter areas compacted by construction activities 8. Utility lines, including drainage tiles, encountered shall be restored in one of the following ways: a. Repair or otherwise reconnect the utility across trench after trench has been backfilled, provided adequate drainage gradient is maintained, if applicable. b. Connect drainage tiles to nearest storm sewer. The Contractor shall- document the location and elevation of any utility lines encountered. The Contractor shall notify the Engineer whenever a utility is encountered and submit the proposed method of restoring the utility for review and approval All utility repairs shall be made prior to backfilling the trench. H. Water Services Permanent copper water service lines which are damaged (cut, nicked, bent, crimped, crushed, etc.) shall be replaced from the water main to the curb box with new copper service pipe, without any joints. The cost for this work shall be at the Contractor's expense. 2. In any excavation where existing lead or galvanized iron water services are in the excavation or disturbed area, the Contractor shall replace the existing lead or galvanized piping with new 1-inch or larger copper water service pipe from the water main to the curb box. The Contractor will be paid per the applicable bid item. If there is no bid item, the unit price for the replacement of the water service shall be negotiated prior to commencement of the work. 3. When water service is disrupted, the Contractor shall make a reasonable attempt to restore the service within two hours. 4. Water service pipe shall be type k soft copper. 3.05 ROCK EXCAVATION: A. Rock excavation will be considered Class 12 Excavation as defined in IDOT Standard Specification Section 2102.02. _ B. Explosives shall not be used for rock excavation. 02220-4 3.06 BACKFILLING: A. General Do not place frozen materials in backfill or place backfill upon frozen material. Remove previously frozen material or treat as required before new backfill is placed. B. Backfilling Excavations Begin Backfilling as soon as practicable and proceed until complete. 2. Material and Compaction a. Paved Areas: Under and within 5 feet of paved surfaces, including streets, sidewalks and driveways, backfill shall be Class A crushed stone placed in one foot lifts compacted to 95% Standard Proctor Density. The top 12 inches directly below paved surfaces shall be Class A crushed stone compacted to 98% Standard Proctor Density. If under pavement, backfill to bottom of the subgrade. If not under pavement, backfill to within 12 inches of finished surface. b. All other areas: Backfill shall consist of suitable job excavated material placed in one foot lifts compacted to 90% Standard Proctor Density. If excavated material is unsuitable, backfill with Class A crushed stone to within 12 inches of finished surface. c. Do not place stone or rock fragment larger than 2 inches within 2 feet of pipe nor larger than 12 inches in backfill. Do not drop large masses of backfill material into trench. C. Backfilling Around Structures Do not place backfill against or on structures until they have attained sufficient strength to support the loads, including construction loads, to which they will be subjected. Avoid unequal soil pressure by depositing material evenly around structure. 2. Backfill shall consist of Class A crushed stone placed in one foot lifts compacted to 95% Standard Proctor Density unless otherwise indicated or specified. 3.07 UNAUTHORIZED EXCAVATION.• A. When the bottom of any excavation is taken out beyond the limits indicated or specified, backfill, at Contractor's expense, with Class A crushed stone compacted to 95% Standard Proctor Density. _ 11 /00 shared\engineer\specs-ii\02220. doc 02220-5 SECTION 02270 SLOPE PROTECTION AND EROSION CONTROL PART 1 -GENERAL 1.01 SUMMARY.• A. Placement of silt fence, erosion control mat, engineering fabric, revetment stone, and erosion stone. I.02 REFERENCES: A. 1DOT Standard Specifications. B. Iowa Department of Transportation Highway Division "Standard Road Plans Manual", latest edition. 1.03 QUALITYASSURAIVCE: A. Revetment stone and erosion stone shall meet the abrasion and durability requirements of Section 4130 of the IDOT Standard Specifications. B. Engineering Fabrics (geotextile) shall be of a non-woven material and conform to the requirements of IDOT Engineering Fabric for Embankment Erosion Control. 1.04 STORAGE: A. Prior to use, geotextile shall be stored in a clean dry place, out of direct sunlight, not subject to extremes of either hot or cold, and with the manufacturer's protective cover in place. Receiving, storage, and handling at the job site shall be in accordance with the requirements in ASTM D 4873. PART 2 -PRODUCTS 2.01 MATERL9LS: A. Except as amended in this document, the materials in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 41. Construction Materials. Section 4130. Revetment Stone and Erosion Stone. _ Section 4169. Erosion Control Materials. Section 4196. Engineering Fabrics. 02270-1 PART 3 -EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 25. Miscellaneous Construction. ~_-_ Section 2507. Concrete & Stone Revetment. and the following )DOT Standard Road Plans: RC-5 Wood Excelsior Mat RC-16 Silt Fence 3.02 SCHEDULE: A. Silt fence shall be installed at locations indicated on the plans immediately upon completion of grading. Wood excelsior mat shall be placed and staked in seeded areas of swales immediately following seeding. 3.03 CEOTEXTILE: A. Surface Preparation The surface on which the geotextile is to be placed will be graded to the neat lines and grades as shown on the plans. The surface will be reasonably smooth and free of loose rock and clods, holes, depressions, projections, muddy conditions and standing or flowing water. B. Placement Prior to placement of the geotextile, the soil surface will be inspected for quality of design and construction. The geotextile will be placed on the approved surface at the locations and in accordance with the details shown on the plans. The geotextile will be unrolled along the placement area and loosely laid (not stretched) in such a manner that it will conform to the surface irregularities when material is placed on or against it. The geotextile may be folded and overlapped to permit proper placement in the designated area. 2. The geotextile will be joined by overlapping a minimum of 18 inches (unless otherwise specified on the plans or by the manufacturer), and secured against the underlying foundation material. Securing pins, approved and provided by the geotextile manufacturer, shall be placed along the edge of the panel or roll material to adequately hold it in place during installation. Pins will be steel or fiberglass formed as a "U", "L", or "T" shape or contain "ears" to prevent total penetration. Steel washers will be provided on all but the "U" shaped pins. The upstream or up- slope line will be inserted through both layers along a line through approximately the midpoint of the overlap. At horizontal laps and across slope laps, securing pins will be inserted through the bottom layer only. Securing pins will be placed along a line approximately 2 inches in from the edge of the placed geotextile at intervals not to exceed 12 feet unless otherwise specified. Additional pins will be installed 02270-2 as necessary and where appropriate, to prevent slippage or movement of the geotextile. The use of securing pins will be held to the minimum necessary. Pins are to be left in place unless otherwise specified. 3. Should the geotextile be torn or punctured, or the overlaps disturbed, as evidenced by visible damage, subgrade pumping, intrusion, or grade distortion, the backfill around the damaged or displaced area will be removed and restored to the original approved condition. The repair will consist of a patch of the same type of geotextile being used, overlapping the existing geotextile. Geotextile panels joined by overlap will have the patch extend a minimum of 2 feet from the edge of any damaged area. 4. The geotextile will not be placed until it can be anchored and protected with the specified covering within 48 hours or protected from exposure to ultraviolet light. In no case will material be dropped on uncovered geotextile from a height greater than 3 feet. 11 /00 shared\engineer\specs-i i\02270. doc 02270-3 SECTION 02515 ~- ' . , PAVERS ( _ PART 1 -GENERAL 1.01 SUMMARY: A. Furnish labor, materials, tools and equipment to prepare, shape, trim and compact subgrade, specified base and adhesive bedding layer. B. Furnish labor, materials, tools and equipment to shape, cut, place, compact and apply joint fill for specified brick pavers. 1.02 REFERENCES: A. American Society of Testing Materials: 1. C902 Standard Specification for Pedestrian and Light Traffic Paving Brick. 2. C1272 Standard Specification for Heavy Vehicular Paving Brick. 3. C 1028 Standard Test Method for Determining the Static Coefficient of Friction of Ceramic Tile and Other Like Surfaces by the Horizontal Dynamometer Pull-Meter Method. 4. C136 Method for Sieve Analysis for Fine and Coarse Aggregate. 5. C67 Method of Sampling and Testing Brick and Structural Clay Tile. 6. C33 Specification for Concrete Aggregates. 7. C 144-89 Standard Specification for Aggregate for Masonry Mortar. 8. E303 Standard Test Method for Measuring Surface Frictional Properties Using the British Pendulum Tester. B. Brick Institute of America (BIA) Design and Installation Guide. 1.03 QUALITYASSURANCE: A. Installation: Performed only by skilled workers with satisfactory record of performance on landscaping or paving projects of comparable size and quality. Skilled paver installers will be employed for all paving work. 1.04 SUBMITTALS: A. Submit manufacturer's product data and installation instructions. B. Submit samples of brick paving units to indicate color and shape selections. 02515-1 C. Submit material certificates for setting bed and joint fill materials. 1.05 DELIVERY, STORAGE AND HANDLING: A. Deliver specified pavers to the site in steel banded, plastic banded, or plastic wrapped cubes capable of transfer by forklift or clamp lift. Unload pavers at job site in such a manner that no damage occurs to the product and in a location approved by the Engineer. B. Sand will be covered with waterproof covering to prevent exposure and/or removal by rain or wind. The covering shall be secured in place. C. Damaged pavers, as determined by the Engineer, will be replaced at the Contractor's expense. 1.06 ENVIRONMENTAL CONDITIONS: A. Do not install setting bed and/or pavers during heavy rain or~snowfall. ~~ __ ..; , . B. Do not install frozen materials. - -- PART 2 -PRODUCTS `~ 2.01 MANUFACTURED UNITS: A. Brick pavers must have spacer bars on each unit to maintain a minimum joint width. B. Brick pavers will be manufactured supplied by: Whitacre-Greer 1400 S. Mahoning Ave. Alliance, OH 44601 330-823-1610 C. Product name, shape, overall dimensions, thickness and color of the brick pavers) used shall be a mixture of: 1. Whitacre-Greer bevel edge, vacuum-dry pressed, kiln fired, presealed pavers. 4" x 8" x 2-1/4" thick (curb ramps and parkways) 4" x 8" x 3" thick (crosswalks) 2. Brick pavers will have a top surface textured finish with a coefficient of friction of 0.8. 3. The color for curb ramps and crosswalks will be Clear Red (Rustic) #30 from the Whitacre-Greer thirty something blend category. 4. The color for parkways will be Antique #32 from the Whitacre-Greer thirty something blend category. D. Pavers for crosswalks will meet the following requirements set forth in ASTM C1272, Standard Specifications for Heavy Vehicular Paving Brick, Type R, Application PX. 02515-2 1. Minimum average compressive strength of 10,000 psi. 2. Maximum absorption of 6% when tested in accordance with ASTM C67. 3. Resistance of 50 freeze-thaw cycles, when tested in accordance with ASTM C67. E. All bricks that are to be removed, and remain in good condition, shall be salvaged and used as replacement brick pavers. Any questions regarding condition of bricks to be salvaged shall be directed to the Engineer. 2.02 P.C.C. BASE: A. Base will~consist of 7" PCC, Class C. Reference Section 02520 2.03 BITUMINOUS SETTING BED AND JOINT MATERIAL: A. Asphalt Cement: Conform to ASTM Design D 3381; viscosity grade A.C.10 or A.C.20. B. Fine Aggregate: Clean, hard sand with durable particles and free form adherent coating, lumps of clay, alkali salts, and organic matter; uniformly graded from "coarse" to "fine" and all passing the No. 4 sieve and meeting the gradation requirements when tested in accordance with the standard method of test for sieve for screen analysis and coarse aggregate ASTM Designation C0136-81. C. Dried fine aggregate combined with hot asphalt cement and heated to approximately 300 degrees F at an asphalt plant. D. Approximate proportion of materials will be seven (7) percent asphalt cement and ninety- three (93) percent fne aggregate. Each ton will be apportioned by weight in the approximate ration of 145 lb. asphalt to 1,855 lb. sand. E. The Contractor will determine the exact proportions to produce the best possible mixture for construction for the bituminous setting bed to meet the construction requirements. 2.04 NEOPRENE-MODIFIED ASPHALT ADHESIVE A. Mastic (asphalt adhesive): ~ - 1. Solids (base): 75+1% _- 2. Lbs./Gal.: 8-8.5Ib. 3. Solvent: Varsol (over 100 degrees F Flash). ~.. B. Base (2% Neoprene, 10% Fibers, 88% Asphalt): - 1. Melting point -ASTM D-36; 200 degrees F minimum. 2. Penetration - 77 degrees F, 100 gram load, 5 second (.1 m.m.): 23-27. 3. Ductility -ASTM D-113-44 at 25 degrees C; 5 cm/per minute: 125 cm minute. 2.05 JOINT SAND The type of sand used for joints is often called concrete sand. Sands vary regionally. Contact paver installers local to the project and confirm sand(s) successfully used in similar applications. 02515-3 A. Joint sand will be clean, non-plastic, free from deleterious or foreign matter. The sand will be natural or manufactured from crushed rock. Grading. of samples will be done according to ASTM C136. The particles will be sharp and conform to the grading requirements of ASTM C33 as shown in Table 1. Table 1 Grading Requirements for Joint Sand Sieve Size Percent Passing 3/8 in. (9.5 mm) 100 _ ' No. 4 (4.75 mm) _ 95 to 100 . No. 8 (2.36 mm) 80 to 100 ~ No. 16 (1.18 mm) 50 to 85 -. No. 30 (600 um) 25 to 60 __ No. 50 (300 um) 10 to 30 No. 100 (150 um) 2 to 10 B. Sand shall be mixed with Portland cement at a ratio of 6 parts sand to 1 part Portland Cement. PART 3 -EXECUTION 3.O1 PREPARATION FOR PA VERS PLACED ON P. C. C.: A. Inspect P.C.C. base to ensure surface is clean and built in conformance with the plans. B. Verify elevation difference between P.C.C. base and adjacent finish surface to ensure brick pavers can be installed flush with bordering pavement. C. Prime with emulsified asphalt (RS-1 or CRS-1). 3.02 PLACING BITUMINOUS SETTING BED A. Install the setting bed over the base surface, place '/4" deep control bars directly over the base. 1. If grade must be adjusted, set wood chocks under depth control bars to proper grad. Set two bars parallel to each other, approximately eleven (11) feet apart to serve as guides for striking board (12' long x 2" x 6" board). The depth of control bars must be set carefully to bring pavers, when laid, to proper grade. B. Place bituminous bed between parallel depth control bars. Pull this bed with the striking board over bars several times. 1. After each pass, low porous spots must be showered with fresh bituminous material to produce as smooth, firm and an even setting bed. 2. As soon as this initial panel is completed, advance the first bar to the next position, in readiness for striking the next panel. 3. Carefully fill up any depressions that remain after removing the depth control bars 02515-4 and wood chocks. C. The setting bed shall be rolled with a 600 pound, walk-behind, power roller to a nominal depth of/4" while still hot. The thickness will be adjusted so that when the brick pavers are placed, the top surface of the pavers will be at the required finished grade. D. After the setting bed has cooled; a coating of two (2) percent neoprene-modified asphalt adhesive shall be applied by mopping or squeegeeing or troweling over the top surface of the bituminous setting bed so as to provide a bond under the pavers. If it is troweled, the trowel shall be serrated with serrations not o exceed one-sixteenth (1/16) of an inch. 3.03 INSTALLATION OF PA VERS: A. After the modified asphalt adhesive is applied, carefully place the pavers by hand it straight courses with hand tight joints and uniform top surface. B. Good alignment must be kept and the pattern shall be as shown on the plans. C. All pavers will be cut with a masonry saw. Dust control may be required at the discretion o the Engineer. 3.04 JOINT TREATMENT: A. Hand tight joints shall be a maximum of '/4" or as spacer bars allow. B. Sweep a dry mixture of sand/cement joint fill into brick paver joints. F. Fog brick paving. 3.05 CLEAN-UP: A. Sweep excess sand/cement mixture from surfaces and remove from site. ''__ B. Remove all excess materials and debris from site. 02515-5 SECTION 02520 PORTLAND CEMENT CONCRETE PAVING PART 1 -GENERAL 1.01 SUMMARY.• A. Furnish labor, materials, tools and equipment to prepare, install, shape, trim and compact subgrades to receive Portland Cement Concrete paving. B. Furnish labor, materials, tools and equipment to form, place, reinforce, finish, joint and cure Portland Cement Concrete roadways, parking area slabs, driveways, and sidewalks at the locations and grades noted on the plans. 1.02 REFERENCES: A. IDOT Standard Specifications. 1.03 QUALITYASSURANCE: A. Use adequate numbers of skilled workers who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work in this section. B. Quality testing: - 1. Compressive Strength Tests. 2. Entrained Air. 3. Slump. 4. Density Tests of Base and Subgrade. PART2-PRODUCTS 2.01 MATERL4LS: A. Except as amended in this document, the materials in this section will .conform with the following divisions and sections of the IDOT Standard Specifications: Division 41. Construction Materials. Sections 4101 through 4122. B. Aggregate durability class for all Portland Cement Concrete paving shall be Class 3. 02520-1 PART 3 -EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 21. Earthwork, Subgrades and Subbases. Section 211 1. Granular Subbase. Division 22. Base Courses. Section 2201. Portland Cement Concrete Base. Section 2212. Base Repair. Section 2213. Base Widening. Division 23. Surface Courses. - Section 2301. Portland Cement Concrete Pavement. __ Section 2302. Portland Cement Concrete Pavement Widening. Section 2310. Bonded Portland Cement Concrete Overlay. ;'` - Section 2316. Pavement Smoothness. Division 25. Miscellaneous Construction. Section 2512. Portland Cement Concrete Curb and Gutter. Section 2515. Removal and Construction of Paved Driveways. Section 2517. Concrete Header Slab. Section 2529. Full Depth Finish Patches. Section 2530. Partial Depth Finish Patches. 3.02 CURING AND PROTECTION OF PA VEMENT: ~, A. Curing compound shall be applied immediately following finishing of the concrete, including back of curb. 3.03 ENVIRONMENTAL REQUIREMENTS: A. When concrete is being placed in cold weather and temperatures may be expected to drop below 35°F, the following requirements must be met for concrete less than 36 hours old: 24 Hour Te ~erature Forecast Covering Minimum 35-32° F One layer plastic or burlap. Minimum 31-25° F One layer plastic and one layer burlap or two layers burlap. Below 25° F Commercial insulating material approved by the Engineer. B. Concrete shall be protected from freezing temperatures until it is at least five days old. C. Concrete damaged by cold weather shall be removed and replaced at the Contractor's expense. 02520-2 D. Maximum allowable concrete temperature shall be 90° F. E. If concrete is placed when the temperature of the concrete could exceed 90° F, the Contractor shall employ effective means, such as precooling of aggregates and/or mixing water, as necessary to maintain the temperature of the concrete as it is placed below 90° F. 3.04 OPENING TO TRAFFIC: A. Opening to traffic, including Contractor's vehicles, will not be permitted until the compressive strength of 6" dia. x 12" cylinders is at least 3,000 lb. per square inch. B. All joints in the pavement shall be cleaned and sealed prior to opening the street(s) to traffic of any kind. C. Opening to traffic shall not constitute final acceptance. 3.05 COMPLETION OF WORK: A. When traffic is allowed upon the pavement, the Contractor shall begin remaining work and clean up. All streets and sidewalks shall be finished and opened to the public as soon as practicable. B. Contractor shall notify the Engineer if weather conditions make it difficult to use Class M concrete, when specified. 11 /00 shared\engineer\specs-i i\02520. doc ''.o 02520-3 SECTION 02524 CURB RAMPS PART 1 -GENERAL 1.01 SUMMARY.• A. Construct sidewalk curb ramps to meet ADA specifications. 1.02 REFERENCES: A. Americans with Disabilities Act (ADA): Accessibility Guidelines for Buildings and Facilities. B. City of Iowa City Design Standards. C. Iowa DOT ADA Curb Ramp Compliance (Alterations) - (11A-4) D. L.M. Scofield Company Tech -Data Bulletin A-104.10. E. L.M. Scofield Company Tech -Data Bulletin A-514.02. _- . F. L.M. Scofield Company Guide G-107.02. G. ASTM C309 - Liquid Membrane Forming Compounds for Curing Concrete. H. Armor-Tile Cast-In-Place Tactile/Detectable Warning Surface Tile. I. Figures section of specifications. 1.03 QUA LITYASSURANCE: A. Use adequate number of skilled workers who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of curb ramp construction. B. Slope measurements. Newly constructed curb ramps and sidewalks not meeting the slope requirements will be, at the Engineer's discretion, removed and replaced at the Contractor's expense. 1.04 SUBMITTALS: A. Comply with Section 01310. B. Comply with Section 02520. 1.05 DEL IVERY, STORAGE AND HANDLING: A. Deliver material in unopened containers with labels identifying contents attached.. 02524-1 B. Powdered materials shall be kept dry and under cover. Protect liquid material from freezing. Expired materials shall not be used. 1.06 PROJECT CONDITIONS: A. Comply with ACI requirements for cold and hot-weather concrete work. B. Pre-Installation Meeting PART2-PRODUCTS - 2.01 MATERIALS: A. Concrete: Reference Section 2520. B. Water: Fresh, clean and potable. C. Cast-In-Place Tactile/Detectable Warning Surface Tile 1. Color: Brick Red Color shall be homogeneous throughout the tile. 2. Dimensions: Length and Width: 24" x 48" nominal or width of sidewalk Depth: 1.400" +/- 5% max. Face Thickness: 0.1875 +/- 5% max. Warpage of Edge: +/- 0.5% max. 3. Vitrified Polymer Composite cast-in-place tiles shall be Armor-Tile Cast-in-Place Tactile/Detectable Warning Surface Tiles or approved equal. E. Prefabricated tiles or pavers may be submitted for approval as an alternative to stamped concrete. PART 3 -EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the Iowa DOT ADA Curb Ramp Compliance (Alterations) - (11 A-4) and the following sections of the Americans with Disabilities Act (ADA) ^ Accessibility Guidelines for Buildings and Facilities. Section 4. Accessible Elements and Spaces: Scope and Technical Re- quirements Section 14. Public Rights-of--Way 02524-2 3.02 SLOPES: A. Cross slope refers to the slope that is perpendicular to the direction of travel. Running slope refers to the slope that is parallel to the direction of travel. B. Curb ramp cross slopes should be no greater than 1:48 or 2% to a level plane. C. Curb ramp running slopes should be no greater than 1:12 or 8.33% to a level plane unless existing conditions do not permit and layout is approved by the Engineer. -Curb ramp running slope should be no less that 1:48 or 2.08% to a level plane. 3.03 PORTLAND CEMENT CONCRETE THICKNESS: A. 6-inch thick P.C.C. will be placed at all curb ramps directed to a straight section of pavement not likely to receive heavy truck overtracking, and also for 8' wide sidewalks. See project plans for specific P.C.C. thicknesses. B. 8-inch thick P.C.C. will be placed at all curb ramps located with the radius of an intersection that may be subjected to heavy truck overtracking. See project plans for specific P.C.C. thicknesses. . . C. 4-inch thick P.C.C. will begin 6 feet off back of curb adjacent to a 6 or 8-inch PC.C. section, unless otherwise specified by the Engineer. 3.04 WIDTHS: A. Curb ramps widths shall vary from 4 to 8 feet at the street back of curb and through the area of truncated domes. If necessary, transition width of ramps after truncated domes to match existing sidewalk for continuity. The minimum allowable width for curb ramps is 3 feet. Four-foot or matching widths are clear widths and do not include the flared sides or curved sides of a curb ramp. All proposed curb ramp widths other than 4 or 8 feet wide need approval by the Engineer. 3.05 CURB RAMPS CEOMETRICS: A. Different curb ramp types are shown in the plans. This project may include these or other curb ramp types not shown. Existing site conditions may require that alterations be made to proposed curb ramp design in order to provide a "best-fit". Quantity changes due to these alterations will be paid for per the unit price quoted on the Form of Proposal. B. The 6-inch curb bordering the curb ramp is considered part of the curb ramp and is accounted for in the Form of Proposal estimated quantities. 3.06 TEXTURED SURFACE: A. All sidewalk curb ramps designated by the Engineer or plan drawings shall be constructed with truncated domes conforming to ADA specifications. B. Detectable warning surfaces shall extend 24 inches in the direction of travel and the full width of the curb ramp. 02524-3 C. Detectable warning surfaces should be located so that the edge nearest the street is 6 inches minimum and 8 inches maximum from the curb line. 3.07 INSPECTION.• A. Verify that subgrade is installed according to specifications and is free of conditions that could be detrimental to performance of colored concrete. 3.08 LOCATIONS: A. Curb ramps are to be located directly across a street, alley or driveway from another existing or proposed curb ramp or sidewalk unless existing site conditions prevent this or are otherwise specified by the Engineer. 3.09 INSTALLATION: A. Concrete: Place and screed to required elevations as specified in Section 02520. . B. Apply truncated domes per manufacturer's specifications. C. Protect concrete from premature drying, excessive hot or cold temperature and damage. D. Curing Compound: Apply per manufacturer's guide for rate and method. 2/04 S:\Eng\mas[er specs\02524-with Tiles.doc 02524-4 SECTION 02700 ~ ' f, SEWERS PART 1 -GENERAL 1.01 SUMMARY.• ~ A. Construction of piping and structures for the collection and transmission of wastewater and storm water. 1.02 REFERENCES: A. Reinforced Concrete Pipe -For Sanitary and Storm Sewers 1. ASTM C76, latest edition, Standard Specification for Reinforced Concrete Culvert, Storm Drain and Sewer Pipe. 2. ASTM C443, latest edition, Standard Specification for Joints for Circular Concrete Culvert and Sewer Pipe, Using Rubber Gaskets. 3. ASTM C361, latest edition, Standard Specification for Reinforced Concrete Low- Head Pressure Pipe. B. Reinforced Concrete Arch Pipe -For Storm Sewers 1. ASTM C506, latest edition, Specification for Reinforced Concrete Arch Culvert, Storm Drain and Sewer Pipe. C. Vitrified Clay Pipe 1. ASTM C700, latest edition, Standard Specification for Vitrified-Clay Pipe, Extra Strength, Standard Strength, and Perforated. 2. ASTM C425, latest edition, Standard Specification for Compression Joints for Vitrified-Clay Pipe and Fittings. D. Ductile Iron Pipe 1. ANSUAWWA-A21.5/CI51, latest edition, Ductile-Iron Pipe, Centrifugally Cast in Metal Molds or Sand-Lined Molds, for Water or Other Liquids. 2. ANSUAWWA- A21.50/C150, latest edition, Thickness Design of Ductile-Uon Pipe. 3. ANSUAWWA-A21.53/C153, latest edition, Ductile-Iron Compact Fittings, 3 in. through 16 in., for Water and Other Liquids. 4. ANSUAWWA-A21.11/C111, latest edition, Rubber-Gasket Joints for Ductile-Iron Pipe and Gray-Iron Pressure Pipe and Fittings. 02700-1 5. ANSUAWWA-A21.4/C104, latest edition, Cement-Mortar Lining for Ductile-Iron Pipe and Fittings for Water. E. Poly Vinyl Chloride (PVC) Pipe -For Sanitary Sewer Service Lines 1. ASTM D1784, latest edition, Specification for Rigid Poly (Vinyl Chloride) (PVC) Compounds and Chlorinated Poly(Vinyl Chloride) (CPVC) Compounds 2. ASTM D2321, latest edition, Recommended Practice for Underground Installation of Flexible Thermoplastic Sewer Pipe. 3. ASTM D2729, latest edition, PVC Sewer Pipe and Fittings 4. ASTM D3034, latest edition, Standard Specification for Type PSM Poly(Vinyl Chloride) (PVC) Sewer Pipe and Fittings 5. ASTM D3212, latest edition, Specification for Joints for Drain and Sewer Plastic Pipes Using Flexible Elastomeric Seals F. PVC Truss Pipe -For Sanitary Sewers 1. ASTM D1784, latest edition, Specification for Rigid Poly (Vinyl Chloride) (PVC) Compounds and Chlorinated Poly(Vinyl Chloride) (CPVC) Compounds 2. ASTM D2321, latest edition, Recommended Practiice for Underground Installation of Flexible Thermoplastic Sewer Pipe. 3. ASTM D2680, latest edition, Standard Specification for Acrylonitrile-Butadiene- Styrene (ABS) and Poly(Vinyl Chloride) (PVC) Composite Sewer Piping 4. ASTM F477, latest edition, Specification for Elastomeric Seals (Gaskets) for Joining Plastic Pipe G. Manholes -_ 1. ASTM C478, latest edition, Standard Specification for Precast Reinforced _: Concrete Manhole Sections. H. Intake Structures 1. IDOT Standard Specifications. 2. Iowa Department of Transportation Highway Division "Standard Road Plans Manual", latest edition. 1.03 QUALITYASSURANCE: A. All products will meet or- exceed the minimum standards specified in the applicable references listed in the previous subsection. B. All suppliers of reinforced concrete pipe and manholes must be certified by the Iowa Department of Transportation. 02700-2 C. Reinforced concrete pipe shall be manufactured by such means to minimize cage twist. Pipe displaying cage twist in excess of 30 degrees, as demonstrated by the form seam, will be rejected. D. Details of gasket installation and joint assembly are subject to acceptance by the Engineer. E. All materials judged to be of poor quality will be marked by the Engineer and promptly removed from the site by the Contractor and replaced with new. F. All pipe must pass the leakage tests specified in Part 3 of this section. 1.04 SUBMITTALS: A. Concrete Pipe: Submit current Iowa Department of Transportation certification. B. Vitrified-Clay Pipe: Submit shop drawings of gasket installation and joint assembly. C. Shoring: Submit plans for all shoring, excluding trench boxes, certified by a professional engineer registered in the State of Iowa. This submittal will not be reviewed for strµctural adequacy by the City. _ PART 2 -PRODUCTS 2.01 MATERIALS: A. Reinforced Concrete Pipe -For Sanitary and Storm Sewers 1. Joints: All joints will be confined O-ring gasket meeting ASTM;C443 or ASTM C361, as specified. All pipe 36-inch diameter and smaller will have bell and'spigot joints. Pipe larger than 36-inch diameter may have tongue and groove joints. 2. Wall Thickness: Minimum wall thickness will be B-wall as defined in ASTM C76 or Class C25 as defined in ASTM C361. 3. Pipe Strength: Pipe strength shall be as specified on the plans. If not specified, the minimum pipe strength shall be Class III as defined in ASTM C76 or as defined in ASTM C361. 4. Pipe Markings: All pipe shall be marked with the date of manufacture and ASTM class. If quadrant reinforcement is used, the top shall be marked on the outside of the pipe. 5. Lift holes are not allowed. 6. Minimum Bedding - Type B per ASTM C 12 with compacted granular material to the springline of the pipe. B. Reinforced Concrete Pipe -For Storm Sewers 1. Joints a. Circular pipe: All joints will be confined O-ring or profile gasket meeting ASTM C443. All pipe 36-inch diameter and smaller will have bell and spigot joints. Pipe larger than 36-inch diameter may have tongue and 02700-3 groove joints. b. Arch pipe: All joints will be sealed with mastic butyl rubber-based sealant meeting "the requirements of AASHTO M 198-75, Type "B". Wrap exterior of each joint with engineering fabric. 2. Wall Thickness a. Circular pipe: Minimum wall thickness will be B-wall as defined in ASTM C76. b. Arch pipe: Minimum wall thickness as defined for in ASTM C506. 3. Pipe Strength a. Circular pipe: Pipe strength shall. be as specified on the plans. If not specified, the minimum pipe strength shall be Class III as defined in ASTM C76. b. Arch pipe: Pipe strength shall be as specified on the plans. If not specified, the minimum pipe strength shall be Class III A as defined in ASTM C506. 4. Pipe Markings: All pipe shall be marked with the date of manufacture and ASTM class. If quadrant reinforcement is used, the top shall be marked on the outside of the pipe. 5.. Lift holes are not allowed. 6. Minimum Bedding - Type B per ASTM C 12 with compacted granular material to the springline of the pipe. C. Vitrified Clay Pipe 1. Joints: Shop drawing of gasket installation and joint assembly, subject to approval of the Engineer. 2. All pipe shall be "extra strength" as defined by ASTM C700. 3. Minimum Bedding - Type B per ASTM C 12 with compacted granular material to the springline of the pipe. D. Ductile Iron Pipe 1. Joints: Use push on joints unless otherwise specified on the plans. 2. Thickness: Unless otherwise indicated or specified, use Class 52. 3. Lining and Coating: a. Inside of pipe and fittings: Double thickness cement lining and bituminous seal coat conforming to ANSI A21.4. b. Outside of pipe and fittings: Standard bituminous coating conforming to 02700-4 appropriate ANSI. 4. Minimum Bedding -Type 5 per ANSUAWWA CI50/A21.50 with compacted granular material to the springline of the pipe. E. PVC Truss Pipe -For Sanitary Sewers 1. All PVC truss pipe shall be made of PVC compound having a minimum cell classification of 12454 as defined in ASTM D1784. 2. Joints: Gaskets shall comply with all requirements in ASTM F477 and F913. Joint shall meet the requirements of ASTM D 2680 and ASTM D3212. 3. Pipe shall have a minimum pipe stiffness of 200 psi at 5% deflection. 4. Minimum Bedding -Crushed stone encasement to the top of the pipe.;, The minimum bedding depth shall be as specified on the plans. If not specified the minimum bedding depth shall be 4" below the pipe. F. Poly Vinyl Chloride (PVC) Pipe -For Sanitary Sewer Service Lines 1. All PVC pipe shall be manufactured in accordance with ASTM D3034. - 2. Joints: ASTM D3212 gasketed. 3. All 4" and 6" services shall be SDR 23.5. 4. Minimum Bedding -Crushed stone encasement to 6" above pipe. The minimum bedding depth shall be as specified on the plans. If not specified, the minimum bedding depth shall be 4" below the pipe. G. Corrugated Plastic Pipe for Subsurface Drainage 1. Corrugated PVC with a smooth interior wall shall meet the standards of ASTM F949 and be constructed of resins meeting the requirements of ASTM D1784, cell class 12454B. 2. Corrugated HDPE with a smooth interior wall shall meet the standards of AASHTO M-252 and M-294. 3. Minimum Bedding - Drainable stone encasement to 6" above pipe. H. Manholes 1. Joints: All joints will be confined O-ring or profile gasket meeting ASTM C443. 2. No lift holes through the entire wall. 3. Mark date of manufacture. 4. Inverts: Precast and cast-in-place inverts must provide a channel at least one-half the depth of the pipe and match the full cross-sectional area of the pipe. All junctions and changes in directions of inverts shall be smooth and rounded to the 02700-5 maximum extent possible to supplement flow through the manholes. 5. All manholes are 4-foot diameter unless noted otherwise. 6. Manhole frame and lid to be Neenah R-1642, self-sealing, or approved equal. If in paved area, casting shall also be non-rocking. 7. Manholes in paving shall have an interior Cretex chimney seal (or approved equal) that spans from the casting to the cone section. I. Bedding: 1. Granular bedding material shall consist of porous backfill material, IDOT Standard Specification Section 4131 and Section 4109, Gradation No. 29. PART 3 -EXECUTION 3.01 INSTALLATION OF PIPE: A. Inspect before installation. Remove and replace defective sections. B. Alignment and Grade 1. Install to line and grade indicated on plans using laser and check elevation as required to maintain grade. 2. Driving down to grade by striking or with excessive force from excavating equipment is not allowed. 3. Blocking the pipe to grade with wood, stones or other materials is not allowed. C. Bedding 1. Support on compacted granular bedding material using the type of bedding specified on the plans. If no bedding is specified, use the minimum bedding specified in Part 2 of these specifications. 2. Place bedding material to ensure that there are no voids under or alongside the length of the pipe. Slice with shovel to remove voids. Compact with pneumatic equipment. 3. Hand shape bell holes so that only pipe barrel receives bearing pressure. D. Connections 1. A-LOK shall be used for all sanitary sewer connections to manholes unless approved by the Engineer. 2. Subdrains shall be connected to storm sewer intakes and manholes using IDOT standard intake outlet detail RF-19C. CMP outlet shall be used unless approved by the Engineer. 02700-6 E. Jointing 1. Clean and lubricate all joints prior to assembly. ;._.. 2. Join per manufacturer's recommendations. 3. Suitable couplings shall be used for jointing dissimilar materials. F. Backftll as specified in Section 02220. G. Clean pipeline upon completion. H. Tolerances 1. Any deviation in a sewer pipes section more than 1/8 inch per foot of pipe diameter from the horizontal or vertical alignment, as established by the Engineer, will not be allowed; and all sewer laid incorrectly, as determined by the Engineer, must be relaid at the Contractor's expense. This tolerance in grade will be allowed only if the sewer is designed at a slope sufficient to prevent backfall when its limits are reached. Under no condition will a sewer be accepted when one or more pipe lengths have been installed without "fall". 2. The completed sewer must be laid so nearly in a perfect line that an ordinary electric lantern held at center of the sewer at a manhole may be wholly visible to the eye at the level of the sewer at the next manhole. 3. Sags and' reverse slope on gravity pipe is prohibited. Remove and relay pipe to proper grade. 3.02 TESTING OF PIPE: A. Lamp all pipe to visually inspect for defects and debris. B. Leakage Tests: Perform leakage tests on all sanitary sewers as follows: 1. Perform after completion of backfall. 2. Perform after groundwater has returned to normal level. 3. Furnish test plugs, water pumps, appurtenances, and labor. Install bulkheads for testing and weirs for measurement as necessary. Groundwater elevation from observation wells or excavations are subject to acceptance by the Engineer. a. If groundwater is more than two foot above top of pipe at upper end, conduct infiltration or low-pressure air tests. If maximum pressure exerted by groundwater is greater than 4 prig, conduct infiltration test. b. If groundwater is less than two foot above top of pipe at upper end, conduct exfiltration or low-pressure air tests. c. If pipe is larger than 27-inch, air test is not allowed. 4. Exfiltration or infiltration test performed on sections of approved length (maximum 02700-7 '/z-mile for sewers) and before connection to buildings. Low-pressure air tests performed on manhole-to-manhole sections of pipeline. 5. Low-pressure air test: a. Equipment (1) Designed for testing sewers using low-pressure air. (2) Provide air regulator or safety valve so air pressure does not exceed 8 psig. (3) All air through single control panel. b. Procedure (1) Perform from manhole-to-manhole after backfill. (2) Place pneumatic plugs: (a) sealing length: equal to or greater than pipe diameter, (b) capable of resisting internal test pressure without external bracing or blocking. (3) Introduce low-pressure air into sealed line and achieve internal air pressure 4 psig greater than maximum pressure exerted by groundwater above pipe invert. (4) Limit internal pressure in sealed line below 8 psig. (5) Allow two minutes minimum for air pressure to stabilize. Disconnect low-pressure air hose from control panel. (6) Acceptable Test Result: (a) Minimum time for pressure to drop from 3.5 to 2.5 psig greater than maximum pressure exerted by ground water above pipe invert. Pipe diameter Time in in inches Minutes 4 2.0 ~: 6 3.0 g 4.0 _- 10 5.0 12 5.5 15 7.5 ..` 18 8.5 - 21 10.0 - 24 11.5 27 13.0 (b) Minimum allowable time for sewers with more than one 02700=8 size of pipe: based on largest diameter reduced by 0.5 min. (c) If groundwater level at time of testing is above the sewer, air pressure shall be increased 0.43 psig for each foot the groundwater is above the flow line of the pipe. c. If pressure drop exceeds 1.0 psig during the test period, the test shall be considered to have failed. Locate and repair leaks and retest as requ~}red. 6. Infiltration Test a. Dewater and conduct test for at least 24 hours. -- b. Locate and repair leaks, and retest as required. ; :~ - c. Allowable infiltration, including manholes, fittings, and connections: maximum 200 gallons per inch diameter per mile per 24 hours. 7. Exfiltration Test a. Subject sewers to internal pressure by: (1) plugging the inlet of the upstream and downstream manholes, (2) filling sewer and upstream manhole with clean water until the water elevation in the manhole is two feet above top of sewer, or two feet above the existing ground water in the trench, whichever is the higher elevation. b. Use suitable ties, braces, and wedges to secure stoppers against leakage from test pressure, where conditions between manholes may result in test pressure causing leakage. c. Rate of leakage from sewer: Determined by the amount of water required to maintain the initial water elevation for one hour from the start of the test. d. Allowable exfiltration same as allowable infiltration. If the average head above the section being tested exceeds two feet above top of pipe, then the allowable exfiltration can be increased by 5% for each additional foot of head. e. Modification to this test only as approved by the Engineer. f. Locate and repair leaks and retest as required. C. Deflection Tests: Perform deflection tests on all PVC truss sewers as follows: 1. The mandrel (go/no-go) device shall be cylindrical in shape and constructed with nine (9) evenly spaced arms or prongs. The mandrel dimension shall be 95% of the flexible pipe's published ASTM average inside diameter. Allowances for pipe wall thickness or ovality (from shipment, heat, shipping loads, poor production, etc.) shall not be deducted from the ASTM average inside diameter, but shall be counted as part of the 5% allowance. The contact length of the mandrel's arms shall equal or exceed the nominal diameter of the sewer to be inspected. Critical mandrel 02700-9 dimensions shall carry a tolerance off .001 ". Proving rings shall be available. 2. The mandrel inspection shall be conducted no earlier than 30 days after reaching final trench backfill grade provided, in the opinion of the Engineer, sufficient water densification or rainfall has occurred to thoroughly settle the soil throughout the entire trench depth. Short-term (tested 30 days after installation) deflection shall not exceed 5% of the pipe's average inside diameter. The mandrel shall be hand pulled by the Contractor through all sewer lines. Any sections of the sewer not passing the mandrel test shall be uncovered and the Contractor shall replace and recompact the embedment backfill material to the satisfaction of the Engineer. These repaired sections shall be retested with the go/no-go mandrel until passing. 3. The Engineer shall be responsible for approving the mandrel. Proving rings may be used to assist in this. Drawings of the mandrel with complete dimensioning shall be furnished by the Contractor to the Engineer for each diameter and type of flexible pipe. 3.03 3.04 CONSTRUCTION AND INSTALLATION OF MANHOLES, MANHOLE BOXES AND INTAKE STRUCTURES: A. Set bases true to line and elevation on minimum six-inch granular backfill material. B. Install O-ring or profile gasket in joints between sections conforming to manufacturer's standard. C. Cast in place inverts must provide a channel at least one-half the depth of the pipe and match the full cross-sectional area of the pipe. All junctions and changes in direction shall be smooth and rounded to the maximum extent possible to supplement flow through the structure. D. Plug holes for handling with mortar. E. Lay grading rings in full bed and joint of mortar without subsequent grouting, flushing or filling; bond thoroughly. F. Set frames with top conforming to finished ground or pavement surface as indicated and directed. Grading rings plus the frame height shall not exceed 24 inches. G. Set frames in full bed of RAM-NEK or equal to fill and make watertight space between masonry top and bottom flange of frame. ~. H. Backfill as specified in Section 02220. I. Clean manhole upon completion. J. Inspect for visible leaks after groundwater has returned to normal level. Relair leaks: MAINTENANCE OF FLOW.• A. Storm Sewers: At the end of each working day, the Contractor shall reestablish the full capacity of any drainage system affected by construction. Diversion of storm water into the sanitary sewer system is not allowed. 02700-10 B. Sanitary Sewers: The Contractor shall at all times maintain full capacity in the sanitary sewer system and protect the system from storm water. C. If pumps are used for the diversion of flow, the Contractor shall have astand-by pump readily at hand. The Contractor shall provide the Police Department and the Supervisor of the Iowa City Wastewater Treatment Plant with phone numbers where the responsible person may be reached 24 hours a day to make immediate repairs and/or replacement in .case of diversion system failure. Diversion of sanitary sewage to storm sewers or waterways is not allowed. 3.05 CONFLICTS A. Provide temporary support for existing water, gas, telephone, power or other utilifiies or services that cross the trench. - B. Compact backfill under the existing utility crossing as specified in Section 02200. C. Separate gravity sewers from water mains by horizontal distance of at least ~ 0 feet unless: 1. Top of sewer is at least I8 inches below the bottom of the water main. 2. Sewer is placed in separate trench or in same trench on bench of undisturbed earth with at least three feet separation form the water main. D. Use water main materials for gravity sewers with less than 10 feet of horizontal distance and top of the sewer less than 18 inches below the bottom of the water main; maintain a linear separation of at least two feet. E. Where gravity sewer crosses over water main or service or where the top of sewer is less than I8 inches below the bottom of the water main or service, the following requirements shall apply: The sewer may not be placed closer than 6 inches below a water main or 18 inches above a water main. The separation distance shall be the maximum feasible in all cases. 2. Use 20-foot length of water main material as specified for gravity sewer centered on the water main. Both joints shall be located as far from the water main as possible. 3. The sewer and the water main must be adequately supported and have watertight joints. 4. Bac~cfill trench with low permeability soil for the 20-foot length centered on the crossing. F. Sanitary sewer force mains and water mains shall be separated by a horizontal distance of at least 10 feet unless: 1. The force main is constructed of water main material meeting a minimum pressure rating of 200 psi. 2. The force main is laid at least four linear feet from the water main. 06/03 shared\engi neer\specs-ii\02 700. doc 02700-11 r. SECTION 02900 LANDSCAPING - PART 1 -GENERAL 1.01 SUMMARY.• A. Plantings (trees, shrubs, seed and sod), including soil preparation, finish grading, landscape accessories and maintenance. 1.02 QUALITYASSURANCE: A. The fitness of all plantings shall be determined by the Engineer and/or the City Forester with the following requirements: L Nomenclature: Scientific and common names shall be in conformity with U.S.D.A. listings and those of established nursery supplies. 2. Standards: All trees must conform to the standards established by the American Association of Nurserymen. B. The Contractor shall repair or replace all plantings which, in the judgment of the Engineer and/or City ,Forester, have not survived and grown in a satisfactory manner for a period of one year after City Council acceptance of the project. 1.03 SUBMITTALS: A. Certify that all plantings are free of disease and insect pests. Certificates shall be submitted to the Engineer and/or City Forester. B. Submit certification of seed mixtures, purity, germinating value, and crop year identification to the Engineer. 1.04 DELIVERY, STORAGE AND HANDLING: A. Protect all plantings in transit to site to prevent wind burning of foliage. B. Set all balled and burlapped trees and shrubs, which cannot be planted immediately, on ground and protect with soil, wet peat moss or other acceptable material, and water as required by weather conditions. C. Keep container grown trees and shrubs, which cannot be planted immediately, moist by adequate watering. Water before planting. 02900-1 PART 2 -PRODUCTS 2.01 TREES AND SHRUBS: A. Trees and shrubs shall be vigorous, healthy, well-formed, with dense, fibrous and large root systems and free of insect or mechanical damage. B. All trees and shrubs, except those specified as container grown, shall be balled in burlap with root ball formed of firm earth from original and undisturbed soil. At a minimum, 80% of all plantable containers shall be removed during planting. C. All trees shall display the following form and branching habits: 1. Free of branches to a point at 50% of their height. 2. Contain a minimum of six (6) well placed branches, not including the leader. D. Trees shall be measured when branches are in their normal position. Caliper measurement shall be taken at a point on the trunk six inches (6") above ground. E. Trees which have no leader or have a damaged or crooked leader, or multiple leaders, unless specified, will be rejected. Trees shall be freshly dug. 2.02 SEED: Minimum Proportion Lbs./ Lbs./ Mix by Weight Acre 1,000 sq.ft. URBAN MIX* Kentucky Blue Grass Perennial Rygrass (fine leaf variety) Creeping Red Fescue RURAL MIX* Kentucky 31 Fescue Switchgrass (Black Well) Alfalfa (Northern Grown) Birdsfoot Trefoil (Empire) Alsike Clover 70% 122.0 2.80 10% 18.0 0,40 20% 35.0 0.80 ''' 54% 25 0.57 17% 8 0.18 11% 5 O:1T 9% 4 0.09 9% 4 -' 0.09 *A commercial mix may be used upon approval of the Engineer if it contains a high percentage of similar grasses. 2.03 SOD: A. Grass and sod established, nursery grown Kentucky or Merion Bluegrass sod, vigorous, well rooted, healthy turf, free from disease, insect pests, weeds and other grasses, stones, and any other harmful or deleterious matter. B. Sod harvested by machine at uniform soil thickness of approximately one inch but not less than 3/4 of an inch. Measurement for thickness excludes top growth and thatch. Prevent tearing, breaking, drying or any other damage. 02900-2 2.04 LIME AND FERTILIZER: A. Ground agriculture limestone containing not less than 85 percent of total carbonates. B. Fertilizer shall contain the following percentages by weight or as approved by Engineer: Nitrogen* - 15% Phosphorus - 15% Potash - 15% *At least 50 percent of nitrogen derived from natural organic sources of ureaform. PART 3 -EXECUTION 3.01 PLANTING TREES AND SHRUBS: A B. C. D. E. F Planting Season and Completion Date: 1. Trees: Spring -March 30 through May 15 Fall -Sept. 18 through Nov. 18 2. The Contractor may plant outside the limits of such dates with permission of the City Forester. The City Forester may stop or postpone planting during these dates if weather conditions are such that plant materials may be adversely affected. The planting shall be performed by personnel familiar with the accepted procedures of planting and under the constant supervision of a qualified planting supervisor. Tree and shrub placement shall be as shown on the plans. Contractor shall inform the City Forester of the starting date and location. All planting soil must be approved by the City Forester before use. Excavate with vertical sides and in accordance with following requirements: 1. Excavate tree pits to a minimum of two feet greater in diameter than root ball of tree and sufficiently deep to allow for a minimum of 6 inches of planting soil mixture below root ball. 2. Plant shrubs in pits 12 inches greater in width than diameter of root ball or container and sufficiently deep to allow for a minimum of 6 inches of planting soil mixture below root ball. 3. Do not use auger to excavate planting pits. Set trees and shrubs in center of pits, align with planting plan, plumb and straight and at elevation where top of root ball is one inch lower than surrounding finished grade after settlement. G. Compact topsoil mixture thoroughly around base of root ball to fill all voids. Cut all burlap and lacing and remove from top one-third of root ball. Do not pull burlap from under any root ball. Backfill tree and shrub pits halfway with planting soil mixture and thoroughly puddle before further backfilling tree or shrub pit. Water tree or shrub again when backfill operation is complete. 02900-3 H. Rake bed area smooth and neat. Mulch all tree pits and shrub beds with a minimum of three inches of hardwood mulch which has been approved by the City Forester. 3.02 PLANTING SOIL MIXTURE: A. Backfill material for plantings shall be a mixture of 2/3 loose friable topsoil and 1/3 clean sand. All backfill shall have a uniform appearance and shall be loose, friable, and free of hard clods and rock over two inches in diameter. 3.03 SEED, FERTILIZE, LIME AND MULCH: A. Apply lime by mechanical means at rate of 3,000 pounds per acre. B. Apply fertilizer at rate of 450 pounds per acre. C. Seed Areas: 1. Remove weeds or replace loam and reestablish finish grades if. any delays in seeding lawn areas allow weeds to grow on surface or loam is washed out prior to sowing seed. This work will be at the Contractor's expense. 2. Sow seed at rate of 175 pounds per acre on calm day, by mechanical means. Sow one-half of seed in one direction, and other one-half at right angles to original direction. 3. Rake seed lightly into loam to depth of not more than '/4-inch and compact by means of an acceptable lawn roller weighing 100 to 150 pounds per linear foot of width. 4. Hydro-seeding may be used upon approval of the Engineer. D. Water lawn area adequately at time of sowing and daily thereafter with fine spray until germination, and continue as necessary throughout maintenance and protection period. E. Seed during approximate time periods of April 1 to May 15 and August 15 to September 15, and only when weather and soil conditions are suitable for such work, unless otherwise directed by the Engineer. F. All areas requiring mulch shall be mulched as soon as seed is sown and final rolling is completed. Mulch shall be evenly and uniformly distributed and anchored into the soil. The application rate for reasonably dry material shall be approximately 1'/Z tons of dry cereal straw, two tons of wood excelsior, or two tons of prairie hay per acre, or other approved material, depending on the type of material furnished. All accessible mulched areas shall be consolidated by tilling with a mulch stabilizer, and slope areas shall be tilled on the contour. Crawler-type or dual-wheel tractors shall be used for the mulching operation. Equipment shall be operated in a manner to minimize displacement of the soil and disturbance of the design cross section. G. Apply additional care as necessary to ensure a hearty stand of grass at the end of the one- year maintenance period. 3.04 SOD: A. Install sod not more than 48 hours after cutting. Stake all sod as necessary to prevent erosion before establishment. B. Apply lime by mechanical means at a rate of 3,000 pounds per acre. 02900-4 C. Apply fertilizer at a rate of 450 pound per acre. D. Remove weeds or replace loam and reestablish finish grades if there are any delays in sodding. E. Rake area to be sodded. F. Roll sod to establish smooth, uniform surface. G. Water area adequately at time of sodding and continue as necessary throughout maintenance period. H. Sod during approximate time periods of April 1 to May I S and August I S to October 15, and only when weather and soil conditions are suitable for such work, unless otherwise directed by the Engineer. I. Apply additional care as necessary to ensure a hearty stand of grass at the end of the one- year maintenance period. 3.05 MAINTENANCE -ALL PLANTINGS: A. Begin maintenance immediately and continue maintenance until final acceptance of work. Water, mulch, weed, prune, spray, fertilize, cultivate and otherwise maintain and protect all plantings. B. Maintain sod and seed areas at maximum height of 2'/2 inches by mowing at least three times. Weed thoroughly once and maintain until time of final acceptance. Reseed and refertilize with original mixtures, watering, or whatever is necessary to establish, over entire area, a close stand of grasses specified, and reasonably free of weeds and undesirable grasses. C. Reset settled trees and shrubs to proper grade and position, and remove dead material. D. All plantings shall be guaranteed for a period of one year after by City Council acceptance of the project. E. The Contractor shall supply all water for planting and maintenance. Water may be obtained at the Contractor's expense at the bulk water fill station located at 1200 S. Riverside Drive. All water must be paid for in advance at the Civic Center, 410 E. Washington Street. 11 /00 ~ ` shared\e ngineer\specs-i i\02900. doc t.1 . 02900-5 SECTION 16570 TRAFFIC SIGNALIZATION PART 1 -GENERAL 1.01 - SECTION INCL UDES A. Electrical B. Conduit C. Concrete Bases and Handholes D. Poles E. Signals F. Mast Arms C._.,: G. Controller H. Fiber Optic Cable ' I. Video Traffic Detection System 1.02 - DESCRIPTION OF WORK A. Electrical This item includes furnishing and installing all electrical components in accordance with the Contract Documents. B. Conduit .This item includes furnishing and installing conduit fittings associated with traffic signals in accordance with the Contract Documents. C. Concrete Bases and Handholes This item includes furnishing and installing bases and handholes associated with traffic signals in accordance with the Contract Documents. D. Poles This item includes furnishing and installing the poles associated with traffic signals in accordance with the Contract Documents. E. Signals This item includes furnishing and installing the signals in accordance with the Contract Documents. F. Mast Arms This item includes furnishing and installing the Mast Arms in accordance with the Contract Documents. G. Controller This item includes furnishing and installing controllers in accordance with the Contract Documents. H. Fiber Optic Cable This item includes installation, termination, and testing fibers. I. 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. 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 Specification. 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. 16570-2 C. Remove and dispose of unacceptable materials from the site in accordance with the Contract Documents. 1.05 - SCHED ULING AND CONFLICTS A. Schedule Work to minimize disruption of public streets and facilities. B. Discontinue Work which will be affected by any conflicts discovered or any changes needed to accommodate unknown or changed conditions and notify the ENGINEER. - - ' 1.06 - SPECL4L 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. PART 2 -PRODUCTS 2.01- ELECTRICAL A. Service Conductor (Power Cable) shall be 600 volt, single conductor cable shall comply with 4185.12 of the Standard Specifications and shall be U.L. listed for type "USE." The sheath shall be black for the positive cable and white for the negative cables. B. Signal cable shall be solid and conform to the requirements of IMSA 19-1 or 20-1, or latest revision thereof. The number and size of conductors shall be as specified on the plans. C. Loop detector lead-in cable shall conform to the requirements of IMSA 50-2, -latest revision thereof. D. Detector loop wire shall conform to the requirements of IMSA 51-5, latest revision thereof. The encasing tube shall be polyvinyl chloride. Detector loop sealant in pavement saw cuts and holes shall be a flexible embedding sealer. E. Connectors shall be either insulated spring steel connectors or insulated set screw connectors. The spring shall have sharp edges, round edges will not be approved. The set screw connectors shall be approved by the ENGINEER. 16570-3 Connectors shall be approved by the ENGINEER prior to incorporation in the Work. F. Communication and Interconnect Cable (For Underground Installation) 1. Pairs. There shall be six pairs of conductor. 2. Conductors. The conductors shall be of No. 22AWG solid annealed copper. 3. Insulation. The insulation shall be high-density polyethylene or polypropylene. 4. Color Code. The color code used to identify the individual conductors and pairs shall be the Standard Telephone Paired Color Code. 5. Twining. Individual conductors shall be twisted into pairs with varying lays to minimize crosstalk and with specified color combinations to provide pair identification. All pairs shall meet electrical requirements. 6. Cable Assembly. All pairs shall be assembled in a single group, and packed with a petroleum jelly like compound. 7. Core Covering. The core shall be covered with a nonhydroscopic dielectric tape. 8. Shield. The core and core covering shall be completely surrounded by an electrically continuous, corrugated, .008 inch thick, polyolefin coated, aluminum tape, applied longitudinally with overlapped edges. 9. Jacket. The overall jacket shall be made of virgin, black, low density, high molecular weight polyethylene. 10. Electrical Characteristics a. Capacitance Unbalance a. Pair to Pair 100pF/kft b. Pair to Ground 800pF/kft b. High Voltage Test. d-c Voltage for 3 seconds. a. Conductor-to-conductor 3600V b. Conductor-to-shield 10,000V c. d-c Conductor Resistance @ 20 deg. C 17.4 Ohms/kft Maximum d. Resistance Unbalance a. Maximum Average 1.5% e. Maximum Individua14.0% f. Mutual Capacitance Deviation 16570-4 g. Maximum rms 3.0% h. Average Mutual Capacitance 83_+7 nF/mile i. Far End Crosstalk loss 150kHZ @ 20 deg.C. j. rms Minimum 73 dB/kft a. Minimum Individual 63 dB/kft k. Minimum Insulation Resistance @ 20 deg.C. . , I. 10,000 Megohm-Mile G. Self-Supporting (Figure 8) Communication Cable 1. Self-Supporting (Figure 8) communication cable shall meet all requirements of Paragraph 2.01 F for communication and interconnect cable except that the cable assembly is not required to be packed with petroleum jelly. 2. Self-Supporting (Figure 8) communication cable shall contain a messenger cable made of extra high strength, '/4 inch, 7 strand, Class A galvanized, steel of 6600 pound breaking strength. H. Tracer wire shall be a #10 AWG wire single conductor, stranded copper, Type THHN, with UL approval and orange jacket. 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 specified. Ground rods shall conform to the requirements of IMSA specification No. 62-1956. J. All ground wires shall be #6 AWG, bare, solid annealed copper wire unless otherwise specified on the plans. K. All electrical equipment shall conform to the standards of the National Electrical Manufacturers Association (NEMA). All Work shall conform with the requirements of the National Electrical Code. All miscellaneous electrical equipment shall be approved. L. Circuit breakers shall conform to manufacturer's requirements. M. Video Traffic Detection System: 1. Video detection units shall be Autoscope brand Solo Pro II with mini-hub. CONTRACTOR shall supply and install the system per the manufacturer's specifications and instructions. The completed installation shall be fully functioning traffic vehicle detection system for a NEMA traffic signal controller including cameras, hub, wiring, mounting brackets, hardware, software, and any other materials necessary to operate and maintain the video detection system. 16570-5 2.02 -CONDUIT A. Galvanized rigid steel conduit (R.S.) shall meet the requirements of ANSI Standard Specification C 80.1, latest revision. The number and size of conduits shall be as called for on the plans. Conduit shall be of standard length with each length bearing the UL approved label. B. Polyvinyl Chloride (PVC) conduit shall be Schedule 80. Conduit shall be of standard length with each length bearing the UL approved label. C. Conduit fittings shall conform to the requirements of ANSI Standard 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. D. HDPE Innerduct conduit may be substituted for galvanized rigid steel conduit. Innerduct shall conform to ASTM F2160, DR 9, made with prime resins for conduit. Refer to specifications section 16571 for HDPE conduit materials, couplers, installation and other information. E. Rigid steel conduit couplers shall be threaded-type. 2.03 -CONCRETE BASES AND HANDOLES A. Concrete for bases shall be Class "C" .structural concrete, C-4 mix. B. Reinforcement for bases shall meet the requirements of Section 2404 of the IDOT Standard Specifications for Highway and Bridge Construction, Current Series. C. Plastic loop handholes shall, be Pencell PE-10. FiberProTek FC1800, Strongwell(Quazite) PT/LT, or an approved equal.. D. Handholes shall be placed on course aggregate base, Iowa DOT Specification 4109, Gradation No. 5. E. Lid for handhole shall be cast-iron. Cover shall be Type `C' (checkered top), with minimum weight 165 pounds. Manufacturer's name and "TRAFFIC SIGNALS" lettering shall be cast on top of the cover F. Precast concrete pipe used in constructing handhole shall be Type 2000-D. G. Handhole cable hooks shall be galvanized according to ASTM A 153. 2.04 -POLE AND MAST ARM ASSEMBL Y A. General The mast arms, support poles, and luminaire arms shall be tapered, round steel poles of the anchor base type. Mast arms shall be continuous to 50' in length. Vertical pole configuration for combination poles shall provide for two piece combination pole with internal tapped plate connection to allow for addition or removal of luminaire pole extension. The poles and mast arms shall be fabricated from low carbon (maximum carbon 0.30%) steel of U.S. Standard gauge. After manufacture, poles and mast arms shall have minimum yield strength of 55,000 p.s.i. 16570-6 2. The base and flange plates shall be of structural steel conforming to AASHTO M 183 (ASTM A36) and cast steel conforming to ASTM A27, Grade 65-35 or better. It shall not be permissible to fabricate poles and mast arms by welding two sections together. B. Welding and fabrication shall conform to the structural welding code AWS D1-180, as modified by AASHTO 1981 Standard Specifications for Welding for Structural Steel Highway Bridges. Longitudinal butt welds shall have a minimum of 80 percent penetration for plates over 3/8 inch in thickness. Personnel performing nondestructive testing shall be qualified in accordance with the American Society for Nondestructive Testing Recommended Practice No. SNT-TC-IA and applicable Supplements B (Magnetic Particle) and C (Ultrasonic). Evidence shall be presented for approval of the Jurisdictional Engineer, concerning their qualifications. A report shall be required showing that welds have been inspected and either found unsatisfactory or found unsatisfactorily but repaired and reinspected and found satisfactory. The cost of all nondestructive testing shall be paid by the Contractor and will be considered incidental to other items in the contract. Welding, fabrication, and inspection shall conform to the Iowa Department of Transportation Supplemental Specification for Structural Steel , A separate Specification. Personnel performing nondestructive testing shall be qualified in accordance with the American Society for Nondestructive Testing Recommended Practice No. SNT-TC-IA and applicable Supplements B (Magnetic Particle) and C (Ultrasonic). Evidence shall be presented for approval of the ENGNIEER, concerning their qualifications. A report shall be required showing that welds have been inspected and either found unsatisfactory or found unsatisfactorily but repaired and reinspected and found satisfactory. The cost of all nondestructive testing shall be paid by the Contractor and will be considered incidental to other items in the contract. C. Pole manufacturers shall certify that only certified welding operators in accordance with Iowa Department 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 D. Mast Arms E. Poles 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 mph plus a 1.3 gust factor without failure. The length of the mast arms shall. be as specified on the Schedule of Prices. 2. When loaded with the signals and signs the mast arms shall have a slight rise. Unloaded the maximum angle between the mast arm and horizontal shall be 4 degrees, unless approved by the ENGINEER. 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 15.5 feet and a maximum of 19.0 feet clearance from the street surface to the bottom of the signal heads or signs. 16570-7 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 #6 AWG grounding wire. F. Signal Pole and Mast Arm 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, two 24"x30" sign centered 2 ft. inboard, 3-section head 12 ft. inboard, 24"x30" sign centered 14 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. b. Maximum Loading for Arms greater than 47 Feet Long 5-section head on end, 24"x30" sign centered 2 ft. inboard, 3-section head 12 ft. inboard, 24"x30" sign centered 14 ft. inboard, 3-section head 24 -ft. inboard, 3- section head 36 ft. inboard, 24"x30" sign centered 38 ft. inboard, X18"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. G. Pole and Mast Arm Mounted Signs 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 current edition of 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. 2. Sign mounting may be either a manufactured mounting bracket from a vendor or support bracketry assembled by the CONTRACTOR. All steel support bracketry shall be galvanized and the banding shall be stainless steel. Either method shall hold the sign firmly in place in winds up to 100 mph. Sign mounting accessories shall be given one (1) coat of primer and two (2) coats ofhigh-quality black enamel. 3. 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. 4. A J-hook wire support shall be provided 6" to ] 2" above and 90 degrees with respect to the opening for each mast arm and luminaire arm. The J-hook shall be a curved 3/8" diameter steel bar. 5. The poles and mast arms shall be powder coated over galvanized steel per the following: 16570-8 a. Surface Preparation b. Steel plates shall be blast cleaned as necessary to remove rolled-in mill scale, impurities, and non-metallic foreign materials. After assembly; all weld flux shall be removed. The iron or steel shall be degreased by immersion in caustic solution, pickled by immersion in sulfuric acid, and rinsed clean from any residual effects of the caustic or acid solutions by immersion in a fresh water bath. Final preparation shall be done by immersion in a concentrated zinc ammonium chloride flux solution with an acidity maintained between 4.5-5.0 pH. The assembly shall then be air dried to remove any moisture remaining in the flux coat and/or trapped within the product. c. Zinc Coating All assemblies shall be hot-dipped galvanized to the requirements of either ASTM A 123 (fabricated products) or ASTM A 153 (hardware items) by immersion in a molten bath of oprime western grade zinc maintained between 810-850 degrees Fahrenheit. Maximum aluminum content fo the path shall be controlled to 0.01% and Flux ash shall be skimmed from the bath surface prior to immersion and extraction fo the assemblies of assure a debris free coatin . d. 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. e. Color The finished color shall be dark green closely matching other poles in us@ in the City. f: Packaging All parts shall be packaged, wrapped, or cradled in a manner which will` insure- ., arrival at the destination without damage to the surface. H. 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. 16570-9 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 A 153, Class D, or shall have an electrodeposited coating of the same coating thickness, and so designed for this purpose. 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 powder coated galvanized poles shall be powder coated to match the poles. I. Luminaire Extension 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, 15' long unless otherwise noted on the plans. The end of the luminaire arm shall provide a 30-ft. luminaire mounting height, ;unless otherwise noted on the plans. , 2.05 -SIGNALS A. 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 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 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. 16570-10 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 optical unit is closed, all joirits 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 ;ci"osed 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 cif 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. It shall be provided with weatherproofing means so that when it is attached to the top of the signal a weatherproof assembly results. Positive locking means shall be provided so that the signal cannot loosen from the fitting. The fitting shall be provided with an insulation bushing at the point where wires enter. The fitting shall be provided with self-locking features to prevent the signal head from turning out of directional adjustment in a strong wind. It shall be painted in color to match that of the signal. 16570-11 B. Vehicle Signals I. In addition to meeting the requirements of Section A., Vehicle Signals shall meet the following requirements: a. All signal indications shall use Light Emitting Diode (LED) Vehicle Signal Modules. b. 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. c. The lamp socket shall have a 3" light center length. Each socket shall be provided with one black lead from the socket and one white lead from the shell. Lead shall be of I8 gauge, stranded wire per MIL-W-76A Specifications. d. 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. e. 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. ~.. f. Signals shall be shipped completely assembled with tunnel visors `attached,-to the signal door. - :, C. Pedestrian Signals -- 1. In addition to meeting the requirements of Section A., Pedestrian Signals shall meet the following requirements: a. Pedestrian signals shall consist of two signal sections with rectangular lenses and mounting attachments. The left section shall display either a "Hand" symbol ofr shall display a "Walking Person" symbol depending on the signal phase. The right section shall display a numeric two digit countdown. The two sections shall be of. such design and construction as to fit rigidly and securely together with or without a spacer. No spacer shall be more than '/z inch thick. The signals shall operate with LED. b. The lenses shall be either sanded or prismatic lenses. The lenses shall be made of vandal resistant polycarbonate or acrylic plastic. The symbols on these lenses shall be at least 9 inches high and shall be designed to produce a maximum visibility both day and night. The Walk symbol shall be White LED modules and the Don't Walk symbol shall be Portland Orange LED. Both messages shall be screened on the lenses with a material which will not crack or peel. The background or field around both messages shall be black. 16570-12 c. Each signal lens shall be equipped with a visor not less than seven inches in length, which encloses the top an both sides of the lens. D. Optically Limiting Signal Heads Optically limiting signal heads shall meet all if 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 on degree of any axis, without the use of tunnel visors or louvers. The projected signal indication shall be visible or selectively veiled anywhere within 15 degrees of the optical axis. b. The signal section shall be provided within the rigid connection that permits lilting from at least 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. 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 internal 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 and 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 ahigh-resolution, planar incremental lends hermetically sealed with a flat laminate of weather resistant acrylic plastic. The visible signal indication shall be a Ieatsl0-3/4 inches in diameter fo circular indications, and visible arrow indication shall conform to the requirements of the Institute of Transportation Engineer's Standards. A voltage reducer shall be supplied to provide dimming of all the optically limiting signal lamps as the ambient light intensity drops below approximately three-foot candles. 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 ne equipped with a visor, which encloses the top and both sides of the lens. The interior and exterior color shall be optical black. 16570-13 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 information as the signals. Mounting attachments of different types shall not be mixed in one box or crate. 2.05.1- TRAFFIC SIGNAL LAMPS A. LED Vehicle Signal Module LED Vehicle Traffic Signal Modules shall comply with the latest revision of the "Equipment and Material Standards of the Institute of Transportation Engineers: Chapter 2a: VTCSH Part 2: Light Emitting Diode (LED) Vehicle Signal Modules (Interim)" Note the following: • "Section 5.5 Dimming (Optional)" is not required. . • "Section 5.8 Failed State Impedance (Optional)" is required. • Compliance with all other sections of this standard is required. - 2.OS.2 - BACKPLATES A. Backplates shall be 0.125 inch thick thermoplastic and provide a minimum of a 5 inch black feld around the assembly. Corners of the backplates shall be rounded with a 2'/z-inch radius. B. Backplates shall be supplied with attaching bolts or screws in sufficient quantity to securely hold the backplates to the signal heads. 16570-14 2.05.3 -ALUMINUM TRAFFIC SIGNAL PEDESTAL C. 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. D. The shaft shall be attached to a square cast-aluminum base with a handhole. The size of the handhole shall be at least 8'/z inches by 8'/z 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. E. The length of the pedestal, from the bottom of the base to the top of the shaft, shall be 10 feet. The top of the shaft shall have an outer diameter of 4'/z inches and shall be designed to receive a pole top mounting bracket to a traffic signal. F. Pedestals shall be equipped with all necessary hardware, shims and anchor bolts to provide for a complete installation without additional parts. G. The pedestal base shall be designed to mount on four'/o-inch anchor bolts spaced evenly around a 12'/4-inch diameter bolt circle. 2.05.4 -PEDESTRIAN PUSH B UTTON DETECTORS A. Pedestrian push button detectors shall be highly vandal resistant with essentially no moving parts. The button will be pressure activated and meet the following requirements: ^ Body Material: Aluminum, Powder Coated ^ Colors: Black ^ Button Material: 303 or 316 Stainless Steel ^ Piezo Driven Solid State Switch o Operating Temperature: -30° F to 165° F (-34° C to 74° C) o Operating Voltage: 12-24V AC or DC o On Resistance: 45 S2 Typical o Operating Life: Greater than 1.00 million operations o Operating Standby Current: 10µA typical (equivalent to 2M S2 at 20C) ^ BDLM2 (Momentary LED Model) o Operating Mode: Approx. 0.1 sec flash each time button is pressed. o Luminous Intensity: Greater than 120 mcd (ultra bright red) o Viewing Angle: 160° ^ Beeper o Sounds simultaneously with button push o Different tones for press and release: 2.6 kHz and 2.3 kHz o Beeper uses power from existing switch wires. B. All mounting hardware for pole mounting shall be provided to secure a rigid installation and neat fit. 2.06 -CONTROLLERS A. Controllers shall be Eagle EPAC 3808M40. 16570-15 B. Controllers should be fiber communications unless specified differently on plan sheets. C. Cabinet 1. 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 44"W x 28"D x 54"H to accommodate a future master control unit (under separate contract, unless specified in the plans). The cabinet must be fiber ready. 2. Construction Material. The cabinet shall be constructed of sheet or cast aluminum. 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. 4. 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. 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. -. Door Stop. The controller cabinet door shall be provided with a Strip and catch; arrangement to hold the door open at angles of both 90 degrees and 186 degrees; t 10 degrees. 7. Mounting Shelves. The cabinet shall contain strong mounting table(s) or striding 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. 8. Mounting Screws. Screws used for mounting shelves or other mounting purposes shall not protrude beyond the outside wall of the cabinet. 9. Outlet and Lamp. 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 a goose neck light mounted in the cabinet in a manner which will provide adequate light to service all parts of the cabinet interior during nighttime hours Size, Type and Mounting. 10. Size. The cabinet shall be 44"W x 28"D x 54"H to adequately house the controller, all associated electrical devices and hardware, and other auxiliary equipment herein specified. 16570-16 11. Mounting. The cabinet shall be arranged and equipped for concrete base mounting. Sufficient galvanized anchor bolts, clamps, nuts, hardware, etc., as required for the specified mounting type shall be furnished with each cabinet. 12. Ventilation. A thermostatically controlled duct fan unit with a minimum rating of 100 CFM in free air shall be installed in the cabinet to provide forced air ventilation through the cabinet. The fan unit shall be mounted to the inside top of the cabinet and shall be easily removed and replaced without having to dismantle any part of the cabinet or exhaust duct system. The thermostat controlling the fan 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 fan 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. 13. Connecting Cables, Wiring and Panels. a. 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, aspring- 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). b. Panels and Wiring. Each cabinet shall be furnished with suitable, easily accessible wiring panel(s). All panel wiring shall be neatly arranged and firm. c. 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. 14. 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. 1 S. 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. 16570-17 16. 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. 17. Fusing and Surge Protection. 18. Incoming AC Line. Suitable overcurrent protection, utilizing one of the methods described in Subsection A.13.4.2.1, shall be provided. 19. Branch AC Circuits. Suitable overcurrent protection devices shall be provided for each of the following AC power line input circuits: a. Controller mechanism - - '; b. Cabinet fan c. Conflict monitor d. Detector amplifiers ~J e. Flash transfer 20. Light & Outlet Fuse. A 15 ampere fuse and indicating type of fuse h©Ider, wired in advance of the main circuit breaker for protection of the AC power inpuf circuits to the cabinet light and the convenience duplex receptacle shall be provided. The Cabinet light shall be a goose neck type. 21. 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. 22. Painting. The cabinet shall be natural, unfinished aluminum. 23. Plastic Envelope. A heavy-duty clear plastic envelope shall be securely attached to the inside wall of the cabinet door. Minimum dimensions shall be 11 inches wide x 14 inches deep. 24. Cabinet shall have a battery back system with an automatic transfer switch. The unit shall flash the signals. Batteries shall be mounted in a small side mount cabinet. D. 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 part that fails in any manner by reason of defective material or workmanship within a period of 18 months frorr~ 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. E. 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. i Complete schematic diagram, accurate and current for unit supplied. _ ii Complete physical description of unit. iii Complete installation procedure for unit. 16570-18 iv Specifications and assembly procedure for any attached or associated equipment required for operation. v Complete maintenance and troubleshooting procedures. vi Warranty and guarantee on unit, if any. vii Complete performance specifications (both electrical and mechanical) on unit. viii Complete parts list -listing full names of vendors and parts not identified by universal part numbers such as JEDEC, RETMA, or EIA. ix Pictorial of components layout on chassis or circuit boards. _ x Complete stage-by-stage explanation of circuit theory and operation. F. Multi-Phase Traffic Actuated Controllers 1. Purpose. It is the purpose of this section of the specifications to set forth min'itnum 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 TS1-1983. c. Maximum Controller Dimensions. The controller shall be no more than 19 inches wide, 13 inches high and 11 inches deep. 3. Operational Requirements. a. Mode of Operation. The controller shall provide the multi-phase operation described in Subsections 1 and 2 of this section of the specification and shall be fully actuated with means of receiving actuations on all phases. The traffic signal controller shall be capable of Volume Density operation. The controller shall have variable initial and time waiting gap reduction features. The controller shall also have dual maximum extension capability. b. The controller shall also permit anon-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 16570-19 f. Actuated Phase. The minimum green shall consist of an initial portion Only, or a separately set Minimum Green function. g. 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. h. 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. i. 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). j. 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. k. Initiation of Maximum (Extension Limit). The timing of the Maximum or extension limit shall commence (1) with the first actuation or other demand for right-of--way on a traffic phase not having the right-of--way or (2) at the beginning of the Green interval if an actuation or other demand for right-of--way has been previously registered on a traffic phase not having the right-of--way or, 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. m. Change Clearance Interval(s) Prior to Transfer. The transfer of right=of-wayto any conflicting phase shall occur only after the display of the appxopriate change clearance interval(s). n. Rest in Absence of Actuation. o. 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 main line. p. Memory Feature. Unless precluded by the operation of non-memory feature, the following memory retention shall be provided in the controller. 16570-20 q. 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. r. 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. s. 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. 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. u. 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. v. Condition in Absence of Pedestrian Call. In absence of pedestrian actuation or assertion of pedestrian recall function, pedestrian signals shall remain in a DON'T WALK condition. w. 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. x. 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. y. Non-extension of Pedestrian Intervals. Successive pedestrian actuations shall not. cause extension of the pedestrian intervals. z. 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. - aa. 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. ] 6570-21 b) Time Waiting Gap Reduction. Utilizing the functions specified, the controller shall enable a reduction in the Extension portion of the Green interval of the phase having the right-of--way in proportion to the time elapsed from the registration of an actuation on an opposing phase or from the beginning of the Green interval, whichever occurs later. bb. 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. cc. 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 S}(stems St~dard t ... TS1- 1983. 4. Functional Requirements. a. Basic Functional Requirements. Functional requirements for the mu#ti-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 minimum 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." 16570-22 2.07 -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 3 -EXECUTION 3.01 -GENERAL A. The CONTRACTOR shall furnish and install all equipment and materials necessary for a complete and operative signal installation as shown on the plans and described.in the Contract Documents. B. The CONTRACTOR shall be a licensed electrical contractor in accordance with City Ordinance. and adherence to local Building Code shall be met. ,_ C. CONTRACTOR Qualifications Trained and experienced personnel shall supervise the fiber optic cable installation. Qualified technicians shall make the cable terminations and splices. The CONTRACTOR upon request of the ENGINEER shall provide documentation of qualifications and experience for fiber optic equipment installations. The ENGINEER shall determine if the CONTRACTOR is qualified to perform this work. The CONTRACTOR shall have attended a certified fiber optic training class mandated by the specifications prior to starting work. D. The CONTRACTOR will be responsible for incidental sidewalk removal and replacement necessary to complete the signal construction. All waste material and debris shall be disposed of at a sanitary landfill at the CONTRACTOR's expense. E. All incidental parts which are not shown on the plans or specified herein, and which are necessary to complete the traffic signal, or electrical systems, shall be furnished and installed as though such parts were shown on the plans or specified herein. All systems shall be complete and in operation to the satisfaction of the OWNER at the time of completion of the work. 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. H. The above specifications are referred to as the Standard Specifications. Part 1 of the 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. 1. Specification 5025 2. Supplemental Specification for Traffic Controls for Street and Highway Construction and Maintenance Operations, March 26, 1991. 16570-23 3. Specification 5040 4. General Supplemental Specification for Construction Projects, January 7, 1992. J. The installation of the signals and signs shall be in conformance with the "Manual on Uniform Traffic Control Devices for Streets and Highways", 2003, latest revision. K. The video detection system shall be installed as recommended by the supplier and as documented in installation materials provided by the supplier. City of Iowa City Traffic Engineering will do video camera set-up. L. 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.-3:30 P.M.) to review the CONTRACTOR's work. CONTRACTOR shall provide four hours advance notice to the Department for review of the work. Any service calls or review of the CONTRACTOR'S work outside of the Department's normal working hours 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 vvorkman8hip or materials as specified in the Contract Documents. - 3.03 -CONCRETE BASES FOR POLES AND CONTROLLER A. Concrete bases for poles and controllers shall conform to the plans and Section 2403 of the Iowa DOT Standard Specifications. B. Excavations for bases shall be made in a neat and workmanlike manner. Whenever the excavation is irregular, forms shall be used to provide the proper dimensions of the foundations below grade. Construction of the bases may require hand excavation to verify location of utilities. C. The material for the forms shall be of sufficient thickness to prevent warping or other deflections from the specified pattern. The forms shall be set level and means shall be provided for holding 16570-24 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. 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 ahigh-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 closet 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 16570-25 equipment meeting the requirements for backfilling conduit. The upper 6" of the removal area, if outside the proposed pavement, shall be backfilled with black dirt. 3.04 - HANDHOLES A. Handholes shall be either built in place in an excavation made in a neat workmanlike manner or shall be a precast unit conforming to these plans and specifications. B. When the use of forms is required, they shall be set level and oif sufficien thickness to prevent warping or other deflections form 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. G. Install galvanized cable hooks if not precast with the handhole. 3.05 -CONDUIT A. Conduit shall be placed as shown on the plans. B. Unless approved by the ENGINEER, conduit shall be installed without change in direction directly from one structure to another. Change in direction may be allowed for physical restrictions such as right-of--way restrictions, utilities, location of roadway slopes, retrofitting existing conduit stubs, and certain short sections of conduits. C. Nipples shall be used to eliminate cutting and threading where short lengths of conduit are required. Where it is necessary to cut and thread steel conduit, exposed threads will be field galvanized. D. All conduit and fittings shall be free from burrs and rough places. Standard manufactured elbows, nipples, tees, reducers, bends, couplings, union, etc. of the same materials and treatment as the straight conduit pipe shall be tightly connected to the conduit. 16570-26 E. All conduit ends shall be provided with a bushing to protect the cable from abrasion, except for open ends of conduit being placed for future use. Bushings shall have grounding fittings which shall be connected to the grounding system by a #6 ground wire as contained in these specifications. F. All conduit placed for future use shall be threaded and capped with threaded metal pipe caps. G. All conduits shall drain, except for specific locations approved by the ENGINEER. CONTRACTOR will not be allowed to bend conduits upward to accomplish the conduit clearances shown on the handhole details. 3.06 -TRENCHING AND BACKFILLINC FOR TRAFFIC SIGNALS A. Secure written approval of the City prior to any trenching or excavation within the-drip line of. any tree. B. Trenches shall be excavated to such depth as necessary to provide 12 inch to 18 irt.ci~ cover over the conduit. All cinders, broken concrete or other hard abrasive materials shall tie 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 backftlled 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. 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 feast four (4) times before consideration will be given to allowing an upward bend in the conduit. 16570-27 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: Pedestrian Signals 5 Section Traffic Si gnals Walk - Green Green Ball - Green Don't Walk - Red Yellow Ball - Orange Sig. Common - White Red Ball - Red Pushbutton - Black Green Arrow - Blue PB Common - W/BK Yellow Arrow - Black Sig. Common - White & W/BK 3 Section Traffic Signals '" Green Ball - Green .v Yellow Ball - Black _ . Red Ball - Red Sig. Common - White 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 from 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. G. Each signal cable shall be identified with an identification tie 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. Ties shall be of an opaque nylon material arranged to include a marker board, non-releasing holding device, and cable fastening tail. The marking board shall be not less than 3/8 inch wide by 3/4 inch long and 25 mils thick, roughened on one side to hold permanent black nylon marking ink from a pen. Identification shall be 16570-28 permanent and water-proof. Once installed, the tie shall not be removable except by cutting it loose from the cable. Identification ties shall be marked as follows: o Heads - Head number, number of sections o Loops -Loop number, direction and location (stop lines, advance, or left turn loop) o Pedestrian, Location, street crossing o Push Button In addition, the cables shall be identified in each handhole and at the pole bases using colored tape as follows: 1 tape =Left turn signal; 2 tape =Through signals; 3 tape =Right turn signal. Tapes shall be color coded as follows: Blue = NE Corner; Orange =Southeast Corner; Yellow =Southwest Corner; Green =Northwest Corner. Video cable tapes shall be similarly color coded. H. Cable slack shall be as follows: ^ Four feet in handholes ^ Two feet in signal bases ^ Five 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. I. Connectors shall be of the proper size for the number and size of the wires being connected. J. 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. K. 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. L. 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. M. Loop detector splices shall be capable of satisfactory operations under continuous immersion in water. N. 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 be equipped with a solderless pressure type spade connector with apre-insulated shank. All solid wire shall have an eye and shall not have a terminal connector. O. Service cable shall be continuous from the disconnect switch located on the service pole to the terminal compartment of the controller cabinet. 16570-29 P. Interconnect cable shall be continuous from controller to controller. Q. 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. 3.09 -POLE ERECTION A. All poles are to be erected vertically and securely bolted to the cast-in-place concrete foundations at the locations shown on the plans. B. Leveling shall be accomplished by the use of nuts on each anchor bolt. One nut shall be turned on each anchor bolt and. the pole placed in position on these nuts. The top nuts shall then be placed loosely and the pole adjusted to the vertical position by adjusting both the upper and lower nuts. C. After the pole is securely fastened, install metal strips in the area between the pole and the base. The metal strips and the method of attachment shall be approved by the ENGINEER. D. Each pole shall be grounded from the pole to the foundation ground rod by a No. 6 AWG bare copper ground wire. r 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 is 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 arm assemblies are specified, the CONTRACTOR shall prime and paint the mast arm assemblies with the following method: 1. Remove all rust, scale, and loose paint from the surface by sanding or power tool cleaning (SSPC-SP-3). CONTRACTOR to use care when power tool cleaning to avoid burning, polishing, or grinding surface dirt into the existing paint surface. Hand tool cleaning (SSPC-SP-2) will be allowed only in areas accessible to power tool cleaning. 2. Remove all chalking, dirt, and other foreign material from the entire surface by application of petroleum solvent (i.e. paint thinner, mineral spirits, etc.) and wiping the entire surface with clean rags. All bare metal surfaces exposed by the cleaning operation shall be spot primed the same day to avoid flash rusting. 16570-30 After the primed areas have dried, apply one coat of finish paint. Primer and paint must be approved by the ENGINEER. 3.10 -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 90° increments with respect to the mast arm. The push button shall be located on the pole face so the arrow on the R10-4 sign directs pedestrians to the appropriate crosswalk. B. Backplates shall be installed and properly secured for the traffic signal heads. C. All signal heads shall be kept securely covered until such time as the signals are put into operation. D. The location of signal heads in which the view of the indications is blocked or partially blocked by utility poles, trees or other physical obstructions shall be adjusted to a location approved by the ENGINEER. Standard heights and locations shown on the plans are typical for unobstructed locations. Signal heads installed without approval of the ENGINEER, which in the opinion of the ENGINEER are obstructed, shall be relocated at the CONTRACTOR'S expense. Holes in the poles due to this signal relocation shall be plugged in a manner acceptable to the ENGINEER. 3.11 -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 ~'raffic Engineering personnel. C. All conduit openings in the controller cabinet shall be sealed with an approved sealing compound and steel wool. 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. 3.12 -GROUND RODS A. Ground wires shall be connected to ground rods with one piece nonferrous clamps which employ set screws as tightening devices. Connections to ground rods need not be taped. 16570-31 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. 3.13 -FIBER OPTIC CABLE A.. Cable Installed in Ducts and Conduits 1. Cable installation shall be in accordance with Section 16571 of these specifications. Excess slack at controller cabinets shall be re-pulled into the nearest junction box to provide a neat and orderly installation. The minimum slack amounts shall be as follows: Controller Cabinet: 25 feet B. Cable Termination Terminations shall be made using the method recommended by the connector manufacturer. All cables shall terminate in controller cabinets. All fiber shall utilize afan-out kit of the size and type recommended by the manufacturer and of the number of fibers provided in each fiber tube. All fibers terminated shall utilize a ceramic ferrule, ST, mechanical termination equal to Siecor CamLite connectors. Heat cured or epoxy type connectors are not acceptable for this project. C. Breakout Kits The breakout kits or termination boxes used to terminate each fiber cable in the controller shall provide for the separation and protection of the individual fibers with the buffer tubing and jacketing materials. The termination housing shall be installed within a wall or shield mountable interconnect housing which shall provide for storing fibers, ample room for feed through cable, strain relief for multiple cables within unit, and accommodate ST compatible connectors. All fiber pigtails shall be terminated through ST connectors on the wall or shelf mounted interconnect panel. All terminations shall be ST type, ceramic .core, and plug into the provided controller unit internal fiber optic modem. Acceptable enclosures for combination termination/splice points shall be MIC-024 or WDC-012 enclosures or pre-approved equal. Splices to pigtail fiber shall utilize fan out kit protection to the fiber, heat shrink tubing with metal bar reinforcement and 900 micron rated pigtail insulation. These splices may be external to splice trays mounted internally to the enclosure. All other splices shall be installed in splice trays and be supported with heat shrink tubing. Acceptable splice trays include MIC-024-048 series or pre-approved equal. D. Connectors Connectors shall be mechanical ST (ceramic ferrule) compatible, field installable, and self- aligning and centering. Fiber optic equipment, used for terminating fibers, shall be rated for the type of connectors used. Connectors shall be Siecor CamLite or Unicam non-epoxy mechanical type, or ENGINEER approved equal. E. Splices The fiber optic cable shall be installed in continuous runs between controller cabinets. No splices shall be allowed, unless shown on the plans or for testing. Only mechanical splices, Siecor CamLite or approved equal will be allowed, when specified. Splices, where specified, shall b eby fusion splice and shall be installed using automatic fusion splicer. 16570-32 F. Light Source An LED light source with a wavelength what is the system wavelength shall be used. The LED shall be stable within 0.1 dB in intensity over a time period sufficiently long to perform the measurement. The output of the LED shall overfill the input end of the launch fiber/cable in both numerical apertures (NA) and core diameter. G. Power Meter The launch attenuator, on e each for single and multimode fiber tester shall be provided for attachment to the light source and/ or OTDR. The launch attenuator shall emulate a one hundred and fifty-foor fiber length, minimum. Special connectors shall be provided with each attenuator to connect the device to the test device, such as the OTDR. 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 wi-}f 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 started until all signals in the system are ready to be tested. The system shall be tested as a unit. G. The CONTRACTOR shall initiate correction of any failure malfunction of the signal installation within 24 hours of notification by the ENGINEER. The ENGINEER will correct any failure or malfunction of the signal installation not investigated by the CONTRACTOR within the above time period, and will deduct its expenses from the CONTRACTOR's final payment. H. Ground testing shall conform to Section 2523.21 of the Iowa DOT Standard Specifications for Highway and Bridge Construction. 3.1 S -Clean-Up A. Upon completion of the work in this Section, remove from the site all rubbish, trash debris resulting from operations. Leave the site in a neat and orderly condition. 16570-33 SPECIAL 16571 FIBER OPTIC CABLE AND CONDUIT -- PART 1 -GENERAL 1.01- SECTION INCL UDES A. Conduit B. Fiber Optic Cable 1.02 -DESCRIPTION OF WORK A. Conduit This item includes furnishing and installing directional bored conduit and fittings associated with traffic signal interconnect in accordance with the Contract Documents. B. Fiber Optic Cable This work shall consist of furnishing and installing fiber optic cable and all other equipment, labor, and materials necessary to build a functioning fiber optic interconnect communication system. The City shall do all splices to existing facilities and cable terminations within traffic signal cabinets. Refer to Traffic Signal Specifications (Section 16570) for cable terminations and traffic signal controller cabinets. 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. 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. 16571-1 2. Prior to ordering any materials the CONTRACTOR shall provide certification from the manufacturers of all 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 - SCHED ULING AND CONFLICTS A. Schedule Work to minimize disruption of public streets and. facilities. B. Discontinue Work which will be affected by any conflicts discovered or any'chariges 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. PART 2 -PRODUCTS 2.01 -ELECTRICAL A. Tracer wire shall be a #10 AWG wire single conductor, stranded copper, Type THHN, with UL approval and orange jacket. B. 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 specified. Ground rods shall conform to the requirements of IMSA specification No. 62- 1956. C. All ground wires shall be #6 AWG, bare, solid annealed copper wire unless otherwise specified on the plans. 16571-2 2.02 -CONDUIT A. High Density Polyethylene (HDPE) conduit conforming to ASTM F2160. B. Conduit shall be DR 9 and shall be made with Prime Resins for conduit. C. Conduit fittings and couplings shall conform to the requirements of ASTM F 2176, latest revision. Couplings shall be e-loc type couplings. When connecting to risers, use double e- loc type couplings. D. Conduit shall be tested in accordance with ASTM D 2122 "Standard Test Method for Determining Dimensions of Thermoplastic Pipe and Fittings". E. Minimum elongation at break shall be 400% when tested according to Test Method D638 "Standard Test Method for Tensile Properties of Plastics". F. The conduit and couplings shall not fail when tested at the low-temperature conditions of -4° F as specified in ASTM F 2160 and using the test apparatus as described in Test Method ASTM D 2444 "Test Method for Impact Resistance of Thermoplastic Pipe and Fittings by Means of a Tup (Falling Weight)". G. The manufacture of couplings shall be in accordance with good commercial practice, uniform in color and free of visual defects such as burns, cracks, holes, foreign materials or voids so as to produce fittings meeting the requirements of ASTM F 2176. H. The coupling/conduit joint shall not fail by leakage when subjected to sustained internal and sustained external pressure testing as noted in ASTM F 2176. The coupling/conduit joint assemblies shall comply with tensile loading requirements, and shall not fail by pullout when loaded to axial tensile load requirements as specified in ASTM F2176. 2.03 -FIBER OPTIC CABLE A. Materials and equipment shall be the standard products of a manufacturer regularly engaged in the manufacture of the products. All materials and equipment furnished shall be completely free from defects and poor workmanship. All fibers shall be glass and be manufactured by Lucent, Corning, CommScope, or approved equal. The cable shall be rated for gigabyte data bandwidth. All fiber shall be loose tube construction for both indoor and outdoor installation. B. The cable shall be new, unused, and of current design and manufacture. The fiber optic cable installation shall be in accordance with or exceed all minimal requirements of State codes, National codes, and manufacturer codes as applicable. 1. Multi-mode Fiber a. Core diameter: 62.5 +3.Oum b. Cladding diameter: 125.0 +2.Oum = .. c. Core-to-cladding offset: <3.Oum d. Coating diameter: 250 +I Sum e. Graded Index f. Attenuation uniformity: No point discontinuity shall be greater than 0.25 dB at either 850nm or 1300nm. The coating shall be a layered UV cured acrylate applied 16571-3 by the fiber manufacturer. The coating shall be mechanically or chemically removable without damaging the fiber. 2. Single-Mode Fiber a. Typical core diameter: 8.3um b. Cladding diameter: 125 +1.Oum by fiber end measurement c. Core-to-cladding offset: <1.Oum d. Coating diameter: 250 +15um e. Attenuation uniformity: No point discontinuity shall be greater than 0.1 dB at either 1310nm or 1550nm. The coating shall be a layered UV cured acrylate applied by the fiber manufacturer. The coating shall be mechanically or chemically removable without damaging the fiber. C. Fiber Specification Parameters 1. All fibers in the cable shall meet the requirements of this specification. Multimode fibers shall have attenuation of 3.4 db/km or less at 850 nm and 1.0 db/km or less at 1300 nm. 2. The attenuation specification shall be a maximum attenuation for each fiber over the entire operating temperature range of the cable. 3. Optical fibers shall be placed inside a loose buffer tube, minimum six (6) fibers per tube, normal .twelve (12) fibers per tube. Actual number of fibers shall be a total of twenty-four (24) fibers, consisting of 12 Single-Mode fibers and 12 Multi-Mode. fibers, or as specified on the plans. 4. Multimode only -each buffer tube shall contain 12 fibers. 5. Single-mode only -each buffer tube shall contain 12 fibers. 6. The buffer tubes will meet EIA/TIA-598, "Color coding of fiber optic cables." 7. Single-mode fibers are to be placed in the first buffer tubes. Multimode fibers shall be in the remaining buffer tubes. Fiber count shall be the minimum specified in item 3 above or as specified on the plans. 8. Fillers shall be included in the cable core to lend symmetry to the cable cross-section where needed. 9. The central anti-buckling member shall consist of a glass reinforced plastic rod. The purpose of the central member is to prevent buckling of the cable. 10. Each buffer tube shall be filled with materials that expand when contacted by moisture such as water blocking tape or fibers. Water blocking gel shall not be acceptable for this Project. 11. Buffer tubes shall be stranded around a central member. Acceptable techniques include the use of the reverse oscillation, or "SZ", stranding process. 16571-4 12. All dielectric cables (with no armoring) shall be sheathed with medium density polyethylene. The minimum nominal jacket thickness shall be 1.4 mm. Jacketing material shall be applied directly over the tensile strength members and flooding compound. Cable jacketing shall utilize the newer designs to provide maximum flexibility without loss or appreciable dB attenuation. 13. The jacket or sheath shall be marked with the manufacturer's name, the words "optical cable", the year of manufacture, number of fibers, type of fiber (SM or MM) and sequential feet or meter marks. The marking shall be repeated every one-meter or three feet. The actual length of the cable shall be within -0/+l% of the length marking. The marking shall be in a contrasting color to the cable jacket. The height of the marking shall be approximately 2.5 mm. 14. The maximum pulling tension shall be 600 pounds (2700 N) during installation. 15. All optical fibers shall be proof tested by the fiber manufacturer at the minimum load of 100 kpsi. 16. All optical fibers shall be 100% attenuation tested at the manufacturer. The attenuation of each fiber shall be provided with each cable reel. The measured attenuation shall be for both frequencies, 850 and 1300 for multimode and 1310 and 1550 for single mode, and the documentation shall be provided with each spool. The CONTRACTOR shall designate on a print of this documentation the location where each spool has been installed and provide this data to the ENGINEER. D. Overhead Fiber Optic Cabling 1. Overhead Fiber Optic Cabling shall meet the requirements of Section C,above and shall be Figure 8 design including a stranded stainless steel messenger cable,, able to span up to 500 feet under NESC Heavy Loading, and include medium density PE jacket specifically designed for outdoor usage. 2.04 -FIBER OPTIC CABLE -FIBER OPTIC COMMUNICATIONS CABLE A. The optical fiber cable shall be Corning Cable Systems, ALTOS, loose-tube, outdoor, all dielectric, non-conductive, non-armored, cable designed for installation in outdoor underground ducts. The fiber in the cable shall be Corning Cable Systems, single-mode, SMF-28e. The quantity of optical fiber strands shall be 96. The Corning Cable Systems catalog number for this cable is 096EW4-T4101 D20. 2.05 -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. 16571-5 PART 3 -EXECUTION 3.01 -GENERAL A. The CONTRACTOR shall furnish and install all equipment and materials necessary for a complete traffic signal fiber optic interconnect installation and conduit and fiber optic cable installations as shown on the plans and described in the Contract Documents. B. 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. No bid may be accepted from or contract awarded to any person, firm or corporation who is in arrears or in default to the City of Iowa City upon any debt or contract. Prior failure of a bidder to perform faithfully on any previous contract or work for the City may be grounds for rejection. The bidder, if requested, shall present evidence of performance ability and possession of necessary facilities, pecuniary resources and adequate insurance to comply with the terms of these documents; such evidence shall be presented upon request to the satisfaction of the City. The bidder and all subcontractors to the bidder shall provide references of projects similar in scope and scale, including at least one municipal reference that demonstrates the capability to satisfy the requirements of this project. The bidder shall provide a list of client references for whom similar work has been performed within the last two years, including the firm, contact person, address, and phone number of each contact person. 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. Bidders and subcontractors to the bidder must be well practiced and experienced in the various means and methods and practices of installation of outside plant communications facilities including boring, trenching, duct installation, cable installation, handhole placement, etcetera. It will be expected that the bidder and subcontractors to the bidder have knowledge of and will apply typical industry standards and practices, will apply the appropriate construction techniques, and will use the appropriate equipment and tools in performing all work. C. The CONTRACTOR will be responsible for incidental sidewalk or pavement removal and replacement necessary for "potholing" or otherwise locating existing utilities to avoid conflicts and complete the interconnect construction. All waste material and debris shall be disposed of at a sanitary landfill at the CONTRACTOR'S expense. D. All incidental parts which are not shown on the plans or specified herein; and which are necessary to complete the interconnection, shall be furnished and installed. as though such parts were shown on the plans or specified herein. E. 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 16571-6 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. F. Fiber optic cables shall be continuous from traffic signal controller to traffic signal controller except where changing from underground installation to overhead installation, in which case one splice will be allowed. 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. H. 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. The Traffic Engineering Department will provide part-time observation of the CONTRACTOR'S work. The Department's representative will be available during normal working hours (7:00 A.M.-3:30 P.M.) to review the CONTRACTOR'S work. CONTRACTOR shall provide four hours advance notice to the Department for review of the work. Any service calls or review of the CONTRACTOR'S work outside of the Department's normal working hours will be billed to the CONTRACTOR. • B. 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. C. The CONTRACTOR shall guarantee all his work against defects due to po©r`workm~nship or materials as specified in the Contract Documents. 3.03 -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. 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. D. All conduit placed for future use shall be capped with HDPE pipe caps. 3.04 -TRENCHING AND BACKFILLING 16571-7 A. In general, most of the conduit installed will be bored/directional drilled. However, it is expected that some short runs of conduits can be installed more easily by trenching and backfilling. Also, it is expected that trenching and backfilling will be necessary at bore pits. B. Secure written approval of the City prior to any trenching or excavation within the drip line of any tree that is not already shown on the plans. C. Trenches shall be excavated to such depth as necessary to provide 24 inch to 36 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. D. 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. E. 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 paid per the areas and bid: items shown in the plans. 3.05 -BORED CONDUIT A. It is intended that all conduit be placed without disturbing the existing pavement, and the term "bored" is used. "Bored" conduit shall be placed by directional drilling or any other means necessary to place the conduit and control the conduit depth and alignment without cutting or removing pavement. B. Removal of pavement will require prior approval of the ENGINEER. Replacement of removed pavement will be done to the same thickness and material as the existing pavement. For PCC patches, joints shall be drilled and dowelled according to IDOT Standard Plan RH- 50 at 18" centers. PCC paving shall be Type M Mix with accelerant. HMA shall be'/4" base and 3/8" surface mix. HMA surface shall be a minimum of 2" thick. No payment will'be made for removal and replacement of pavement. C. Plan quantities for bored conduit are measured from center of handhole to center of handhole. Measurements are plan distance. No additional payment will be made for extra length of conduit to account for vertical changes in the project topography. Likewise, all extra bends, alignment changes to avoid existing utilities, or miscellaneous lengths of conduit to complete the run from handhole to handhole, or handhole to controller cabinet are incidental. D. The maximum conduit depth at handholes for all conduits, including pushed conduit, is as shown on the plans. E. Risers up power poles are included in the quantity for bored conduit. All risers shall be 2" galvanized steel. The riser shall be connected to the HDPE conduit via a coupling 16571-8 specifically designed for connecting galvanized steel to HDPE. Risers shall be grounded with their own separate grounding rod and grounding wire per these specifications. 3.06 -ELECTRICAL A. 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. B. Each cable shall be identified with an identification tie in the handholes, and at any splice or junction location. Identification ties shall be of an opaque nylon material arranged to include a marker board, non-releasing holding device, and cable fastening tail. The marking board shall be not less than 3/8 inch wide by 3/4 inch long, and 25 mils thick, roughened on one side to hold permanent black nylon marking ink from a pen. Identification shall be permanent and water-proof. Once installed, the tie shall not be removable except by cutting it loose from the cable. C. Cable slack shall be as follows: fifty feet (50') in handholes fifty feet(15') in the terminal compartment of the controller base D. A tracer wire shall be installed in all conduits with fiber optic cables. The tracer wire shall be identified in the controller cabinet and handholes by means of identification tags. The tracer wire shall be spliced in the handholes to form a continuous network. 3.07 -GROUND RODS A. Ground wires shall be connected to ground rods with one-piece nonferrous clamps which employ set-screws as tightening devices. Connections to ground rods need not be taped. B. Each riser shall be firmly connected to the ground rod provided, by means of the grounding terminal specified in these special provisions. 3.08 -FIBER OPTIC CABLE A. Cable Installed in Ducts and Conduits A suitable cable feeder guide shall be used between the cable reel and the face of the duct and conduit to protect the cable and guide it into the duct off the reel. It shall be carefully inspected for jacket defects. If defects are noticed, the pulling operation shall be stopped immediately and the ENGINEER notified. Precautions shall be taken during installation to prevent the cable from being "kinked" or "crushed". A pulling eye shall be attached to the cable and used to pull the cable through the duct and conduit system. A pulling swivel shall be used to eliminate twisting of the cable. As the cable is played off the reel into the cable feeder guide, it shall be sufficiently lubricated with a type of lubricant recommended by the cable manufacturer. Dynamometers or breakaway pulling string shall be used to ensure that the pulling line tension does not exceed the installation tension value specified by the cable manufacturer. The mechanical stress placed on a cable during installation shall not be such that the cable is twisted or stretched. The pulling of cable shall be hand assisted at each controller cabinet. The cable shall not be crushed, kinked, or forced around a sharp corner. Lubricant shall be used and it shall be of water-based type and approved by the cable manufacturer. Sufficient slack shall be left at each end of the cable to allow proper cable 16571-9 termination, MINIMUM OF 50 FEET. This slack shall be in addition to installation slack as hereinafter specified. Additional slack cable shall be left in each controller cabinet, junction box, at the top of each conduit riser, and at each wood support pole. Storage of minimum slack cable in controller cabinets and additional slack at pull boxes shall be coiled. The slack coils shall be bound at a minimum of 3 points around the coil perimeter and supported in their static storage positions. The binding material and installation shall not bind or kink the. cable. Storage of additional slack cable adjacent to conduit risers and support poles shall be visibly marked/tagged as "CAUTION -FIBER OPTIC CABLE". Maximum length of cable pulling tensions shall not exceed the cable manufacturer's recommendations. Along with the fiber optic cable, one (1) # I O AWG THHN, 600 volt single conductor cable (identifier conductor), orange in color, shall be pulled with ten feet (10') slack in each pull box, except where rigid metallic conduit or other metallic conductors are installed. B. Minimum Bend Radius For static storage, the cable shall not be bent at any location to less than ten times the diameter of the cable outside diameter or as recommended by the manufacturer. During installation, the cable shall not be bent at any location to less than twenty times the diameter of the cable outside diameter or as recommended by the manufacturer. 3.09 -EQUIPMENT TESTING A. Each section of the fiber optic cable shall be tested for continuity and attenuation as a minimum. If the attenuation is found not to be within the acceptable nominal values, the CONTRACTOR shall use an optical time domain reflectometer (OTDR) to locate points of localized loss caused by bends or kinks. If this is not successful the CONTRACTOR shall replace the damaged section of cable with no additional payment. Splices will not be allowed to repair the damaged section. After all fiber cable is installed, the Contractor shall test continuous cable segments using the OTDR. Multimode fiber may be tested using 1300 nm and single mode may be tested at 1310 nm. The results of the OTDR test shall be provided on an electronic media (disk) and paper printout. The OTDR wave, pictorial diagram of dB loss over the length of fiber tested, shall be provided along with the measured data values. The printout shall contain the manufacturer's fiber optic Index of Refraction to the third decimal point for the fiber provided. The CONTRACTOR shall provide the ENGINEER with a written report showing all the values measured compared to the calculated values for length and coupler/connector losses at the completion of these tests. Data documentation shall include for each test between cable ends, the length of fiber as measured by OTDR, frequency used in test on OTDR by each fiber type, dB loss rating by manufacture from spool documentation, index of refraction by type of fiber in section, and the dB loss of each section as measured in the final test for each fiber. The Contractor shall test 4 strands per buffer tube minimum after installation. B. Fiber Optic Cable Attenuation The end-to-end attenuation shall be measured for each link after installation. The launch cable shall be connected to the light source and the receive cable to the power meter. -The two reference cables shall then be connected via a termination hub. 16571-10 The system link to be tested shall then be inserted between the launch and receive cables using 2 termination hubs (couplers). The direction of the test shall be recorded in the documentation to verify the quality of the termination. C. Continuity tests shall be used to determine whether a test or system jumper does or does not pass light. A continuity test shall also be used to assure the fibers have not been crossed over in the jumper and that the transmit fiber goes to the receiver fiber. To perform continuity test, ahigh-intensity flashlight shall be aimed into the connector at one end, while an observer watches for a flicker of light at the other end. A 650 nm red NFL light source shall be provided to the end at the completion of the continuity testing. This device shall be made available during testing of continuity to the ENGINEER to assist in verifying fault locations and connector bleeding. D. It is recommended an Optical Time Domain Reflectometer (OTDR) shall be used to evaluate the quality and length of cable reels prior to their use on the project. The fiber loss in dB/km and the length of each reel shall be recorded in the documentation. The maximum attenuation of the cable shall be as hereinbefore specified. It is recommended the Contractor test 1 strand per buffer tube on the reel and perform a visual inspection of the cable on the reel prior to installation to check for damage due to shipping, handling, etc. Do not install damaged cable. If the Contractor elects to test the cable on the reel a hard copy of OTDR signature traces, electronically and in printed form, for all reels shall be made and provided in the documentation as specified. E. 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. F. Ground testing shall conform to Section 2523.21 of the Iowa DOT Standard Specifications for Highway and Bridge Construction. 3.10 -CLEAN-UP A. Upon completion of the work in this Section, remove from the site all rubbish, trash debris resulting from operations. Leave the site in a neat and orderly condition. 16571-11 S:\ENG\CAD\PAV-STRM\dubuque-church\Plan Set\A01 Cover.dwg, 4/14/2008 5:18:50 PM, \\cityprnt1\ENG_Canon r N ~ ~ _ O y O ~ ~ ~ ~~ ~ ~ ~ N~ ~ o Q) \\\ qD~ ~ ~ - ~.) ~ y~ ~,\ ~ ~ ~ , ~~ _ r+ ~ y~~ ~~o GILBERT ST ~jC`~~ m ~ c ~ n ~I 2 D cn m ~ ''y ~ ~ f y~~ o ~ ~ ~ o 'b ~ ~ ~ ~. ~_ D m n ~ ~ ~ O ~ ~ ~ ~^ ~ ~ ~ ~ ~1 z ~ Z p ~ m ~ o ~ O ~ f~ 70 ~ ~ D ~ ~~ O ~ ~ ~ G C ~ O ~ ~ Z o ~ ~ Q ~r m n~ ^T, ~++ ~ ^ o ~ ON ~ N _ ~ ~.~`~~GENSf~~A-. ~ ~ ~ ~ ~ ~ ~ .-~ ~ ~ ~ .T ~ ~ ~ ,' *,......... .o Po -. n 3 ~ cQ ~ >y Ali ~ Cn o ; ~ ~ Q ¢) (n ~ O ~ ~° O -'': * ' .... ''Ca?:r Al ~ ~ ~ d ~ < N ~ _ __ £~ ~ ~ ~ o N 3 -- _~ - _ ~ '~1 "-, i cn _ o a 3 ~ ~ ~,.: ~•~ 00 ~ - ?> c~ O ~ m ~ - ~3D O ~ O o ~ ~ ^ G £n~ Z~` 0 ~ W D D D D CV ~ On ~ o o~ooooo00 ~, N~ Z o p W D D v a ,gyp N ~ ~W ~ 1~ ~~. D ~' 2008 Dubuque /Church Street Radius Improvement Project ~ ~ ~ ~ ~ ~ Z n i n i n i n i n i n i ~ ~ O CP W V~ O A N A ~ A O ~ m _ -_ .1 7 _ ° o o ~ ° g ~ a a ~ ~ ~ ~ ° ~ o > i i i i i m d 0 0 0 0 0 0 0 ~ ~ ~ ~ z ~ ~ _ m A ~ f o o > - ~ i b ~, i o o i o o ~ rn - _ ~ ~ c ti ~ ~;. ~ m r, 0 ~ 0 ~ o ~. n m 0 0 m (n a W N ~ O O C7 C) n C') C '-~ ~ ~ ~ ~ ~ "z ~,= oD~ o~Z „~~,oz~ C D z z ~ ~ < ~ ~ A D ~ o ~ ~ O~ OCR =mv Zm~ d vawi~ ~~Om ~ ~ z zDV D m D ~ ~ Z ~ O O ~ nZ ~~ n~~ ~O o.o.~a o o nZ~ Z D ~ ~ N ~ ~ A ~ ~ m ~ ~c F ~ 00~ pD ~Z~ Z~ ~03,~a~pm~ ~ ~ ~ ~ m ~ ~ Z N o ~_ ort ~' D/~ Zn ~~ ~o ~~= 7J0 ~'~N~moo~n ~/J o ~ m ~ Z ~ ~ ~ Z SC \J O Q OOZ oin Opp ~n ~ ~.m o ~ `, ?~ N z ~ ~ z z ~ ~ = -1 z ~C7 n0 OZD am c1O ~ y ° o _< pDV ~ O ~.n D O ~ DC 770{ D(n ='o d m ~ D < tD p D C~ D 3J D O Co Z ~ N ad f. ° nm ~ n m 3_] D ~m Zcnm O~ ~ m ~.~ m C O ~~ O G Zp Z ~ <=Q -i JJ ~ n N •-.C C OZ -~ N O cn O~ O-i ZO= mC y on m _ cnr ~ ~ nm zcQ mz~ pQi ~' o Q N.N_ ~< N. O O O ~ C m Z Z O m ~° p~m ~ ~ x C D ~ m m moo m D ~ m o vmi ~ O C V ~ ~ G1 ~ G7 ~ -~ '0 ~ v ~ m ~ ~ CJ C '0 ~ - ~ ~ O Cn D ~ ~ ~ p Vt g ~ ~ < C~ rn ~ ~ ~ O J ~ o C n-i ZQ7~ -iZ ~ zm sD sD 7~ sm ~O ~ s° ~O ~mz ~D~ S3~•N~ 0 7 f Am o ~Dro ~ o ~Of ~- ~ ~ 00 m= n~Q =O 3~ c m ~ DO p Z o ~1 o m o ~7 o x O< 0 0 0 0 ~~ 0 3 Orn. Q O ~ rn0 o'O Co-~ Q p o W ~< Q m m- 3] m ~ o~ S cD 31 7 7 7 0 ~ .Z7 7 Z 7 m 7~ 7 m 7 A 7 m ~ G~ (D ~ D ~~ ~ O ~ W Ul ~' N m O S Om ZC OHO ~C ~ 3 Q mD ~ ~ { m m < m m m p m m O~ m ~O m Oy zk° rn !? ynrnn x~ -i r-c~r~ o Z ° -a ~ ]7~C r ~ ~ ~O o t0 D m { -i '9 Zll N r '~ D mN ~~ ~~ O..C O Z.l'12f7 r-.o N ~W mr O~Z O~ capes ~~ ~cn j`~ WL~ WD ~O ~W WD -W+Z I r jN~ j ~mD ~' WWD;~7~ W~O~o DO WWm~~:O ~m ~~ mS~ Dm ~~m ~ _~ ~' ~= lOr (D m 10 ~T. (Om (DD (O (A 00 Oor ~~ ~ U' io bZ ~O cp tOpa~ 3 c0 ~D ~0 ~ ~ D ~O ~DD ~~ ~aa_. co =O \7c \N \m \Z \~ \ \ O OHO ~- \ WA \\ oo I ICin>~ \\Df D n 00 OZ {00 OS O c o o rD-~ Jml W W~ W N W T. W W O \ \O l0 O.. W W E AWO' C W W< ~Z - m2 mm C~O~ ZD ?~ _.o _Z W A (T U ~ O ~- ~ ~ \ W'~'~ W Z 0~ 7 Ui Ui o ~ jOx-m Z W A_ Z~ N .•. O vmi ~D cGi~Om <m =?'~^ o ~ m(Di~ O) O O ~ Z Oi Oi O~ ~ (WT mO rn ~ ~ Jrt O I N< I Ip~DND 10 1 mN0 Z <D~ 37 ~ r mZ (n C W y>> Z O ~x W m ~ ~ i ~ r N N D j ~ j ~ O~ ~ Nj O?{Nm-1 ~ ~Np7'~ N ~}7 m m O D D (/~ m o ~p Q ~. N m~ O) O O O aD J O~ I Q) :: V O A C O O A O W C•+ O N 7 ~1~1 ~~ p WOm O~ oy<(n c mZ Do OAi m V O O O ~ A O W O~ O~ OJ ~ z ~N ~{ Z m< < cnO mr -o o. ~ N x a ~~ °^' ~ cox o~ o~ a o. v0 `° ~ w p (_n- ~~ m =Zm Om aO m ? OZ OZ m [n =C D ~rnZ O 3 a~ v_'= OZ -~~ o ODm mD ~° m0 Om ~O o ~pO m~ ~~? Z~ O~ N ~ ~ ~< m `~°'° OTN m D ~ 2 ~ D S a o ~ ^ C7 `D m = Ox m iu ~lI O ~_ D D cn ~ m n m r ~Trm r D o D ~ D < m N n C7 T N m D - m ~ O ~ ~ ~ a T T o r 0 ~~o m ~ n --+ 'O Z ~ ~ N ~ N N T ~ O m C'1 G7 '~1 G1 A (7 G7 ~ C C 'D N O ~ ~ ~ 2 "O C CO :L1 T 2 -1 ~ (") ~ m I I ~ ~ O m ~ O A ~ --~ ~"~ D ~ pp D < C D D ~ r D ~ D - ~ G7 O ~ C D p D O O D C ~'~' Z o A m Z O ~ /1 D d b O Z~ O O O O A Z O m -i m A W (/) m ~ ~''~ n Z N m r 2 `t Z ~ f~'7 m ~~ ~~ r D ~ O m m ~~ m 1! J p~ ~ N ~ ~ ~ ~ ~ .T7 .TJ m .Z7 r 2 ~ m (n ~ ~ CO ~ m m m m ON ~ O ~ O O 0 0 O ~ ~ D ~ ~ ~7 2 p fTl ~ ~ ~ = O D ~ ~ ~ rr+1 D O ~ ~ O Z Z \ C7 O ~ O O I C I D D (n .~ .-O N N N D .Z7 O D ~ .Z7 C m fr*1 r < W O ~ ~ 7C x Z T O G7 ~ O m T T ~ m O n~ o z o O ~ r<i+ ~ m ~ > p ~ ~ Z A m ~ ~ t<*i ~ O m O A ~ D O n ~ ? ~ m ~ cj N ~~ ~ v~ ~ DT. rTl rNi m c7 z m cm7 Z Z m m m m Z ~ 'N9 m C D m m C D ~ O r n n m Z ~ ~ r ~ -r N 2 A r n ~ O '~ m ~ ~ z = D n ~ ~ m n m~ ~ D rte, m r o o c s ~ NO D --~ vzi D ~ ~ m A ~ ~ n m ~ ~ ~ ~ N N ~ Z n m ~ 5 ~ p ~ m n n ~ N m f cZi W > O O ~ O< S Z D Z r ~ n~ m c~~ cNi -i < o o ~ w ~ ~ ~ o m ~ ~ ~ m '~ ~N Z Z Dn m S D D I I ~ ~ IIII III W .~ IIII III n o o ~1 I I I ~ I ~ I ~;v~ I ~ o ~ ~ I, o~N ~x~~ o , I m ~ ~ ~ ~ D ~ m °- °- ~ I l l l m l l l y W~ `~ . ~ j_I ~ z ~~~ ~ ~ ~ I I I I I I I I 0 m (O O~ ~l Q) Vt A W N ~ m ~J ~ f -i0~ cn~ ~ z~ ~ vZ mm ZDO O=DAD -1 Z ~ O~-i -12 x Ox r m x~ n~C vzcnm~ Op-stn m D D O x .1~,x Om m ~m G To 0o m~ mA~mT m~n~x ~ ~ ~ n m~cmi Do o <p A oo O0 Zm~ Derr-o zvo~~ D ~ C p O D<o mz z vz < ~A zz ~°~ ={z~om -D+~vo~ r m ~ C ~ ~ROt~ OTD y OD ~ zp 00 ~~~ ZG~OD~ CpOmm O ~ C~ OR<in r^-ni ~ A~ 3 Dc ~-Z-1 Q~ y~r~cn ~D~tDiim m cJJ ~ C ~ D2~ p0 O O cn {O ~A Or rA'O~ m~°~ ~ ~ ~ O rC~O z) x7 ~~ D ° 00 ~D rpmz-i ~~°-mm O~TI 2 Om0 mD D ~D C OZ mm 00 mDm00 OrOm~ D \ r m~~ -Zip r fZ71r ~ mm p~ ~QO ZmDO~ mn=~Z fTl r mr DQ .-~ ~~ Z zc~ ~C mz ~DW-Di0 u~mm0~ ~_ n O mOZ ZO D OD O mm m~ Dtn ~rm3 m~Ar= = O zC0 °z z a- ~~ ~m cn~ OD<° T7 ZOO z C o ~~o--+ DZ ~ oD ~ cm~'n~ ~m mn m°=o~ ~AV{ ~ o mm~ -gym m Cz ~ D< ~Q ~-i pOmmA ~~p0 ~ n z ~~~ ~~ n ~ D ~ ~~ O m N O z m° z~ z z o m ~ _ ~ OZl Dp D Cn (7 ~ <C m~ xZ C)~7<Ul0 OO~x O C~ tn~ D D~ ~ DD OA rm °m~~mtn rnm~0 ~ ~ ~~ Q O 7J ° m ~ ~ m D< W Z O m° O m° m 0 L --I m mD O m <~ x n --I mQ ~ZDOm D ~nz m ~ ~ ~cn ~~ Do D cm no o ~D~~~ z~m-~ n fll -i mD mm O nz ~ ~m p~ y~ -imOpm °=pA~ m O OZI NCB ~ m0 W ZD m O~ ODDm O O ~ ~ Z mm 00 D O< r" O~ D~ nn =~~Dp 2=X0 ~ AcDi~ -ruzi ~ o°c ~ ~O on ~~ mgzo~ A~mA ~ m 0 T ,'i~7 D T1 D O m.A r~ ~ 7J O~ O A W ;0 ~ 0 D ~ < r ~ :U ~ O D Z <n = ~ y cn . . '~ ~1 ,Z~7 O~ ~ m~ r ~m ~D TD m W D~~ COD Om A- m O ~ D~ '~ ZD Ovzi ~~ mpmp~ z-Qam ~ `~yp mC < ~~ 0 mC Otn 2cn °~~~z ~ D ~ Z D(~i7 Z3 O O~ m ~cn zD v~ mDD-1r ~ r ~ Z Z x C r =~ ~ m~ ~D ~ Q2 m mD m0 C~~ Z(n2mZ m X ~ A Om = _~ O O O ~ A Z m Z m D = x m~~ D < fTl < ~~' =G) ~' z~ O O~ ~ m~ mOOm~ ~ ~ D D O m x ~ ~ x ~ ~ -{ O l~ Z ~ 'D m m Z ~ ~O ~ x x O to v AmOAO z o 0 °m D -~I O~ m ~ O ~ ~ Q z Q m O~ Z O ~ n D _ < rA ~ ~~ 'n m0 D ~n~ ~-~OOmO O m m (/>C mD ~ ~rt=i n DZ Z OD ZOAm :U ~] z O D~ A~ D -~ O m m~ ~ ~~ O~< m ~ D O m ~Z om ~ ~Z ~ mn N z~ =DZn n ~ cn -i v~ v z"~ -,~ ~O Dz-1m m A m Z -+~ Zx D o~ D -,o DQ ~<~,~ ~, (/~ ~ O ~ m m m ~ ~ < ~ ~ O z O ~ v ~ O ~ ~ ~ `ate NO r ~cC'> ~ ~N ~ °~ m~c~ 2 O z O m2 x A O <O Z ~~C-I -~p0 ~O~C 2 Z O ~ nm ~D m rz z ~O z o~ oom~ ~ o ~O r-Oi ~ ~O <Z7m~ C Z j Z Z ~ O ~_ ~ rzn z ~~ ~~ m~ m O ~v o~ ~~ ~m ~ ° ~ ~~ ~m~m ~ m C 2 D~ ~~ z~ v p m <~ OAZrO D~ D c z~ o~ ~~ o m ~ -+m D~~~ o m z Chi OHO oZ a~ m m p mo y~~0 ~ _ -1 ~ ~~ °D m`~ o ~ ~ zczi cQi~mT c = G) m < O ~ m DO Oo pm n X ~ m3 D<~o ~ z m~ m? _~ z A vmi D~ m~=D-~ Z ~ ~ Dm ~r m~ A 3 D zr n m ~ z O m In v m ~7 D m r O~ O %V r m (n ~ TI m mD ~~ Q r 00 ZO`O~ ~ N O ~3 ~m p~ O D O DST. OnmC m ~1 ~I ~ ~~ m m~ cn m v rZ Zr~-Qi ~ m cn ~ ~ ~ _ ~ m < m ~ _ ~ ° m D O ~ ~ coo 0 ~ z z ~ D ~~NN ~ m ~ `~ ~1 N x G7 O 2 m m ~ N ~ ~~ = m o ~ Z~ ~ W CT W ? W W W N W ~ W O N CD N DO N V N Q) N C.71 N ? N W N N N ~ N O ~ cD ~ OD ~ ~ ~ ~ ~ U'~ -~ ~• ~ W .-• N ~ ~ O c D O 0 ~ l O~ (J 1 - P W N W O ~ o ?i oo ?i co -*i w m ~ ~ D -i ~ D ~ D - 'v D - z tn O o ~ r n m ~ o co ~ - n oo ~ - ~ cn ~ cn ~ cn ~ o - ~ D - -zi a c'~ ~ ~ o ~ cn o r*i cn o m v~ o m v D < c'> C ~ c~ C A cn C ~o c~ ~ D -+ o V C/7 r*t x C~ D ~ m ~ ~ rn ~ v a « rn ~ m c'~ r ~ ~ r' m .Z7 m .Z7 .-O rn -,-~ rn -r7 z ~ ---I m C m ~ cn - T` T. m ~7 m ~7 ~ ~ ~ fTl ~ f*~ m rn C7 `L ~ `z rn ~ CO Q7 CO D Z C O < O « O ~ '' 0 < '~- N D 0 0 0 C") c"> rn o o z o N O Z -v ~ ~ -p N 0 ~ D ~ T. ~ r ~ T. m z D z D z N m ~ _ r ~ - D r D r r ~ z D r Z O o ~ - ~ - ~ - o ~ ~ D ~ D ° - « r,, D ,,-„ - ~ ~, - ~ rn ~ ~ D ~ z m m ' . --i ° ° cn ~ Z7 ( O z o T o 'T~ E ~ N D D z C7 C7 n ~ z < < ~ O z ~ ~ - ~ I a 1 A 0 Z O c~ ~ c~ ~ c~ ~ c c D n O ~ i m cn Z o ~ ~A D r . r ~ ,i r ~ Z7 Z z . O ~ D z ~ ~ t= m ~ -~ --~ O ~ C O Z ~ Z ~ Z ~ . O r C./) N o O O o O O ~ Z OD p~ ? D .Zrn7 ~ N N Z N .-CO7 .TOJ D ~T7 G7 ~ T. C ~ r r 0 0 r ~ Z - Z - Z - Z 'p O ~ ~ ~ r''1 C7 ~ ~ r CO _ ~ O D D ~ ~ N ( 7 " ') ( Z C O m m D Z z f<*'I ~ ~ O p p -Ni n '~~ ( 7 C7 ~ C `z ~ Z G7 = m z z z z ~ ~ c~ cn N f Z Z ~ ~ T O ~ N N ~ ~ ~ N c~ O .O C Cn z 2 C ~ - Z N N N ~ ~ W ~ ~ m 0 J cr N Z7 ~ r i 0 m Z G ~ m v a W ? z ' z ~ m o -~ o ~ D rn C7 C7 ~ n o ~ ~ ~ D > ~ N rn ~ n o0 N z N ~ z n rn o cp r D r n Z D .- D . ,} - ~ 4 { ! ` ~ ~`. ' k ^ ' f -~ N D TrI "rT'I N N -~I -NI O Tri N ~ ~ ~ Tr1 D D D TrI ~ ~ ~ ~ ~ •~G TrI O -~G ~ ~ ~ D ~ N CD') C Z D D z ~ fJ C _ ~l ~ O ~ O W V OO ~ ~ N N ~ N N ~ O ~{ OO N N cD ~ O ~"~ ~ N .A C...~ V N OD ~ ~ ~I N U~ O ~I O ~ ~" N -I ~ cn ~I w ~ ~ ~ ao cD O ~ _, ~ cn ~ N ~ ~ cn rn w o N ~ cn ~ o ~ o o oo N ~ ~ cn m m u, a w iv ~ C D c~~ a~ ~v~ ocnc c~m~ r' a = ~ ~ < ~ < ~ ~ ~ m N o ~ r OZ ~ S Q37- ZCZ ~, ~, ~OZS Z Z Z -y m ~ ~ O r m m VJ 3] p a iJ v -~ Z C7 m ~ p N N ~ ~ N ~ < O 2 y ~ ,r'Z ~~ mZ0 { ~~ v vODOZS~m O z z ~ ~ ~ m O ~ ~ z rrnri ~' 0 n~' O SZ -+~ cnN ~ m o o DZV Z A n n N rn ~ ~ n n m O~ < ~ c N~ O <n ~ a o~ o o _. O~ c O ? z z n D N < _ ~ ^ D N~ S p{ DO m na`~ ~m W ~ o o ~ ti ~ 7. ~ pC DD ~ZOr ZOC m o ~.n 5-~70.7mr -~ ~ < R' m v v Z O O O ~ l/ ~ N< O~ SOm 77Z °' m m ~ p1 ~D X00 m O rn ~ D D O Z cn C70 770 n~2 m~ o`o o ~° o ~ ODD Cn o ~ m ~ Z ~ ~ n s c_ //~~/~ O N 00 ~~ .-~Zm C)D ° '-` `no -~Z Z O ti m ~ ~ ~ ~ = V/ p ~~ OJj Dpm 7Jr d~~° v ti Z~ _ ~ A Z Z 2 ~. ~ m xm „~~ °_~ io ° ~a o O D ~ ~ o .w Z O O O Z D (n c° m <° N_ ~< ~ ~ C7 ~ °~ D~ D o Dz`~ ~~a~~ mm ~ ~3 ~ m ~D -Dim zcn o~ ~"m ~m pc o "~ N C W G7 ~ z0 ~ IC ~ N_ Nr 7 cn O Z ° O ~O fir= mzc S £ a ~~ ~ ~x N 2iv Dpi ~< o D Sm mm m ,m mD ~~ o ~° ~ Oc ~~ ~G7 ~G~ ~-i ~~ mo ~m ~ '9 G7C T~C7 ~~G7 cnD ~v~-tn~ ~~<Orn ~ v~o ~3 0 sD ~D SA sm s0 s ~~ s0 SmZ s s N' ~ Arn o Dm o ~ °~- C C ~ 3J -~ Z (~ ~ o' Z ]J D D 1 ~ l' -a O ~ F `L (") F W O `G ~ OO mS OrS Sz v~~, ~ Dm o o~ om o~ oS o< o oZ o0~ ~~~ ~ 30'. ~? 00,0 ~~COaN ~o SOO -I r m mD~ mO ~7 ~~ tD 77~ 7 Z 7 7 7 ~7 7 Z O m 7~ 7 m 7 _ _ Om Ozc O<~ ~c •c a ~ Q m~ ~ { m ~ o O ~ ~ m m m O m c7 m mA m ~O m pN Z~ rn ~ DC7o cD7 ~ ~ Z~a~ m m ~rto ~ < ~p -~~ ~cnZ r~ N a o ~ Dm ~ D J;O jp j~ W rA*1 ~D N~ ~ ~-~ G7"c ~ C7 <o .-. Wi z- W W K j W o W W I'lK £~ ~ m~ m00 00~ ° a ~ ~= W D ~~ j~ O D Z I ~ ~-~{ ~<O NmDJ OO .n coOOV « O ~ m-~ O ~m v< ST Dm Sm 3 v 5 ~ co com Ox Nm coD Nt/> 00 ao Oa o 0 `1 D 770 ~ D D ~cn n Q_ O DO \7. \N \rn \Z \cn \ \ O co ~O co N \ j p \\ f o I I Cm ~ ~ W W ~F ~Z. n •~ P n O Z { O C7 O S o -o' ~~ Z J rn W W :f7 ~ N U~ ~ Ui Cn O W~ '~ W Z OD S (P (J~ O N W (O 2- N Z W A Z O C .-. x m Oo- zD ? ~ ~m D z) n0 D ~~ rnm -~ N o- ~ coD O~i~ rn rn rn Z O~ Oi ~ N ~ rn0 rn ~ ~ 'w ~ I UD I cDmD C7 ~ I mN0 z tn~ ovmi ~n ~Om ~N N 2 v ~ o mm I I I ~ ~ ~ ~ N I ~ I -< O W,/~ Nm co~A mD c,., A N° m ~n pm mZ(n Cm > > 2 o X [.~ O~ O~ N D Ui A ~ A ~ OA<~ ~ J A A7 ~ m m O D cn m o ~p a ~. ° ~ ~ O O O DD J 01 OD ;: O A c O W A O W W G7 D m cnOi m ~n S O v D N w m - D OD pAj m J O O O l0 A O W _ W Om tO~I NO Z W N ON~~ ~. ~Z om ~ C~X np o v o:~ a. ~O ~ ~ w a0 D~ m = m om OZ m a i d ? ~~ W ~! / o i t n ~~ z N p 3 a~ N= ao QZ ~~ 0 T0.7~m Omp ~ ~~ mm m ~o o pop mp ~~~ ~~ z~ oD ~ ~~ °< =~o °~ r = v D s ~ Z OZ ~ ~= O~ y~ m~ ^^ O <n m x m ~ yl/ O ~ D ~ in ~ m _ m r r ~ D o < ~ ~ ~ m d D ~ ~ O O O o. Too r ~Qo ~ r ~ N ~ `L N ~ _ ~ W m .Z7 TI S ~ -1 C7 Z7 r'1 m v n~ v z v v N v N N ~ ~ O m c~ ~ c~ n n ~ c'~ ~ c A O rn ~ O ~ ~ -a C7 D 'i m D < C D A ~ C ~ Z N -Di ~_ 2 ~ Z n ~ ~ ~ O A (D7 ~ D (Zj ~ rrni r+rni ~ _ ~ L' D a c O Z~ O O O O C7 Z O rn ~ m ~ m N r,-~ ~ n f*I ~ rn m ~ ~ o O - mi ~ ~ Q o~ ~ N ~ ~ ~ ~ ~ A ~ :9 A fn ''O f*1 frT1 Z 2 = < T7 ~ N T7 ~ ~ Z f*~ rn c O -i O O O O O 3 D D ~ ~ fSf*+'tI O 2 ~ O ~ D ~ ~ m ~ Ox x Z O ~ Z ~ c7 O ~ O O m o D N ~~ N O m mNi < ~ In O ~ D ~ p m ~ m m ~ D 07 O 'O ~ ~ D '~ G7 ~ Z n Z '~ z ~'-~ N O C7 .'LD7 O Z O D ~ r^ m ~ D O r z! N m r O r' O :O ~ D C7 r•1 ml ~ ~ -1 ~ D ~ N ~ Z ITl D < X r O ml N (7 `< fTl 'Tl O D n N Z1 ~ ~ ~ 7~ m m f•t (7 fn ("7 Z f+'I m m Z .ZJ ~ fT1 C D fTl C D < c y Z = D n n m ? m Z7 c") rrn A N ~ D m m r O O CO ~ ~ ~ N m -~ N v C~ r~i z ~ m ~ (7 ~ ~ ? ~ m N N A Z N O D C ~ ~ IrTt ~_ m O ~ ~ ~ ~ r^ -''~ ~ ~ O n n m N < D O<_ ~ Z D O Z r r Z T~ ~ VJ C/) -~ -~ o O A ~ ~ ~ ~ O G7 ~ ~t co ~ = C m ~ n N z z D r-1,. c oco D D I I N ;il 2 ~ I I I I I I I ., IIII III X 0 0 ~ i i i i i i i I ~ iv ~ (n O C7 ~ O ~ N ~ _ ~ m ~ c cfl~ Z ~ O rn ~ r ~ ~ ~ ~ ~ D ~ IS D I I ~ z ~~~ ~ ~ I I I I I I ~ ~ ~ I I I I I I I a m _ ~ ~ ~ ~ v, A w ti ~ m ~ ~ O ~ O ~~ -iS = O= ~ mz ~A n~C ~zNm~ 00- cn Z D O = 2 Om m -{m C ~O 00 m~ mOmm r,-z = ~ D ~ O~ m =mm Dn n <p ~ moo NN o~z Dc>~O z~n« y C p o y<o mz °z ~`? ~ ~~ oz ?oA ~~-prom ~~ or r m Cn z ~~z ~ ~ ~~ ~' -~ on Dcm oo N c ~^'m z C -i v m~ O A ~ O~ z7 z p p ~ N~ z C7 D ~ A O Q) - ~<D Tn n ~n O 00 ZZ -a0 N~rpf~fi ~TDy= ~ ^ O Om0 m ~ ~ I'T1~ ~ D~ -{~ O< D,107 ~ ON DmNm m 1~J ~~ O D n 0 O~ ~ ~~ D <~ O O Z D ~~~ O ~ m~ o m~ Cn p rr .~D O Z~ N m 1~~ ~ C N ~ m N ~= S O S p O C m m O o ~ a m p z O D O m m D fTl 2D =0D ZDr ~ Z~ 1 =Z f~D r0 O~fTi'7r ZOI '~,~DZ Z -i r r m r ~ mm cN ~O mAO~ mp=NN I~TI ~ mmm DO ~ ~~ z zC7 ~c mz ~Dm o cnmmp~ JJ n O mOZ ZO D ND G1 mm m~ DN Nrm~ 3 x1- '~I = 0 zC0 oz m 'mz O pai ~cmn c~ oZ 00 z04~ Z C o mm~ Dz v OD m ~~ ~m mcc-1 mO=Om '~:ON< -I ~ mzN mR' m cz ~ D< Nn N-I o mm~ Nz~p m n z ~~~ >7~ p 7;1D ~ ~cn 0m NO -m°Z~ z~~~ '~ _ ~ 0~ D~ ~ Ncn"> O ~A TtOn yz ~-<tnp ~Or2 ~ m p~ ~z p zm ~ Dy oA ~= o~nm~ m~Nm 0 C!) ~ c N ~o ~ o N N ~ N ~< m m z o m o o mom p ~ ~ A ~NOp~ m DO D cm 00 m ~D~~~ z~T~ ~ fTl ~ my mm o nz ~ ~m 00~zi ~mm°Dm °=~D ~ fTl O N~ Nn g mo ~ Z~ m0 py ~~zon `~~m~ ~ ~ mDm 00 D O< mON Zm pC) =....O~p mmXO ~ ~ N ~ N ~ o o ~ ~ O o n ~ ~ m~ z o~ ~~ m A m0 =~ D O ma7 r p~1 ONO-~ m~NO -i ~ -~ N~ Dc m mm -mi -Dim Dn c~= m~DC~~ c~~ m Om mp ~ yo < O Tz m~ Ammmo ~n~ Tom m z ON ~m alp o~ Z-+m ? O p~ m~ m pA ~ ~ ~v' =m o<=<~ o D O OZ D can ~~ O ~~ T ~ N Z D '~D ~ ~ Z Z 2 C D ~ G)- NN D ?ice ~ ~m n~ mm N<~mo ~ m r ~ ~ mOm ~z z D p mD NO C)~ ZcmZZ m n m m ~ O -i -I p D m ~ r Z DOD -I O O O D ~ T f~Tl ~ ~m 2~ m zo O AO~ ~ m~ mo~m~ cri~ ~ ~ m ~ O ~ O ~ ~ O C O m O m n O A~ A D D ~ ~ ~ ~~ ~~' ~~ ~ Op z Tumi ~~czi°r p D < m 0 D m ~ O o O m m NC mD Z ~f=n C7 DZ Z OD ZOZ1m Z7 :U z O D-Oi ~{ D ~O m m~ o ~~ N<<m ~ D O ~ r- < ~ m 0 O ~ D ° O N m z z r -I m ~Z O~ ai vczn v z~ N ~O DZ~m m ~ rfl -ice S D -i0 ~ r<T ~ p 3 m ~ ~~ ~ ~~ m z 00 r m C m0 `< m ~ v ~~ O m D C m m~ ~ p Z m O~ N ~ p ~1 D N N O r Z7 C1 ~ ~ r ~ T1 Z7 ~ 2 Z D o m~ N~ ~ ~~ m Oy ~ ~Q m=imN -i m = O Z < -p O C 2 Z ~ ~ D rn m ~O D r~ ~ 00 OO~r ~1 O _ 770 ~ 0 ~m ~ ~ ~ G~ :U Tlr-i C Z ~ ~ m~ oz g o Z °~ °_~~ ~ ~ C n o~ ~o ~"' N ~ = O7~ -ImmO R' _ - DD ~~ zv ~ 0 m '<~ O~zm D ~ D c z~ ~-~ A~ o m ~ -+m D~-1~ o r" z ~ 0 0 o z D~ m m p m o y~ -1 0 ~ _ ~ m "-~Ni <~ oD m~ OT ~? n Gz70 m~<p c x ~ m D O O= o p m n x -i m~ m D~~ O o m~ m~ -ip 0z ~ N ~D m~=~ z ~ ~ Dm 0Dr R1Z ~ ~ D Zr OAm~ O O cn m m ~ D m r O~ O r T N N ~ ~~ mN ~D ~ y n 2.201 OOfNrI~ S D Ul ~k ~~ A~ O-~ A A O ~Z ~nmC m W v w~ ^' m~ cn m v rz zr~pl om m m~ ~ >7N m ~ ~ mp ~~m~ v -i ~ -{ N < y ~ m ~ ~ S -i OD m A 2 mo o ~ z z =+ D ~NNNn ~ rt' D ~ mm ~ N = o NS m O m ~~ = m O Gz7 Or ~ N m ~ (~J W W W W W N N N N N ~ N W N N N ~ N O ~ c0 ~ OD ~ ~l ~ O ~ U~ ~ ~ ~ W N -. -' O CD OD ~ O~ CTS ? W N -' O (T A W N ~ O cD Oo ~l ~ ~ O ~ W -±-i ~ ~ ~ ~ ,p -~ %L7 D ~ D - -o D cn O -~ r- m Z7 co Z7 cn ITI cn f*1 g cn ~ o Z ~, Z ~ C7 C o m c_n p ~ cn p cn p ~ D < c~ C ~ c~ C ~ cn C m c~ .Z7 D -~ 0 -o m x c~ 7a m ~ 7a fTi ~ ~ D m ~ m ~ c~ r ~ m m ~ r*i ~ m ~ D -~, --~n m z o ~ --~ ~ o n z n ~ ~ ~ D m D ~ ~ ~ r, , ~ r,., m D ~ r ~ m m D C O D 0 0 ~ 0< 7a ~ N O O O ~ n O 0 m 0 GZ7 ~ z ~ ~ i r O ~ ~ ~ r r Z Z Z m ~ r ~ ~ D Z z~ D ~ "~0 ~ ~"~ N ' ~ ~ ~ O O D D 'O - ~ C/> r,-i ~ ~ ~7 .Z 7 m ~ m T. T. ~ p 0 ~ O -~ (n G O Z c'7 C'7 c"'> O G 7 Z D m D m ~ O m 7a m ~ m - ~^ I p I ~ ~ (7 ~ 7 ~ C"') ~ C C -a D cn C -~ A _ ~-I ~ Z7 fTl D N Z ~ ~ ~ 7o D r ~ ~ z ~ Z7 - Z - Z N N . N ~ ~ Z G7 rL D ("7 C C7 C"') D Z ~ ~ ~ r CO m ~ n ~ V7 --~ cn -~ ~ O ~ O G'~ c Z O ~^ r^ O cn cn O o O o ~ o m r*i N D D X 0 0 < m 7a Z p r ~ Z ~ Z .~ r- -1 0 0 - r Z Oo rn a D Z7 7a D Cn Z (n Z7 ~ Z7 ~ D r Z7 C Z C = ~ ~ ~ ~ D r D r p p ~ Z G7 - Z _ Z Z ~ O ~ ~ =i O m 0 -' ~ W O7 D 1 O ~ ~ ~ ~ N . o c--~ "' c~ z c -° m m ~ z ~ ~ ~ T. O O N ~ ~ ~ n ~ C ) n Z C m m z G'7 2 r-I Z ' z z z ~ ~ m (n (n N ~ cn Z ~ ~ _~ O Z G 7 cOn ~ ~ ~ N r D cn z S C -o - ITl N N ~ o = c y ~ m ~ o W z ~ ~ C V n l ~ D ~ D G~ rTt -wo n - z ' _ Z ' U, ~ ° m O D ~ m z o o h ~ o~ ~ ~ ~ D - ~ c7 Z m C n ~ ~ ~ z w m m z O y D ~ ~ ~ z INi ° y ~ m W m m m D m ~ n ~ m 7a n r- cO ,_ Z ~ ~ ,t =, I ~ i 1 _ _ i - _.~ r cn ~ r -n r- rt r cn r cn cn D N D D ~ r ~ r cn (n ~ cn ~ r rt r -n ~ ~ ~ r ~ cn ~ cn -G cn - cn « cn -< (n -< r TI -+ O ~ C~ -< r T~ -< r cn D c'> C z r-i z m -{ fJ C ~ T O N ~ O W ~I OO H ~ N N ~ N N ~ ~ O ---~ f OD N N cO N O W ~ N ++ Cw ~1 N OD ~ ~ ~I N (Jt O ~l O ~ • ` N -I Cli ~I W ~ ~ A• OO C7'i O ~ ~ ~ cD ~I N ~ ~ U1 Cn W O N ~ CT ~ O A, O O OD N ~ ~ CT m (/) y ''C ~y 0 Z '~'^ V, O m z m ~ _ ^Z^ ~l D D co O ~ n T O p D a ~ o ~ d o ~ c W c O < S °' cn ~ 0 ~ d a i m ~p ~ Z Z om D D n o 0 ~ ~, m ~ ~ co' m ~ n a o ~ o ~ v ~ v 0 ` ' m n N D o ~ ~ C Q ~ ~ W ~ Q O m C ~ m n m C z ~ ~ ~ O cn ~ L m ~ C7 m ~m m cD m~ D m m T m m z C~ m Z Q D O ~ r V l ~ N ~ O ~ ~ J D ~' s o~ w C.J ~ N ~ ~ (p 00 V O) (T A W N ~ m 3 Z o O ~, . N ~' U7 (n fn A W N ~ _' n ~ ~ N _+ ~ N r ~ W N ~ _I N (n ~ ~ ~ ;'' ~ Ui A W N ~ T ~ ~ W N ~ ~ ~ o o v m m m n~ cn v 3 A 3 z m a w a i m D ~ N ~'°i„ m m~ m 3 0 m 3 0 ~~~ ~ ~ m , X 7 3 n O ° m a m D m m C C C CJ T7 L<~ o m m D ~ N° G n~ C 2 W C ~ 2 W ~ C D c m a Z -o c C ~ w O O ~ v a'< ~ 3 N N m m G o m < ~ < 3 G N G C o. a a o. O. C N O~ .~ 7 0 o m D D D ~ s m m D m Z 3~ y , 3 0~ r y m~ r m 7 ~ a m~ v D o D r m m o m m m N m~ z ~ o. D m m r m m ~~ N< G) 7~ r r r = T T 7C g c m z O O ~ 3 p m or a y - m a o O r O N O a ~' ~ `~ m 3 ~ D ° ~ p t ~ p n O w ~ -~ 3 m ~~ m ~ ~~~ `, m~ m? ° m T m T ~~ a, ~ 3 m o~ D y o o. z o ~~ v . (/> (7 n n o ~ ~ o _ d ~ °' -Ci ~, D a ° o v, ~ 7 ~ ~- o v , °-' m w Q n ~ y ~ 1 v°, o ~ ~ °< 3 ',7' m v °~' ° ~ O ~. ~ m n n C1 `O< w fn d -I °: -i o O d a N° = d o x m r o D - i o 0 O O °i m (~ ~ m O ~~ m ~ s G7 o ~ o o ff' -- p w m a c v o 1 m J Z 0~ m 7~ o' m 7~ °' NCN °~ m m G~ D N - m~~ Z o m 0 o i a~ t ii ~~ ~ !n o~ 3 o~ .~ 3 o x°~ d< ~~ ~. o n e ~ o A m m m N ~~ m pCp 3 ~ 2 Z Z a a ° o o D m ~ d o' m v ~ ~ N m e o w m r m 7 W ~ m o W m G ~ a v n y n .i x ~ ' 7 m m c T o' m a c a o o m° n c o ~ o w m o N m co ~ n f ~ ~~ __. o D n ~~ Z o. ~ w D m c ~ ~ n ~ m n T O ~ m~ ,' m Q ~ ~ 7 a o' ~ -~' ~ -~' 7 c m a°~ m 3 z ~, m x ~ ~ p 7 w o 7 m m p a c 7 c Z ~ o m. m ~ m m z a o Q C '< a o m m o m m ~< m N of w' . c m ° m . ~< n Vl 0 N d c _, n a (p ° c i m or a y 2 a ~~ y ' 4~ ~. A 7°~° d N~ < ~ m o' ~ 7 < ' ~~ ~~ n 0 m C in c 7 Z m~ Q - a w c o= d 9 N° C =; ° -~ ~ ~o ~~° d m ~ a s ~' m c a T ~ C v, m o 7 7 ° v ~ Z 7 o ~, ~o ~ d~ ^ N 3 3 0 ~ N O p C .71 N a "~ ' '~ O O N ~ o d d ~ d 7 N D cn m 7 ~ z D o~ C N t0 ~ n ~ (D ~ N o O ~ '7' o c n Z m m ! O m~ D e g < j a m pp m `D ' r m 0 m m ?~~ C1 c w - 7 ~ N o. 'o C i n o d ~ m ~ ~ y `~ o m ~ ~ ~ m ~ Q a~ 1 ~ ~ c a? ~. O ~ m 3 3 ~ a ~' m~ o~ ~ 7 ~ (n = g T -a m o ~ m 7 N O 0 0 ~ ~ m °' ~ o m -~ m~ o- Q c o < o < y ~ o n m v3, 3 7a o a o <m ~ ~ o m a ~ ~°_ n o O ° m m ~~ N '~ c o ~ m o Z m m -~ n o~ _ g < 7 D ° m ° a n ~ d~ m m o~ a s c i o m ~ v ~'~ d ~ < f ~ 7 n~ o- m ~ ~ c ~ ~ m 7 ,° ~ Q m 7 `° -° r a 3 n ~ n' ~ ~ Z1 a n - ~ p m N N ~ ° _ Q ° ' o ~ 0- m > (n > y ~ i ~ ~ . a~ ~_ 7 o fn m N ~ n a ~' a ~ ~ c N O m ~° o J ~ o m m 3 n .J.. 0~ v, ~ ~ ~ m ~ m ~ ° ~ ~ 'T1 m m m z ~ o o m 7-o i o o m n o °~ D m d 3 o ~ °° i n m R , ~ ~ ~7 ~ F 7 ° m a o .< - y 7 0 -I m m m< < m n 3 ~ 3 ~ m m '< ~ oN m m ~ n a `° m m o ~ m' ° m 5' ' ° G o n ~ ~ m ~ ~ =m ~ o v m ~ D .., o. m r < ma m m- c ~ m z m ~ m 7 n tO O 0- m o` -1 f o-?d m o. 3.~ m m ° ~ ° ~ c ~~ ~ JO m m d DO ~ o o ~. ~ N N p o o_ `~ a m o ~ fD m~ o d ~ d T _ ~ 7 m 7-O 7 i no m m ~ Q ~ , ~' p ~ ~ °- O (~ ~ - n O" ~ ~ 7 -O a N N O ~' 7 j ° N (D ~ ° O y W ( o c ° [~ ~~-o f0 n ° m o 0 0 ~ 0 ~ 3 f N a ~ 61 , o d 7 7 m v D ~ ~ ~ a ~ ~ y m ~ ~ , ~ ~ ° ~ o ° a F ~ ~ m 7 ~ ~ a ~~ g y m ~ ~<~ m~ ~ ~ ~ a m Z ~ o , o m ~ ~ Z ti ~ ' ~ j X 3 0 _ y ~ ~- 7 m ~ N y F. n O. (D °i 7 y ~D ~D ~D ~' C. d o a, ~ ~ ° _ ^ a a~ v d o- ° m ~ o o a o 7 0 i fD 7 ~° ° N d < ~ ~c N ~ N ~ 7 t O m ~ `° ~ ~° ?: m ~ ° ~ . .. a p ~ m a o ~ d m o ~ ~. m -I (n n y ~ d i c n~ c 7 n a, O ~ ~' X ~ N o- N N ~ `° n 3 a' m 7 c°ii a a m a a a ~ n m ~ 'i O m 7 p ~' ^. A <p j~ Cl N ~ V7 A n d o' c m °_' m o 0 ~ y N ° 7 7 O .. ~ C .N. n N ~ 7 O 01 - 91 - m ~ ° m ~ ° ~ o o - N O d - 7 `G (D ~ ~ a m ~ m ~ m v o. _ 3 m N N W N ~1 N Q1 CJ1 A W j N N ~ ~ N ~ ~ V ~ Q) ~ m ~ Z p ~ d ~ Q) N A W N~ V ~ N N -~ T N ~ A ~ A ~~ Vt A W N -` -) 1 A W N~~~~ ~ C J m a -~ G)--AZ7D D N D Z ~ p ncn~ ~ 1 ~ 7 (~~ 30 6 ~ ~ n m ~ 7 n ~ ~ D~ ~ 7JCn00 ~ ~7 = n 0 D~ ~cnODD = ~? cD ~ R1 A~ ° W ~~ N m Q ( O ( (D [D ~~ ~ 3 O ° n ~ m O a O m A C C N 0 0 1 (~ y 7 C - 7 n n C~ 2 n -' C~ ~ . O (~ y F C N 3 3 ~, T, ~' C N 3 m m ~ (~ O (~ C) fD o O ' %~ v y~< ~' ~ Q~ m m . .. y ~ m 2 m D ~ m ~° m D ~ n ~, N N ° - , o. ~, 3 y o .i o D f . ~ ~ 3 ~'~ o 0 o ' ~ N ~n m o n m p . ~ ~ ~ m g m < ~ o- ~ < g N B~ ~ 7 m m N o m ~~ m m D D ~ cn z m cn N~ ~ m m ~ ~ v y ~ D °? 7~ o m $ n ° ~ m m m m ' n ° m m O m m m m ~ ~~ r ~ o- 7~ c n m N m an d a m m N~ ~ v d ~ _ _ O 7 Z °° ~ a o A - n A m° m O m m= w -i ~~ m~ o~~ -~ O~ A° n or ~ o .~ N~ m 2 m m o ~ . ~ 3 ~ j~ (/~ ~ N Q A N N n d y ~ L N _ C O~ O O j C N fD ~ f 71 o~ a. 3<~ o Z ~' d N- o ~ p ° n O r n o ~ j. m a o~ d ~ y N p 7 u, 7 7 v 'o -1 ~ N d 0 - J 7 0 ."0 0 O ~ mi o~~ N~ ~ m o d ca a> > Q m r p~ m r m~~ n d o ~ ~' 8~ o o z d m °~ m m a 3 o. ~~~~~ D ... 3 7 7 ~ m a - w~ ~ ~ x r a, ~. ~ < a 7 r a 1 ~ f N N a~~ voi a o o ~< N `~ 0 3 0 0o m _ _a d < n 7 0 3 D c G7 c y ~- 7 7 .° N~~ Q~ N ~ N N w N O N d~ O . ~? N O O N E ,2 d~ O O m a N~ N~ f7 m a n Q 7 ° d a Q 'O p~ Z ~ 0~ 7' m~ S aC d O' Z X~ p 2 m n~ Q~~ n ~ N m N x t0 N ~ O N <, N ~ o a 7 7 0 Gi ~ (D ~ 7 N~ y m O A 7~ » Q N J. d f N G ~- j N m 7 >> i C - 61 0l N < 7 to = o N n C ~ c a s N ~ m ~ ~ ^: a~ n~ ~ m' m 'o ~ F° v ~ a `7" y~ O O m m~ Q , 7 o v°i .o 7 3 A (D O 0 J n d y e 7 N 7 y G O' ~ N d d f/! ~ ~ ~ 7 N D ~ 3 N C 1 (D n N° :~ a C ' D d N S o m o O ry N ~~ U N ~ N N x. ~ ~ n m o 41 ~ .O d 0 '~ o O ~ 0- o O N o m ° ~~ T. c f ~ 7 row W o xo•= ~ ~ a o 0 0 ~ , _;m _ o N 7 CI c 0 N_o 7 N o 7 ~a y a. o ° ,~ (n ~ m m m -~ = r o ~ y ~~ a N~ m m a o m% o o `~~ ai n m~~ n m 7a a m m a ~ ~ o N ° o. o n 5' m a A~ 7 `~ ~ > > ~_ ~ f m N p w T . 7 0 '.3 0_ m m ~ -O m m 7 m y a rn N a y ~° " ~ ' ~ m vim- o ° ° ~ m o ~~; v m 3 ~~ m a~ ~ - ' ~ ~ ° m ~ ° ~, - ~ o ~ ' ~ 7 o , u s ~ o ~ m o = ~ m n 9 ~ d c ti u i 6 ~~~ O m n m a ~ ~ 3 an N a m N o ~ ° m .O m ~ T a ~~~ ~ v m c c 1 m O C m m . ~ O j N 7 o d m y p C ~ D a j t0 ~ ~ ~ o ~ C7 ~ m ~ ~ _ d O ... ^ O v „~ 7 n ~ . o. N .. d N~ N ~~ ^. N f0 N O. d ~ T m (n 7 O. 7 j d O ~~ ~ Cn n~ 7~~ j~ N fD `2 ~ C Z ~ ~° m d 7 y m 7 O D m o ~ 7 B n C `< m~ 3 to 0 o m a c° ~ z ~ (~ m ~ ~ ~ N m O ~ .°. ° ~ 7 ~ m ° 7 y' a ~ ~ 'il v ~ d 7 ~ m 7 m ~ ~ - ~ ~ ~ m m ~ D a ~ N' O N 7 ~ N a t11 7 ~ ~ C N O1 (D p 7~ - O O ~ ~ ° ~ N (/7 7 p~ ° N ~ 0 N '° J O - a 7 .C.. o N W d p 7 ~ C j m a N D -1 °' `m < m `" n 3 o m m v m a o 0. N m C) 'Da `° , ~ O ~ m~ ~' m ~o u i3 ~ w ~ m < ~ m z ~ ~ ~ ~ ~ N m ~ m ~ ~ m ~ n ~. Z 3 7 y 7 7 ~ ~ ~ _ - ~ 7 _. '^ O7 . .. F ~ s ~ n ~ a 3 °' ~ n ~ ~ ~ o m~ _ 3 ° is . ~ m ~ ~° 7 o 7 c m 'D' a w ac v ~ O ~° c ~ ° m m y 7 7 m~~ a m ~n w w m ~ 7 y_ m m N m n Ci ao n 0 v, ~ ~ D o-~ in m~ ~ ~ CO m x m~ ~ m o' 7 m m o 'V n m n m N ~~ m ~ < ° 7 7 0 ~ w ~ ~ ~ ~ a' 7- ~~ ~ U C 1 N ° ~ O '1 ~ "O C N d N N N N N~ N (1 p1 ~ ~~ C• o. ~ n 3 ~ m o ' m^ a L 7 m _ o ~ ~ a X 0 ~ y o o ~ 7 c ~° b o o ~n7 ~ ~ _ ~ ~ ~ n m d m m ~ ' m ~ ~. ~ m n - f a (D ~ m (~ ~ ~ _ N 7 ~ O~ C C7 f° _ `` r N 7 n C 7 ~ n ~~ J C N O° ~ d a C7 ~ ~ N ~ ~ ~ ~ N ~ O Q . .. O 7 ~ 7. = N N ~ _1 ~~ ~ J ' _Aw T ' J , ' N ~ 7 c .-. Q ~ D -~~ ~ ~' y '' C O y Z < ~ N Z O m zm ~ _ Z ^^ LJ D D co D O Q T T Q 0 0 m o ~ o ~ N Q ~ o -° W ~ C p < _ d C/J VJ ~ d d m ~ N Z Z S D D 00 ~ O ~ (~~ ~ N. ~ ~ ~ ~ "' ~ a n ~ ~ ~ ~ v ~ O n N D ° o ~_ ~ C p ~ C - ~ ~ p m Om m~ n ~ = m C ~ n m = :J `~ ~~ ~-- r ~ . ~ _.~. ~ _~ _ ~ " . ~~ L... r ~? N ~ m m m cn ~_ D m m m m m z n m z m 0 D ~_ O Z m Cn 1l N ~ Ul ~ J D s o~ W J~ W N --~ O CO ~ Z o o ~ ~ 3 ~ T T T A W N ~ -I J -1 N J~ (/1 a . O a W mwm ~ m m m ~, A n n n ~ m o -Dn ~ ~~ ~D ~?? c~u r C A A .TI C C C O '< C T C T d ti. m O `N a 0 0 0 T A T n a a Q a N N (D N~ ~~ N fD ~ < G n Y ~ (/1 N N n v, ~ 3 v w N o O _ J A n n ~ J J~° ~ °~ O N N o C Z -~ O m Z >• D ~, o F N N m o' Z2 ~nc.0 m ' o O O o~ o~'~ ° Q r J 7 d a 3 m~ Z -i ° ° J = C ~p ~ ~ c ~ .° a °~~ >> ~ > >~ m A m ~ 3 d J m , aa7 n a0 ~ -° c D f v i m mtO 3F " o v ax `D m a =, 3 3 m c 0 3 _ a ... ~ o o a ~ ~ m o Z ° c ~ ~ << c n ~ o~ m -' O ~'~ y d Z J O y O cD m ~ - ~ ~ N ~ J ~ O O a 01 ~ ° d y ' n C~ ° m ° ~~oa~~ m ? ?gym 3 m m ~ m ~ ~ a J~ ° ° m ° N ° ~ a ° o. ~ ~ m °~ v= _ ,p a ~ ~ ~~~ ~~S o ~ ~ d O ~ J a =~~, ~~ 0 N .~~ n D _ _, - ... D~ n n ~ J ? ~ ° ~ m ~ a m o m ~' m N ~ ~ m ~~ ~ _ ° ' fcn~" ~ m- ~ o m s m ~ m w~ ~ ~ o ~ ° (D 'O J ~ N N JC J n d n~~ j O m C~ r n C7 ~ 7 Ill a ~ ~N p O a ~ m .-c_7 m ~~ N 0 t n O N N N d N T - Z m ~ o~ N m N w a o p c C1 a ~ a J m~ m~ ? ~ ~ ~ _ Z _. ~ N ~ O m O ~~ N N T O °_: a m~ °~ F 7 N~ ~ N y ~ t N 7 7 L (D N O L •~ J 7 d N ~ N ,.. ~ O v' N ~ ~ ~~ ~ vi ~ O ~ J d ~ -~ ~ m O `~ O w ~ ` ~ w m x Z ` ~ ° . ~ m m~ o o m Z o m m N N ° J O O ? ~ ~ ~ O ~ a J N a F Z o ~ ~c is c ` o x o a '< o a ~ ~ N ~ J ~ J .- ID ~ 3 N m ~ ~ c° N ~ N Z ,.. C ~ a O N O ~ ~ Z O o. a O °' A N Q. n. ~ J ~ ~ N ~ ~. 7 _ 7 J F C1 S:\ENG\CAD\PAV-STRM\dubuque-church\Plan SetW05 PPP.dwg, 4/14/2008 5:14:19 PM, \\cityprntl\ENG_Canon ~. , "' o ~ 'oo~n 1~ n v_i ~ ~ ~' ~ > >. n o ~ ~ n. O co~3o C'1 N. O ' C N °,~ . r. o o N m ~ S ~ (D N ~ ~ W N S O S ~~ O j A ~ O 9 ~ O N ~~~ O ~nm D~ m~ Qd m m ~ w- =OT m ~ nmDa ~ (gym D 3 m -3 09 0 0 ~ ~ m a v » o co a° O~ O~ IOn vi O ~~` """ • N p N o n~~ c ~ o J' 3 J y° m ~" m O m v m o~ w 9 y m ~!? ~ oW y o n a D m =~ 3 y y m~° ~° o a m~ °' ~» y m m a a s m m n m ~' m ai D m ~ ~ ~ ~^ ° v ~ ? m c~ °m j~ d ~ y -~ a' O C O' ~~ ~ J v ~ ~ ~ v »~ = o ~ » m m a o n ^. I m o a a m 3 N y m o~ m m o ^. o m n n m y J m ~ 3~ a m `" ~° o v ~° c °' ~ o> o m > S m ~ m 3? 3 m 2° ~o ~ cn ~ o^ Q ~~ o v ~. ~, m p h p S d ~ N O p 2 f _, n o n m ~ 3 0. y <° n N m v o m=,~ m ~ v o. o a a y ma m» ~ m m n ~o m ~ 3 m J~ D ~ " m? o p1 g m m o v; ~ v o m m m ~ ~ 3°» m ~ m a ~ m ` ' ~ ~ C _ y~ O. ~ O ~ o~ J x m m N m x J a ~ S °' H m a d c ~~ H ° m v m_~ ' x ~ ~ 3 m ' v o a £ ma m m m a m v m 1O ° o ~ c » m a =. ~ ° ' ~ o a o `° m o f m p ^ Q 3~ m o £ m m o ' ? - ~ . . O' O O ~ C 7 tp d n N O F ~~ m a N n ~ -. m ' o o £ m m J m ° Q~ a a ~ 3 = ~ ° Q~ . d c o~ 0 3 a m m m F~ °~ c nJi a n o a, m - J° v o ~ n ~ ~ `^ n J a J ~ N a~ N v m " n o ° F v ~ G _ ~ O O° ~p O , 5 v ~ d ° ~ ~' o : ~ co m ^~ ~ ~ w ~'. n vm ~ m m Q o m ~ y ~ m m ° co ~ ~' o- o ~ ° m » m o m ~ o m J f .`° `° v o » ~ o ~ o o a w m ~ 3 ° ~ v to .~.. ~ O O N 1 m B ~ 3 tD n ~ io m o. n ~ '° `O o ~o ~ ~ `~ ~?' v Q ~ ° ~ `~. x n ~ m ~' ~ ? m `p1' ~ v m °. `= o~ ~0 a d o E ~ ~ f ~ ~ v ~ f?D O O N S ~ ~y.i o j~ m° _. n ~ __ J~ J~ ° 3 q ' cam m ° o. ~ o ~: J '^ `^ '' J m o a ~ N o o N ° o m v ~ m N ~ . ~ °-' m a N o m° o v ~ y O O, n Q n m~ m m °-' ~ a d m m N = n~~- ~ ~ m m ~ J ~ 1O c . v ~ c Q ~ 3 !^ c n n ?. m~ a J» N o o v Q J N y d '^ °?? ° o~ m ~ ~~£ o- m m 3 m ~ j o n ££_ m v" O 01 _ O p'i 3~ n l~1 \ m 0 0 ~ m ~ ~ m~ N m° » n n ~° v ~ °~ ~ m' d m° o ° o m ° °. ~ m P J m m o m o g ~ 9 N~ 9 £ ~ o° J ~ N a n ~_ 7 O 1 _ n 3° n~ c N m m m ° m 'o Q `D 3 o m E ~ m . m m Q m N n m a o -~ ~ `° o a x, a `° ~ o ~ ~ ~~ ~' m m°~ w m ~° J ` ° ~° m ~ ' o a m o d a s m a 3 ~ ~ J d» m N a d ~ ~ m o: n o m ~ m . 'p. ~D m o o ~ F. N~ N G ~. C=j ;~ I~ 7 m _. m ~< x N fD J ~~ ? m J~ o~ m n m ~ ~. J 3' o o- ~ °1 ~» n =. °__ ~ ° . a_ ° J d v n-~ ~ m ' ~ m d o° y J a "' ~ j J S O O O ~~~ ~ "' a o m~ y m o m n m ~ 0 0 o J o n J o v ~ m 3° £. m m umi m m c m m J m- io J .., J m ' o? m n N o n y ~ o m n ~ '^ ? o` ° ° m rn °° J? o. m y o '< ~ . w N J + o~ o° n ~ ao ~ 3 3 m n n m c ~ m» d = o~ ~ H C ~ II' fD T O fD O. fD = N cD m J° to 6) N ~, n ' m o ° ~ d ~ N J' ~ A O~ O~ J m N ~ ~~ n ~ m ` ^ J 7 ~ o io , _, m N J m n O. p ~ a N N °: 0 . O Q .-. (0 < J 3 m `° J >• m A ° O ~ 0 N~ C a ~m N v nB a ° - » ~<o F'm o = f. » c ~ m° nuJi ° m ~ . 3 m ~' - ° o-nm Qa n m c m m m n m ~ m ay o o . ».m ~ m m ~ ~ ° N o m 3 mono ,. ~ ~~^ ' n ° - ~ n. `^ ~ m o O ~ .O.a ~ O p ~ i Z m ~ m~ N N m a' ~ m m~ ~ ~ ° m a m .-. m ~ 4 -• o i Q o J o p y> >~ H m n m 3 y '^ ' c ° a o m 3 c. ? o m io ~ n J m c d m `,_ m ~ N ~ c ~ O ~ n ~ ~ 3 j~ ~' ^/~ 111 -~ ~ o ~ w ~ m a ~ m~ o . ~ ~ c n y _ o m ~ m a i m ~ d m ~ a a <o ~ o ~ o m n £~ n ~ ani u. N N o ~ J ~° ~ N n~ d m a ~ 0 0 0 Z ~ N ° N ~ 9 o J O OO ~ m J 0 m ~ ° N J m 3 0 o J m 9 C m a n A O N O . J' n O n S n n ~ ~°_ ~ m 0 d O (n m ~ o N O m n n m 6 (0 ~ J - n ~ C ~ y t/i ~~ 1~ _ ~ O m m J i m ,z -1 n ~ >• = Q m m m m o m » m N ~ m? m a ° O n f/i lp m d ... d~° m n it ~ ~ ` ° J a° ~ c< <o ~ £~ D v ~ m ~ m m m o m ~o ~ `° v F ~ `o n ~ C~ ~ S \ p~ " ~. q O fp Co Z m F n o m c o m n 3 n_i m a n g °' _. o N~ y~ „Z J q <o ~ J J m °' J= n m `~ a o ~ J m ° c ° o 1O c ~ ^ O :+ O .n.. O g o m y ~ 3~ a ° a ~ 3 m v~~ n J pJ m m m ~ o r o N ~, » d v m ~~ w o ~ a m m o m m d v~ o - ~ d ~ ~° a m d 3 0 ~ j ~ m o n t -'m ~ c a °? m m a . ~ A n a m '° cn ~ F ~ N 61 ~, z n m ~ c ~~ m° ~ m ~ .-. g ~,~ o m ~ ~ _ c ~Qm 3 wa p J, ° ... 0 3 d ~ Q~ O fD O ~ =.m ~ m ~ c w~ ~ ~ nmtO m N m I m o ~ m w 3n F ~m a» ~ 1 Z ~ J m~ t0 ~ n C ~ ~ J ~: J J ~° A d m m N .-0 v n ~ m ~' ~ ~J n T N n O~ i j 9 ~ ~ ~ ~ (D m `~ N O O f/~ N F N l n N ° A ~~ O d a 3? ~. ~ a v a o m ~ m ~ a N ° °_' o - m y W° c ~~ ~ ~. O N T Tl O m ~ o o. O' l0 m j N ~ J ~_ O `< ~ O^ m = a 3~ ~ m m D. n o ~ -.. C o~ - cao n ~ m m ~ N '" ~ _ 'o m m ~° ~ ~ o F D a ~ ' 0 6 ~ C C O (~ C (^-l A N ~ < S m ~ ~ Vl (D ~ _w ~ ~p ~ f O n ~ 7 N Z Z N ~ mm OC) ~ W Do N m~ n ~ m d ~ m D D W D o =v N m = ~ N~ ~ 3 n m c 3 ~ j m 'J^ m ° v' 3 3 co O~ v D ° m io ~ cn v (n ~ a m D o D a. £~ m ,. -~7 V a o o~ m ' ~ ~ ~ ~~ .. 3 a m ~ ~ m V - a o ~ m N A W N~ O <_. ~ '^ a i m a oci m ~ 3 ~ ~ f 3 J S 3 n J ~ J j =° o N~ 7 O N c n m CCi ' _ f . £ j f1I. O <O W V m N A W N~ rn ~ O O y 9 N C] o g m a m c» f D -•', o m 7 m N" J a 3 a m m J ~ c ~ S o - m °_~ n m^ m y ~ j o a _. c~~ m o ' T v o cn = ~ ° m ~'~ ~ `2 n O 2 ,n D D~~ ~ m m n o `2 n~ m ° " o ° n _' m a u i o m~ m o~ m vm, o , m 3 ' ' ~ m ° ~ •2 0- o vc o o m `D N 3 m ~. ~ n o a n m r C7 O O , m m ~ a - . . o ~ n m . Iv o ..•• • a j m j.~ m _,. ~ m» m g m m m m n; m o m ~ ?. o ~ a _ a °- - ~ o m v m ~~ ~ N co m y v m m °- m ~ ~ m o f m° m io .m S ~ g a m m N. a tD o f. o °' m ° m m coi ~ ~p~ ~ ~ m io~ 3 ~~ ~ D m J n ~ m ° ' S 3 n m ~ j ~ o a° ° v c ~ v~~ m ~ D J c d c ~ a ~ o 3. m r' n~ n' m~ m m ~ m 3 o m ~ ~ ~ ~'o c~ n W~ `" v o m m v~=~ m y ~ ~ ~ n~ » g f. m H~ v F n a• ~°' o ~~~° 3 v o m o - ut ~ j m I m o ~ ~ p, CL - = a m m v ~ v N <~ m m m m m f o -' ~ o i o m o c u o a 5' ~» v m m ~H _ ~ ° , a o Q m m d v 9~ o m J n o O 3 m 3 y. n o v<~ N o H n 4 m o m m m o o 0 m m o m o c a m~ ~ 0 o N m n m ~ v o. `~ x»} v J ~ F 3 ~£ `° ~o = m m~ B m . O D W D £ N , o o m y -~ m o ~ c m . m o o 8 0 c o v m F £ ry ° n -' c m m m of F m m =~ ~ N c o m c_ m o S a m m J m ^ ..n ~ ~ o m m m ~ -~ o m ~~ ~ a N m m ,_, f, = =Q ~ ~.~ Q o v m m n ° ~ m J m m v ~ ° a on m j `° `° ?~ ~ , v ° ° m m -a my `" " m mp d .-.n m» " m m ~ N a J~o D `~ o p o J a ° ' 7w o m ~' m ~. o y 3 5 ~ m ° -' a ~ .. n~° m ~ ~ ~ m o- ~ -, ° ? m o m N ~. .o c m~ m ° ~ F ° a n ~ 3 m - ° ' a m m m m o j~ n . n ~ m TT s m m i o a m o m x 3 m ~o m m m m ~ ~ Q J m r n m 3 -~O m o v m a m N o ~ o .. J J - y m '" m co g m~» } m £ a a,m y 3 ~ m o o m N ~~ ~ m c m V o D Q- o• °~ `" 3 o v _ a N o~ 9 H ~ 9 o' ~. P o m m ~ m o w °- m a m N ° i~ o - v `° d n° o m °~ ~ TT N ~ O m m m ~~ N ~ ~, a o. ~ A " m J 3= m _ m N ~ 9 O j O a >• ~ m C j ~ S y Q °-' m° a• .< e/I N F m m m P m a a ~< 6^ o ~ 6 ~ o m TT cmD ~ o n F ~ j v n m ~^ d~ O v ~ m on ~~ m 3 N ... ° m ~ ~~ °a f a ^' N ° °- m m o N v a F =. m m °^ "' H co n o3i m = o a °^' 0 3 ~ ^ o d N 3 m m n 1 ~ 1 = 9 ~ m o n J 4 o q c~i a ° y °~ p1 ~ a o. o =~ £ F -° ° ~ m~ J 9 ~- 4 o c ~ m m N ° ~^ m Q o ~ o m m mam x N 3 0 ~ '_' ° °m I ~ ~ j o 3 d ~ ~ ^ io n o N o m m c ... _ f. d v ~ = o m m n . ~ m m .c°.. ~ °J-' ~ ~' ° ° °' m m ~ o N m m a _ m m ° ~ v g , m ~ ~ m m m £ =~ w ~~ ~ £ > > ~ ~ a n ° _ ° m n ~ a ~ -' n n Z 5' 3 x w ° °. o ~ J ,~ n m y f. m o- a O o ~ m J m ~ 3 to F m m" a aci d _ Q m m F ~ ` o v ~ N . o ° m m, m a m° ~ m m. ? m m o 5 p1 m J o n m v m a y J v, a j N' n m n j =. < m ~ o 0 O D ~ 3= m `^ m m 5 m ~ m~ m n m~ ~~ £~ m m m co m m 9 omi ° c .-. c ~ 3 K 0- c m m o n m a °^ n `-~. ~' -o m v m m m cmi m= n v °~~ m co 'm °. o. 3 w p m Z ~ y o m _ ° s n o m° E m n ~ ~~ c m o m J o ~ o o m~ ~~ a m ?~ n ~, m '^ o m J Q m c C~ ~ o n o c n m o. n~ o- . ~ ~ a~ ~~ o n o ~' °~ m ~^ m m ~ n m 3 ~ m~ N m o a t n ~ ~ ~ o m N m ~ N iv ^~ o N T1 V ~ _ F 3 o ~ 0 ~~ m v o ~ 0 0 . 3° t0 o m~ m~ ~° ° m o m _ 3 m o~° a m m J p `° ~ ~ J ~'v . ~ ~ m m ~ m o m ~ ~. ~ m 9: 3 ~ ~ ~ m m m a . a a ~2 ~ o^ ~ y oni m ~' m 'D ~ o m m 'm^ m ~ c o ~ m », £. o~ y~ m a ~ m ~ m. ~ m n 6 m° n m ^, n , ~ n ~ N c n v , N m m ~ ° c a Z 3 a , f' o a o 0 J 0 0 3 ~ Q ". a 3 `D ~ m . w j ~ J n m o m »~ ^' a .' ma ' ~. m ° ^ N ~» F `^ f '< o- 3 m m ~ ~ o m m m a n n a v n n ~ ~ '= N~ m m o ~ N m S , ~ o ~ m m f. o. ~ co C~ rn a 3 n ~° m ca ~ ° 3 o3i » ~ o c E m~ c"~ n c ^ n' m o ~ o o n J- o ~ m J ov m o s J m c av m a• J ~ o ~ J o o- n ~ v; m ~ a J. m m~ c m N ^ B m m m m `° m~ Q N. ~ 2 3 N `. 0 ~ v- - = rn t0 » ~. J j ~~ O y~ O N C B o m n£ O ~p ~ 0' ° ,n.. n d O ~. ~. C m o m' ~ ° ~ m c m y m n a ~ c ~ j c m ~ ~ c a o m c ~--; ~ . ~m'"- ~ ~ o n - t~Ci ~ -. ~ 7 m ~~~ _ :_ m . _ p -- ._, W N '~ 3 N O D J T (T A o m o D m W N -` 9l 0~ 3 p~ `2 m ~ m ..~:. ~ i J 0 o ~ g: 0 - ° ' o ' o n ~ g 3 ui mJ v o - n J ~` ~° N m ~' a m O m y o n~ f. ~ n n Z -1 (n ~J co `° o m J o a 3 ~ m o~ N m m a N - v m a . ~ ~ m N o w ~ n ~' ,j J o o (^ a ~ ~ ~ <o m N ~ ° m `~. m o a o ~~ a N ~ m o p U7 (n C7 ~ _ N m o o' ~ ~ m' m y~° » c v m a m ° F' m °m a ~' ~ o v ° n J o - ~ J o o < m ~~J o c ~j J -. 0 0 0 3 ~ ~ • • • • • • . • . • • ~ . ,-. ° , . . ~ o a ~ F N o ... '^ • • d ~ • m • D • ~ N • G N m~ O O o n 9 ~ n~ m ~ F °1 m ? m p m o n o m ~ ~~ J v n v ~ n~ a m o° m m m m ~° m o o a~ 3 m (n g~ D o 'o m °_' 3 m y=' v m o 3 v p1 w °' c a J. ~ J o n N ~ f 3 0 -~ ~ o m e m~~ n a o v o h o ~ ay ~ N o m n. o o~ ~ J m ° m N ~. ~ r Vmi m 5 =.' m° m m o_ c m m w m m N m ~? a m m~ m n ~ tD m a m °_: ~ ..°~ ~< o ~' °' m ~° m' m' m m m n m ° m l c `" a a x ,- m a a m w v w~~ N m F m m w+ n m° m ~91 m a m o m ~ < n~ m~ a N o~ J~o ~.v ~~ ~. ~ m 3~ m m o m cam ~ m d co ~ j v m o ' ~ m m N 3 oa J ~~ n ~ ~ m ~ N y o °-J'.~ o _ ° = m `" ~ _ ~. o S~ m°~ ~ a ~ o m; '' i m o Q c m a y m . m m m a i - a 3 d m~ m c D ao = 3 ` , m ~ m 9 o a N N ~ m ti O 3 - ~ ~ m o m' ~ o f F ~~ A J ~ ~ o- '• m a m J~ N~ o y m ~ F o' m m ~ .z f. n o a !' N m a ~ ~ m a m a m ~ m ~ ' . N ~ O n- ~~ ~~ ~ o ' ' j ~ p F o ~ ` N F m n J z v N J n 3 a ~ m N a S a ~ m m m o o c m v v m v ,? a m J ~~ m N $. o- m o a m m e v , _ m o o^~ m° s o'_ o o ° c a= m 3 " 3 v° 3'N 2 N n `° c m £= m >• v n o ~ m o d$ v s °' d o m ~ o m f n° ~ . a° m a m m£ m ~ m a m J ~ n 3 ° o N m ° m m o n o m£ ~ 3 °` y ~~ m m N c m y N- ~ ~^ m^ ~ n »' v m J m J c c ~ ~ a m '~ n~ I m o m~ ~ o v J m 0 o in N m v ~ c ~ v ao ~ a ~ H ~ m c m ~ io ~ n m y f v ~. ~- ~~a ~ m m ~- ~' o a m y o m v » N m o a v a a° - a d£ v o H y? ~ ~ m < n o ~~ m ~ n o N~ a v o n m m a . a- ~~ ~. o m a u i ... o. ° m° - J n m 3 °~ o 3 E n c~ ~'o n o o 3 J ~ m ° v N N N ° ° ' ~ ~ m m ' o ° `° O ~~ v ° m O' ~ v '° N m o co ~ m om m a ~ ~~ m uJi m a~ 3 n ~~ N l0 m , ~ m~ m v 3 o n, ~ m O m n. - : m d . 6 ~ i a c O m ~ a ~ - ~ O rn z N °' m O v m " F `" ° , C N ~ ~ f. n 3 3~ N N ~ m d v ~ m d n A d N .: 6 N m o ~ v oci m £ N y--~ m J ° m'z 3~ d 9 C£ m o ~ 3 ~ °i - °-' ~ `° y ~' N ~ ~ '< m o = ~ m ° 3 °-' ~ n n N ~ m ~ j ~ o- ~^n ~ S ~ w ~= 3 io ~ ~ m a -, 5 0- a ~° m ~ ~~ v " °-' `° ° n a a° , _. J- c m m £~ m ~ '~ m a y o' n ~< = m c Q a ~ a F. m m~~ 4~ ~-~ ? o_ m a m n .-• 3~ o- £ m o• m m o ^. m a n O ~ m n m a ° ~ o m a ~ m g S o N o Q c ~ ' m o~ m a N m m w m m o• ~ m o o 'o v' ° m o m a ~ m m~ a• o n 9 ° 0 `° ~ ° = m m m ° m of a m F o- ~ f m ~ ° m m m a z m ~ c ~ N n N~ ~ ~ m E m io °- o m ~ ~ . ' N '_ n m o m a a p I m o m ~ ~ m~~ ~ ~ ~ o >? ~ m a 0 3 a J m m o ~» J o v m J a ° m ,~ ° m '_-' m J , o m o a Q_ m° c o n 3 n o m a o ~ co c m o -tea o '^ m n m ~ g 0 ~ m m S ~ m o £ o. m ~m~m o. o o a n'no_ 3 n o ~ m ~ f.o~ o F ° mv° a m n ~ a° v o m m J ~ o•° c m . ~.~ m m ~ a ~ c 3 m° o m o v m m o d J ~ v D J ro ° ~ m~ z '~ m n °n c= B, B ami may ~_ ~° m ~~ ~ m ~$° ~ m 3. io m v ° D z o m v m a 3~ m ~ v m m a a ~ ~~ Q m~ »' F o a ~ m~ m m m ~° g J.~ c°~° d 3 a n f ° m °1 ° m a a n c f. ° ~% ~ m N 0 ~ ?.o ~ o m J n ~ ~' S B~ ~' m o. N 5 c ~ ~ a , m » m m n m n m m~ ~ `~ v ~ =. d 3 J _ 3 v ,~ ° °_ °~ F m m o =' v~ N m m 3 m ~ 3~~ S ~^ v n m '- H v g o n h o d » m Q o O' ^ Z m °' ~ `-^.~ D -~ N C c mn 3 o m° a m N O S ~~ £ n=~ = 3 n m m ~' m y » m m m~ v O F J m ~ _ m m m J - F m N 3~ m o n J » n O' ° m ° 3 v 6~ -. m ~ c ~ N O O °^ i m' ° A m d O m d° J v i ~ d O O~ n ° - m a to d S p~j ~ p n O m a o. a m a ~ ~ ° °m d ' v v a ~ io y m a ° F a n m am o~ ~ a ~ °' - m a m J m '- m m a ~ m m ~ ~ ~ ~ N 3 tO F~ m_ m~ ^ Q ' ~ ' ' o y m y a m ~ m- ~ c m m m ° m 3 vo ni ~ a m~ 3 ~ q o °- o i J £' n m ° 3 ~ ~D ~ m m ~ T N cD m a m m ~ m d £ ~~ ~ S o v £ o - ~ `~ a m m o ° m ui ~ J^ ~ X 3 3 v ° n ~• c j J 9 ~ c ~ n ° a n m y o J ~ v ~ I m o Q ^ a~ ~ rmn ~ ~ ~ 'o v N a~ Ul ~ v `° m= a `D $ m f m ? J . ~ m = >_ > = o v C a a~£ >> m 3 o m m' e v `, f$ m o- `0 3 °^ ° J- ^ m o ~ J_ m 3 ~ o• m n o >> ? m~ o f ~ m N m m ~^ = o a o n F. m = _ n m m a m o (n m o_ m m m~ a.~ m ~o o » v v= y m- m ~~3 n a N m m g m a- m~ n `° "_ ~ a m ov aJ n o ~~ a `^ o a N o n e y ~° m c a m v, ~ °1 m °-' m.c a~ 9 m' o mm= o x ~ a J m m nu, ~ m ~ o m ` m m a m m m~ c ° 3 m m Q m o ~ m ~ m o n ^ ~ n a m o m j m m m ~ 'm^ n 3 0 3 0~ m v? v c ° ~ ~ m d N o d a ~ (,/) m o m m n? ° ~ . N - n m y a . u ~ - ~ m m n o 0 ~ o a a ~ ~ o m v _ ~. '. g S:\ENG\CAD\PAV-STRM\dubuque-church\Plan Set\A06 Erosion.dwg, 4/14/2008 5:14:25 PM, \\cityprnt1\ENG_Canon ' \; g0' ROW _ ~ '~ ~ ' ~' ''._ __ _ ~ ' ' ~~ ', Q _..... ~ < ' Z < ~ f T I . m~~ ~ _ __ ~ r Ill z , o~ m ~ ~ Z~~ z ~~m ~ ~m~ m o o n n o < z n D-~~ ' - - D O a ~, „ g r ~, D cn 0 m a O Z o n ~ N C ~ Z ~ - .. O ~ cD C ~n cD n c i ~ < S N (/~ (~ (D C1 ', .. ~ - 6~ O ~ N D D O N to ~ O O ... d d _. C7 D O ~ ~ N ~' j ~. ~ .. O .. _. ".. fl. ~ d ~ W O D (A D ~ ~ ~ .. _... O ' n N Dubuque o~ ~~ Street _~ ~~ ~O ~~ O m mn ' ~~~~~~. ~ .~ ~ ~, ~\ ~ z m - _ ' ;. ~ ~ 2 _ __ ~7 _ _ ___ ~ ~ m~ nm -~ m --i =~ ' ' m O r r- ' C ' ' ---I ' O z m ' m m ' rn O ' ~ m _- __ Z m __ Cn T N ~ ' CT7 ~ v ' D ~ ,, _ __ ' o~ rn "'" r~ Vt /~ lV fi"t" S:1ENG\CAD\PAV-STRM\dubuque-church\Plan Set\B01-603 Details.dwg, 4!14/2008 5:14:34 PM, \\cityprnt1\ENG_Canon y p) Ui ~ W N Z • • ~ ~ O m m W ~ W ~ D ~ to ~ ~ ~ m ~ o m ~ ~ r m~ = O n m ~ N ~ N ' 7 W O n0 Zm~° ~ y Q -- a ~ r ~ m r ~_ ~C~_D N N ~ ~ _ ~_ ~ z ° ~ ~~ ~z~ ~ Z D m m ~ n I~~II IIIIIIIII z `' ~° o O ~ D z ~ N _ mD ° ° ~O = ~ C 11- -II ~' D~ ~ c ~ ~ nm O m D I I ~ SI ap -i o ~ r D ~ m Ti C D ~~ I o r m ~ ~ v °Q Z m m 1 1 , ,' o O ° m 1111 , O ~ ° ~ D r~ ?~mD O Z r*1~~ ~ wo m ~ m p Cn ~ U) ~ ~ Z =o4cno Z ~ ~ ~ zr z I ~ °9~ ~ ~ z ~ c~ r''~nc~~ c o~m c o } ~:-~: ~~ Z f~Tl ~ y Z~2 = m Z Z , -~ ° ~ ~ ~ - f T1 N C 2 C ~ = m ~D D ~°D~ D ° ~~ m o~ ~ p r r m (~ m ,~, o ~ II- ~oz o m Z ~ ° -~ ~ m N r m C) om m ° m ~ O m ~< cn = =Ii1-I i I-I ~-, ~~ -III-III--I 11=! I ~ ~, ° O ~ D n D ~ - ~ ~ = m cn o ~ ~~I z ~ ~ _ ° ~ ~ ~=III-I I ° D ~~ z ~~ m Zm Z C7 Z O O ~O a~ ~,4~ ~ m ~ D ~7 ~ n° O r ~~ < ~ ° Z N ~ ~ cn r *i Z D p v ~ z D ~ ~ _ -~C = NZ om W ~ y ~ O N ~ Z m c~W ~~~ D D o m D ° O O 6 O ~ m ~ m N D m ~D 7 o ~ O L N O ( ~l m o m ~ A W Z O N ~ O D J w n o O '~ ~ r nm ~ O~Z ~ ~ '" ~ v ~ 0 m C ~ ~ ~ ' rn D 11 - C ~ 0 < < z Z -I 1 = 1 I 1 z m ° m m o o ~ I I1 1 I I-1 m No m~ ~ ~ 1111111 ° ~~ N Z' ~ - NZ m D z~ -+ m cn o ° - I DD o < = z ~ mm ~ ~m D S r'-' m z ~ cn ~1-I III z< m G7 ~ ~ r ~ O „ ~ o ~ ~ m o ~ ~ ~oN ~ IT' ~~ °~ o oz z z m N m =r r~~ rrl ~ fTl I C o D n n ~ ~ m ~ ~ ZC) m "{ND O- CO T. n D z i~ oD o = m ~ rv° r Wn~ ~ c o . cn Z 0 2 r rn ~ ~ ° 4 ' ~ ~ ~ ~ n ,rT, ~ z n O ~mD ~ cn Z r~ --, o ! I . a ° '"~ D m m ~ ~ ° ~° -~ No ~ ~ o ~~ ~ ~ =1 I -III': I 1=1 I ~ ~ ' I I-i 11=1 I I - ~ o ~m~ -~ ,,,~ '1=11-11 ~ v ~ v ~--im z o zC m D D o m = ~ ~~ C ~ N C ~ n m O mOW O n. J`LD Z O N ~ C7 D ~ ~ T ~ C7 m r cn c ~ - N ~ j ° _ ~ Q m~ ~ ~ O N r _. D o ° ~_ - o ~ 00 -1 p~ ~ I I 1=1 I I- m' C p ° -i ~' ~ D -11 I= 111-1 ' ~ ~ C ~ -~m cc 1111111 D ~ ~ C ° zmm oN ~ r 1111111 ~ v7 ,,iN~ ~ D ,__ I O ~7 ~ D _~ D ~ _- ~ ~ O frl o D~~ x ° D ~ o D m _ ° W ~ ~ ~ ~ ~ ~ Z Z ~ g ~ ~ ~ ~ . z C ~ ~rN ~ ~ . to \ o DNO z ~ ~ = ~ ° ~ ~ ~ O _-III- III-II I III ~ ~ o ~ ~ z I- II1=11 ll ~ ~ m(7p ~ D r D lu ~_-_ I11 111 n ~ m ~ m z rCZ r m ~o o ~c -,o 11 111 ~ C7 rTl `~ N ~ N ?' o -1 I I- -~ m ~ _ -i ~ O ~ z + ~~ 7 (D m -{ D r m m ~m o~ m r ~ ~ x <~ =o ff ~ n _ ^ ~ `J mz ~m c,~ ~ C7 ~ = ~ T _ m f l z~ ZC~ ~ m -~ ~ ~ Q oz r o ~ m c ~ D n m oN D O Z O ~ O ~ ~ a "' < ~ m ~O D ~ z D~ r, ~~ (~ ~ ~ T _ ~ I Df « X Zr0 N ~O ~7 ^^ ^^ Ll l J ~cD - z ~mA D G7 y 0~ U e"•J ~'7 ~_ ~ '~ ~ -_- . cxs 0 l ~ $ T ~V Z N m 3 m ~ ~ ~P . -:. -'. ky ~ .." ~ ~ ZO ( ' _ U1 ~ ~I c ~ ~zo = Z cn - ' J ' `l : ~ U.~ D '~ m~vi ~ ,. i _~..~ T ry m ~ m ~.i O m D m x' " ~ _) z N N N ~ -' ~ ~ CO Q7 A = O J ~ ~ ~ cs N O „~ - P W C... i I C N I N I N I N I N I N I N I =~ ~ O I rn W O O W W W 0 0 Q m N ~ z W J J Q~ Q~ CP ? -P W W ~o = " 1> CO N ~ O A W N O~ O f' l Cn z o o ~ ~ J J ~ ~, ~ ~ = ~ I I I I I I I I ~ a ~ o ~ ~ ~ o w ~ ~ w ~ r N m N ° v N (~ ~ N oo v N D ~ , n ~ ~ W ~ , D z m Z O r~ N N N V7 C71 N N N Z (n m r A 0 A 0 ? 0 ~ 0 A 0 ~ 0 A 0 ~ 0 r' ?~ ~ _ m 0 _ o 0 _ 0 0 _ 0 0 0 0 0 0 0 0 0 0 0 ~n X mrr~ X ~~nn X w ^~ w D ~ D mm X ~ ~ D m D~ m~ ~ -~ O ~ N N N r N D X 'p ~ W r D X -O ~ ~ T. m u m m ~7 0 0 0 0 ~, 0 0 0 o T r Z~ ~ m cD w v a w o r ~I A A O ~l m Z m T r ~ ~ ~ ~ v v ~ p 0 0 0 0 0 0 o p~ 0o CTl N ~l j W A O ~ O o W 0 W 0 N ~ r Z m ~ -0 ~ ~ ~ ~ r C1 m r ~ D W ~ r N D - W ^' Z Cf ~I V7 0 C.7~ o A D ~ ~ m N A rn ~ Ul m ~ A rn ~ Ul cn m O ~ i 0 V o A Z ~ f/1 ~l v V o 00 W ~ o N ~ iv ~1 ~ m ~ Z D y ~ ~ ~ 00o m ~ ~ r O O W V ~l o ~ ~ ~ O m y Z_ C m ~ F~ ~ x D ~ J D O Z ~1 O ~ ~j ~ O ~ \ 1 ~ ~ _ Y ~ ~ ~. - y i om Z ^^ N y! ~ C~ rrt ~ fTl X = Z z ~ m ~ ~ m~ z ~ z n ~ ~ ~~ ~ ~ D z ~ Z r ~ '~ ~ ~° D ~ C7 (~ I AIW D C~ Z ~ ~ /'~ - ; ' ~ G~ ~ (n ~ O n t J ~ (n D e p ' D CD I ~ T OT O O ~ ~ I a i ~ = ~ ~~ ( Jl ~ s D ~ ~ ~ \ p /~D"D p c~ ~ !!^^ VJ ~ ~ z r D D ~ ~ m ~ n r~ r*i c m / A V ! T ; .~ r -i n m W Z G O ~ c 1'I ~ O D Z ~ l J - ~ O D Z ~ 0 ,\ m ~ cu ~ ~ ~ N Cn -~ -D I; ~ o Z c=or ' ~ ~ ~ , N - D N ° ~ 1~ Y ~ r (n rr~- ~ I I o ~° oz oz n D G < ~ ~ D 0 (7 ~~ a Q m ~ _ Z ~~°~' z ^ C r ~ ~ ~ ~ /~ ~J ~ m ~ ITl _ (7 D O ~+~ 000 m ~' ~ ~ D --I J O ~ Z - ' ~- ~ co ~ ~ ~ O "*1 f ' a n D ZZ7 Q -~ °~° ~ z ~ ~ J i i ~„ _ a ~ ~~ o ~ n ! - ~I ~ e w x C O r ~ C7 ~ ~ D o ~ Q J = ~ D < D o ~ ~ Z m _ C O z ~~ rr, ~ C/~ C c ~ x ~ _ Q7 ~C to m D°~ p° m~z ~ Om zD ` ~ ~' ~ ~ ~ `I cn m = D ~D o D ~7 z ~ _ r ~, -~ n ~ ~_ ~ ~ ~~ `° O ~ N n m = --~ ~ m N ~ Z O ~N I Nrn m ~ ~ r*i m ~m O cn ~~ ~ ~ _ ~ D ~ A ~m ~~ m rrt ~ ~ m ~AIW ~ ~ ~ O C7 C~ ~ D 0 ~ p CN (n C ~~ O ~ z c i> ~ - ~ ~ m ~ n z ~ D c~= ~ D No ~,~ .-~ --~ ~ V J Z O7 m r m ~ ~~ ]J ~ ^ NCO D o~ can ~a O DD _~'_ C~ ~ n ~ K J ~ ~~ m O ~~ D D~ ..~ "~ ~ ~ ~ ~ ~ 0~ ~ 0 ~~ m N~ r~ -'~_. t'V 1 .. ;____ o~ o m n ~, ~~ ~ ~ ~-~ ~ ~ D ~=- r j :~ m~ ~ ~ _ --i D a ~ o ~ ~ ?,~, .. r D ~ ~ D ''' ~ ~ o ~ = ~ rv c n m 1TI W / \ ~ ~ ~ Z n Q z ~ Z S ~ ~ m ~ ~ _ J ~ ~ ~ ~ „ D ~~, ~ ~ m ' , ~ N ~ ~~ _ r N W J AIU W ~ O ~ N n n n ~ ~ ~ n n n N -+ 7 S S Q Q Q' S S c S C Q Q Q O ~ C ~ C ~ C ~ ~ ~ ~ C ~ ~ ~ C a C a C a o 0 ~ ~ s c c c ~ ? ~ c m c m c m c ~ ~ ~ N (n m (n m (n m (n (n (n (n ~ (n (n m ~ m m m m m m m ~ m m m m m m m ~p ~p m m m ~ > _ ~ , ` ~ O m m m ~ ~ ~ ~ ~ ~ 2 2 2 O r r ti v°i ~ ~ ~ r ~' ~. , . ~-. . ~.. ~ ~ ~ s m 0 r o 0 0 0 0 0 0 0 o Z D > p 0 0 0 T Z G) O' Q O' ~ ? S Q Q O' C C C O C7 C7 ~ $ ~ n n n Z (~ n -{ ~ S ~ ~ ~ c C c d n ' ~ ~ ~ G G m C m 3' ? ? ~ ~ ~ S S ~ ~ D W m m m m ~ c~ T Z ~ 3 r ~ O > ~ O D ~ ~ ~ f ~ w D ~ C o 0 ' a r ~ ~ r ~ ~ N v O ~ C.J J IV V N N r ~ ' Q ~ °p ~ o m rn rn r m Z m 7 r ~ O ~ ~ ~ ~ D n m ~ ~ ~ a o Cn ~ N ~ " N w 3 p~ < fll ~ O O O j N O ~ D ~ TT f J N m Z r m Z ~ ~ ~ ~ ~ N ~ ~ D _ 3 ~ o. O ~ ~ r 7 r N ~ ~ m m ~ ~ ~ r ~ ~ ~ n ~ W ~ cn rn o 0 0 0 0 ~ ~ ~ N A o ~° ~ N W m ~ ~ °' a ~ o p o o ~ _ ~''~ O O N O N m A ~ S m V 0 v a N m r N ~ 7 f0 ~ m S in ~ o m n ~ m •°.: v ~ ~' ~ a ~ II O D ~ ~ N ~ ? a N s S:1ENG1CADIPAV-STRMldubuque-church\Plan Set\B01-B03 Details.dwg, 4/14/2008 5:14:38 PM, \\cityprnt1\ENG_Canon y z C ~ O X D D o z O ~ ~ O I ~ I Z ~ O m ~ ~ ~ ~ z ~ O z m (~ li ~ ~ m ~z ~ n ~ D J ~~ z z r - z '~ ~ ~° ~ ~ C7 - D C7 D T ^ l , n AiW - z S~ O l f ~ i i ~ ~ T T N ~ n ~ D ~ O D ~. O D i i 'U C D u ~ T7 ~ ~ `° ~ /~ I ~ 'I = ~ ~ ~ U ~ `' ~ a °- V J ~ o ~ ~7D-D z~ o ~ v J Vl ~ D n ~ ~ i ~ fTl fTl ~ ~ r ~ -~ m oo z co C) ~o ~' D ~ ~ _ n ~ m ~ O D z " .~' O z n O T m~ Q C= O r i ~ ~ o n n ~ ~ _v D Q7 D (/~ cDi> r m ~ _ ° o o n < ~ D ~~ ~~ ~ ~ ~~ o a ~ ~, ~ ~,~o~, z C Z r T V ^ ~ ~ ~ ~ m ~ fTl o a ~ y D~o~ O ~ N ~ ~ J ~° ~ oo~ a a D ~ z~fo o~o ~~~ ~ ~ ~ a ~ z ~ f ~ ! r i C7 C7 ii T ~, O I,, C rTl X o ~ JV O r ~ c~ ~~ D = e O G J D D o ~ ~ ~ ~m _ C ~ z ~ ~ Q ,T, C/1 ~ n ~ X ~ 07 C ~ rn r o ~ ~ p D C ~ Z ~ ~ ~J O ~ to rn O m zm i ~ - ~ ~ -- -- -- - C D -a m ~ D m ~ r O D ~ z ~ r fTt ~ n I n ~ = C ~ ~ ~ ~ = CO ~ m m n rn = ~m m N Z O ~ (n ~ O) IT I ~ ~ rmrl ~ N ~ ~ ~ D cn ~N D D _ ~ ~ m m ~ ~ (n AIW ~ Z ~ O C7 ~ n m ~ O NC N r N ~ - f*I CO Q z -i ~ ~ Z ~ C~ = ~ D *~ N O ~ C7 ?1 '~ ~ ~ /n ~~ QJD m C~~ ~ ~OJ D ~n o-a ~ cn ~~ p DD ~ C~ n D K.J ~ C D ~~ m ~ ~ z_ ~D C D n D~ O O ~ ' J z o m n ITl ~w ~ ~ O~ ~_ C ~ o - _~ -- ~~ Q D o c ~ ; ; ~ ~ ~, ~, ~ ~ ~ D ~ o n - -- ~ J D , , . _ r~ . e , ~ D --- p z ~ ~ o ~ y. ~_, ~.~ m ~ ~ J .~ ~ m ~ Cn T ~ - N ~ n ~ m ~ ' m --~ ~ N ~ v, ~ _ r `~ >~ ~? o~ N -' ~ O O C7 n n ~ ~ O N S S S Q Q Q S 7 7 C Q p' O" W C ~ C C1 C (~ C ~ C ~ C ~ C A C (~ n ~ ~ ~ C O ( 7 7 7 C C C 7 7 7 C C G O" ~ (17 (n (n (D (D (D Cn (n (n (D (n (D V7 (D (!> ~ 7 (D (D (D C/> (n U7 (D (D (D N (D (D N N (D (D N N (D N (D N (D N N (D 0 7 C . . ... .. . ~ ~ ~ 0 O 0 ~ ~ ~ ~ ~ Z ~ r r ( C C y ~ a O ~ ~ r ~ _ 7 -y.. -tn. , n. C s ~ . ~- ~ O m 0 0 0 ~- ~ 0 0 0 0 0 o m D ~ ~ p ~ m 0 0 0 Z -~ Z n S ? ? T O (7 (~ + Q Q Q ~' Q Q C C C f7 Z C7 C7 C ~ C d C -Q ~ ~ ~ C C C n n n ,~ O ~ m m m ? S S 'C ~ ~ ? ? S ~ N N ~ ~ m m m O ~ ~ ~ Q7 Z ~ ~ ~ O ~ O y ~ m m ~ F ~ A W D ~ W W 0 a o ~ C r ~ r 7 ~ N v O O W N r N v O W O m O O r N Z O ~ r o ~ o -~ ~ ~ n ~ d ~ m W G ~ d 3 (J~ N ` ' A ~ ~ m O ' ~ ~ Z o v' o o ° ~ m ~ { _ D m s ~ . m T` _ v m Z rn cn Z .n A ~ ~ ~ ~ v a ~ ~ r ~ r- ~ ~ ~D ~ ~ ~ ~ r ~ ~ ~ ~ (~ p 0 n C ~ O O O O O 7 N A A ~ W m (,a,~ ( A ~ ~ ~ O ~ (~ 3 ~ ~ ~ ~ ~p ~ O o 0 o ~ o' J _ m w ~ O N O N Q~ A m 0 0 - r m ,~ ~ W N 0 O ~ v v n n ~ °~ m m °i a a _ O D 3 °i ~D ~ ~ a N N t0 S:\ENG\CAD\PAV-STRM\dubuque-church\Plan Set\601-B03 Details.dwg, 4/14!2008 5:14:43 PM, \\cityprnt1\ENG_Canon ' ~ ~J L y ~ m I'I ~ (( V/ Z O m z m Z ^^ LI n n T D D ~ ~ O p_ T T ~ O ~ a s O ~ d ~ O ~ pj f C m c o < _ °i ~ cn m ~ ~ w _ m ~ N o D D °' 0 0 a n ( ~ N Z ~ ~ ~ ? W N f Z ~ , ~ x ~ ~° fl ~ ~ ~ D C7 ' r 0 ~ D O r C7 ~ Z O 2 N ?7 f ~ Tl N - n o m o ~ D C7 -r"~ ~ O D r- < ~ ~ rZ CO~ °r m I Zr*I~ ~°D m ~ I v ~ ~ OC~~ cmn ~ O I O ZED O O ? ?tm I'TI OCR r W D O Ti D O O ~ Co 'O o C ~~-~ ~O D ~ C0 Z m E N O Z~ ~7 p N Z7 D O z C7 ~ ~ Z -i r Z ~ G7 (n ~ ~ r*i n - O O COO N Z G7 ~ ~r2 ~C~ W ~~ ~ - ~ N O _~ r C7 S O Z (n Z ~~ r co (7 Z m ?1 f T t D O n ~ 2 r ~ ~ W m W m z r D D ~ ~ , i ~ D ~ Iv ~ -D y r r ~ D O O (nr \~ C rn D o O 0 o r m ~ ~_ ~~ DO Z ~ OJ z ~ ~ rrI D ~ - -p ~ rrI (n ~~ ~ O O ~ _ O ~O = ~~ m z C p -~ ~ r Z - ~D ~ ~ m D ... ~ ~ O N m 0J ~ C O ~ cn ~ ~ w X ~~ °r m DD o ~ x cn ~ O o° ~ ~ ~ Q ~~ = Z D pN ~m nm C ~ C 00 D ~' ~ COfTI - mN m O- o O fTl mm ~ o ~ zz ~ < ~ m p- = D z zz ~'~ ern- ~, n ~ ~D zz ~ o coo DW r^ oC ~° o = m ~o ~ ~ ~ ~ m ~ Q ~ < rTl ~ N ~ ~ _ ~ ~ p v rT1 .TJ ~ ~ ~ Z D Z~ ~ ~ O fr'I~ ° ~~ T . ~ O UJ m o ~ x ~n ~ om z~ ~ -i ~ D ~7 C C7 N D L m ~ ~ '-'' Z -~ OC _ ~ rTt C7 m n oc z D o~ zo ~o ~ ~ -I z D ~ C =~ OZ = o C TI Z ~ - r ~O mrn o0 = r- -{ O cn (7 ~ ~ m ~l D ~ C O ~ _ _~ m ~ O ~ z r- O m O O ~ cn ~ ~ ~ r m cn z ~ ~ ~ O ~ Z m 00 r I'TI ~~ ~ ZN ~O = ~ ~ ~ ~ ° cn cn m ~ rn _C C N~ ~ ~-,i m N~ ~ z~ m =~ ~ Z~ o ~~ ~ c~ o O N zz o =~ ~' m Z ~ m Z m C!) D -I Q7 ~ D ~ rDS ' D ~n ~ C r- 2 - r ~ Z ° :U ~ m ~, , o o TI * r i ~ ~ z -I ~ ~, ~ ~ r , 2 p N ~"I O O m ~ ~ m ~~ r ~ D , a ~ m ~, ~ J C : . - ~' D _ , ~.~, ~~. _ - ~ .. j ~ C~ ~ y` w - - .- . ~ ' ?~. J-~ _ ~ ',~ - --~ c-°n _ ~' c N ~ Z: ^ J ~ ~, i ~ ~ ? O m W POST `'' `" NUMBER m X v v v m o ~ v m O r a N ~ a N m r _ d_ ~ m O D -~ O ~ r Z y m ~ N ~ ~ D ~ 2 ~ m N W N m o p w ~ w m ~ ~ 2 Z W w ~ T ~ 0 0 O Vt O O W Z ~ Q ~ ^w w N a ~ ~ x ® FROM N W W a N ~, CTR TO CTR o 0 ~ o w ~ cn w ~ ~ ~^' DISTANCE O ~ rn ~ cn o 1C #10 O # A v 01 ~ r V ~ O ~ W ~ A n # A _a A C7 ~ n Z ~ ~ A '~ Q N A W v W fIi W N N O ~ O O ~ # a „~ D r ~ p m N O N ~ Cn J W cn N o N ° d O X ~ < W ~ N O O ~ N O ~ (D # o m Z m A C7 J A w W O o N J 00 O (O ~ V W ~„~ n -i Z Z m n -~ ~ ~ A N -+ ~ (I~ A m W O o W ~I W O W ~l C~ W N ~ W ~ o C7 m c o m ~ o a -O- ~ v a m ~ T O ~ m ~ D ~ ^. ~ o v m ~ ~ ^w Ow O ~ ~ O x FROM o o o a o o o o 0 o D '- ' CTR TO CTR ~ o w ~ c n w CO ~ DISTANCE ~~ ~ r 0 2 m O ~ m ~ O W CD W N ~ (P r cD N Cn ~ O 2.. 0 3.. 0 0 4 m 0 5" Z n 2 n o O z 0 o ~_ ~ 0 3" A d ~ 4" ~ ~ ~ x 0 5" ~ 0 A D I S:\ENG\CAD\PAV-STRM\dubuque-church\Plan Set\D01-D02 Removals.dwg, 4/14/2008 5:14:51 PM, \\cityprnt1\ENG_Canon S:\ENGICAD\PAV-STRM\dubuque-church\Plan Set\D01-D02 Removals.dwg, 4/14/2008 5:14:53 PM, \\cityprntl\ENG_Canon '~ `~ O Clinton ~ Street ~1 y BRICK SURFACE ~I Om m ~_ Z D D oon T T ~ O ~ Q ~ p fl. ~ o ~ ¢~ c o ~ N CD n c n p < _ ~ Cn ~ ~ ~ m ~ rv Z D w D Z a ~ o 0 v ~ ~ ~ !Z Q ~ ~ ~ ~ O !!^~ VJ C - ~ ~ Q ~ C O m mn ~ _ m C z~ ~n ~ _ 7J ~ O~ L mm n m ~ ~ m 7J mm D ~ C7 D m ~ m a~ ~ ~ z CIS T N ~ cn ~ v 07 o~ N "" ~ Z O ~~C~ tmi~ fT1~~D ~o~< O ~ N ~ D-~~m ~00~ D OJ z m cn ~,~o cn m ~ D r D C r ~ O ~ C~ D G~ m ~ 0 ~W~ ~_ ~ ~ nm D Z m 0 ~ ~ D D r r N .Z7 \ mm fJ) m ~ v° mm D r Z O ~ z~ m 2~ mD ~ ~m ~ m~ O ~ N N v n n O N -~~ D m C7 C r ^~ lT/ ~/ V MATCH LINE 80' ROW ~~ z N z N O O z mn~ cyn m N ~ D Orn~ ~ LSD = D ~ Z '. rn rDv A m A ~mD \ z m~~ mvco c~ mom ~c~~ ~~~ m0 ~~~ x~x m om0 mmZ ~ v < m• v Zr ' ~ I °msD ~ v; o DDm mN z• ~ ~ NZ~~ m~o r D m ~ m r ~ m r to p O r .T7 ('~~ O ND~ C Z OD Z ~ ~ p N Z C n ~ i ~ Z ~ n n f!1 N m D r A Nr ~: 0 D r '' MATCH LINE N ~ m~ ov m~ DD rz O° z~ m 2 ~r '. mD mn ~m m ° r \` ~ ~ ~ ~'~ O ~ ~ m O (~ C ~ ~ D ~ ~ ' ~ o ~^ A r~ ~ m , A ~ ~ `•' 80' ROW v ~ c ' ~ m A N ~ G7 p (7 ~ ~ Cr z 31' B-B m ~, c~ A ~ m ~ n c ~ cn ~ ~ o w D r, ~ ' r y ~ , A ~ I I' n Z o ~~ m D ~~ °• o°~ =x ~~~ ~~~ I o ~~Z ~m~ ~ ~ m m°o ~ II ~g A A ~ A `VL1Y ~ Z D T. Z~ ~Z ~ j ~ ~ I m ~..~ ~ v ~ ~ ~ ^+~ i I rt ~ i ^. I - ~ rmi ~ ~O ~ - - S? - _ ~-- '-~ >- ~ - ~ ~~, ~ ~ ~ ~~ ~ e R i c K -- ~ ~ I -t! i ~ i P C ~. r-`~, - ~ 4! _ r _ ',' o Z ~ ~ IC.t'SA ~r--- N x r .., i I ~ j,..,~ c~ ~ m D __ ~~ ~ ` m~ ~ N ~ ~~ i= i I ~ ~ 3 ' ' s--~ ~ ~ ~ v i , i n a m in ' ~ FO - - G _- -_ _- - - _ - ~ ~ 1 c> ~ ~ _ _ _ - - D ' ~ ~ I II n ~ m I~ ~ I ~ I ~ A ~ T C '. ~ ~ I I ~ I D C7 m I II o ~ ~ I~ W V Dubuque Street ~~ S:1ENGICAD\PAV-STRM\dubuque-church\Plan Set\D03 Pav-Strm.dwg, 4/14/2008 5:15:01 PM, \\cityprnt1\ENG_Canon ~ ~- 31' B-B -1 'I ~ m O m D Z m m m m m m f mr*Immmm «G <<<~ O II II II II II II V ~ ~ ~ O~ ~ O D U~ O O7C ~O~Z ° II II II II II ' U N N N N N N D D~ ~ W W~ N~ x ~ ~ A A Co O W ~' ~ (7 C ,.., ~ m -'-- m~ ~vvz _..... ~ - ,. Z D Z Z -1 nZ~ ~~~ A S VI ~ __ y p o I m m m o pm ~Z °Z N `°~~ v m ~_ W =~ 1 Zm ~~ ,' f ~m to D + - .. - - _ r Z ° A ~ 00 ~ ~ I ~ ~ ' ~ - ~_ ~ -- r r I n C7 c , ~ ~ .Z7 N ~ a O ~ n v _ ~ ~ ~ ..~ ii o v mmmmf '~ ~. o w~ mmmm II ~ ~;:: ~ ~ N-- I Im mco ' ~ < < < < I _. _.... ......._ - w O~ Om m i > ~ A r m c o 0 0 = ~ .~ O, n~ _~ I p Z n O ~ lD O ~~ ~ ~ (7~ I m(7 ~- ~ vUNOO .,04~ ~ ~ ~ '.~ ~ nr ..2~ ~~~ ~ D ~ / ~ ~ ~ ~ O` AN NCO Obi .TI N \ ~t N .. ~ •,~ Z D ~.~ ~O O ~ Z .- ^:; ~ . s O a .o ~ ~ ., e I ~ • I ;;\\ _._ ___ A N_. ~ -. r ~ - ._ .. ~_ L. __ __.. - ~ ~ n ~ n ~ z \ ~ °D ~~ ~~ / ~ ~ v N ~ ~ 0 v v v D~ ~ ' ~ ~ w w I w ~ Z O z O r'v n m m s > ~ D CD~ ~ ~ (7Z ~_ Dr n .. f.. Dubuque ~ mD _ ~~ f~ r ' z _.... ~ ~ " ~~ ~z N Street D o ~ ~~~ 00 ~ D ~ ~~~ Cn 0 s ~ oo '," C ,, m O _ O m _ _ m n _ ~ _ _ _ _ m C ~:. z m __ O m D Z ~ I _ _ 1 mrrlm. ~7 _ mmm ,,, - <<<- O~-i _ ~, '~ '~ '~ m ~ - ~~~D r ~ m ' r moos` "'~ ~ A W N Z IO ~ r.,> x 00 ~ O 00 r N ' ~ '' ~ r D D Z r ' D ~ ~ N , ~._ _. N ~ ~ N ~ ~ _._. ~ = O O O D -- I ~"~ ~ D~ ZOO ~ .. .- _;_~ ~ rO OC= ~ I --r - ~_. .. O Z=-I -cnO D _ ~~~ t/~O ~-~ ~ D ~ Z ~ Z O fTl ', ' ''. ~ mN O~~ o° r~ ~ Z Z~x n ~ z r-I ~ rrl ~ n 7J C~ g cn ro ON ~ ~ r*i ~ z ~ ~ - __ -_ _ o cn ° ~ m D ~ O Z r ~ ~) D ' Z m ~ o ~ ~"' m ~, ~ ~ ~ ~ _- o 0 ~ C C/~ -n D N ~ r Ch ~k v ~~ ~ ~ _. _ O m _ _ W -' S:\ENG\CAD\PAV-STRM\dubuque-church\Plan Set\J01-J02 Traffic Control.dwg, 4/1412008 5:15:07 PM, \\cityprntl\ENG_Canon F n = Z = o A ~ ~~~ N~ ' N z c z z T ~ F~ --- -------_ ~ ALLEY c~ ~ _ o ~ ~ ° ~ I ~ N y ° 7 ~ ~ ~ D 0 = o m , ~ ~ S <Z . a (n Z ~ o Om Z ~ ~ N °n~ ~ w~ o ~ ~ 3' N m ~ o ' ~ , z ^~' ~ ' cn ~o N `` ~ ~ ~~~ T ~ O n ~ r~D O T Tl ~ O (D ~ O 0 ~ ~ a ~ o~v -- ----- -- ~ _ D ~~_ ~~~ ~~~ v N D O N °' o 0 Q a ~ ~ O d _ ~ ~ ~ a a ono v ~ v _o n N D l.I1 ~ C ~ C ~ ~ Om m ~~ m= Z C ~ ~ n ~ _ O~ m ~ n m ~ m m m CHURCH _ STREET m ~ ~ ~ ^ W cfl Q < ~ , ~_ m `/ ~ ~ ~ ~ ~ ~ o _~ ' O ° _ ~ ~ n ~ ~ m ~ o x ~ ~ ~~ n D D z r ~^ v ~ D < ~7 a°~ a m o ~ ~ - ~ os~ a D D z ~ m _ r `~ ~ n j o 0 . ~, m i0 d r m m Z ---~ ----T I 0m1~ ~ ~ °~° ~~< ~~ ° ;-~ ~~ o~~ Or ~ ~ ~ ., ° ~. ~ ~ boo ~~a - __~ D ~_ ~ ^n = l J Oz Oz r- p z m (~ T N ~ ~ ~ v L ~ 1 ~~m Jcn n o ~ '~~ ~ f z m° ~ s v o m ~ O ,.~~ aN m o - -i J .7] lD 7i , D .. O N r ~. fD ~ ~ O 0 m RONALDS STREET _ _ _ ~ ~ o~~ O ~ ~ ~ °~° ~ < o i ~ r C ~ Q n ~ _ ~ ~ C O ~ rt ~ r ~ c ~~= fTl ' ~ N ~. O ~ ~ ~ a r*~ m __ ~ -N=n ~_ ~-- ~ o D~ o ~ c x_ Q n, 1 ~ I ~ ~ i ~ ~ W ~_~ ~ ° ® D ~ ~ a O 7 0 ~ ~ ~ m m I ° ~~ ~~ ' ~ O ii ~ I o 0 m r-i I N o~ C D ~~ D l II , I? II I ~~~__-__-__- y ~_ ,, z ,;_, ~~ ~ ,_1______--~-_ ~~ ~' N~= OpD ~ ~ Z mom __ - G Z~ -- ~ -- - ~~ -_ ~_i ~~ ~ ~ ~/ I ~ j ~ ~~-- -- - I I '.. ~ D I I l i 1 ',I m ~I I I I N i A I I I o - iv rv m I I I O~ C D ~ r ~ ~ r D D ~ z z ',~ N Do ~ i ~ ~ C o ~ c x d ~ C ~ N ~ O !'' I ~ Q a o ~m v~ ' I ~ o --~ m ~ ~ ~ ~ m r~ ~ ~-, ' ~ ~ O 0 z ' n ~ A o i ~~ i 1-1 N ~ ~ N ' ~ ~ w~ A ~~ z u ~-, z o A VI =yG~ ~ i ~ y W ~~N N MI TT m C I ~ ti Z _~ N r D ~ D fl z ~ D ~. m =o ~ ~ D (D n ~ n ~ ~ ~~ ~ ~ N 0 ~. 0 a i ' Hl2iON '. _f C~ :U .Z1 7 7 7 7 7 ~ n 7 ~ C7 C7 0 C7 C7 ~ ~ ~ ~ ~ ° c~ o t°• 3 Q V V ~~ a ?, ~ ~ o ~ o • g o ~ a g g o - ~ -° - m Z ~ -'~ a `a ~ ~ - S - -~ - ~ a n. m ~ - - - (n ~ Z N o p ~ %~ -1 ~ N p ~ o O ~ N rt Z cOn ~ ~ O rt N ~ ~ ~ N ~ f ~ ~ ~ ~ O ~ O' A N ~ frI -~ ~ ~. ~ ~ ~ ~ A ~ O 7 ~ r: rt S fi N N .7-~ ~ ~ S ~ ~ 0 ~! 7c 7 ~ rt to O ~ 0 to O ~ ~ n fD a ~ 7 ~ S rt~ j- S '' n = 3 ~ "' (D O rt ~ ,-r rt p ~ Z7 ~ N C ~ O d ~ 7 ~ O j ~~ o~ N~ m m? o~ ~ o l o ~ I ~ ~ ~ ~ ~ ~ - ~ ~ ~ ° ~ ~ ~ ~ o am ~ ~ r:° o == n~ ~ ~: ~ °~s •~ x N o m a o o~ o N ~~ o j a .~ ~ p ~~ a : o O ~ j ~ ~ ~ ~ O ~! f/) 7 A ~ A p~ ~ ~ ~O C) ~ ~ O ~ Q fi ~ N (7 ~ = 0 ~ O p j O~ ! A O ~ ~ ~ ~ ~ C fi _ ~ 7 ~ ~ . ~ ° t n C7 C ~ ~ -+~ N ~ r. - °- ? ~ ~ ~ 3 ° ~ ~ o o u ~ ~ o m -~ 3~, o y ~ z ' z ~ - cn L - r _~ 2 ~ ``D^^ VJ m J _J -~ J ~I ~ ~ ~ ~ z ° _ ~ -- m ~ O O ~- -- ~ ~----- ------~ z ~~ DAVENPORT STS ~ ~~ - T - - - - - T ~ N N X o o~ ~A o ' - - z ~ o, ° o 0 0~ o , T Q o a ~ o N FAIRCHILD ST o T-r rT ~ n ~ x z o ~ ° n n N p ~ v s-ni'r" ~ Fo N N T ~ ~ ~~ ~ ~ r---- ---1 ~---- N ~ " o o~ P ~ ~ __ J __ __ CHURCH ST E -- - -- ~---- --~ ~ ° D ~ D ,.. ~~ ~ ro D N~ -° m D O ,~ -i ~ ~ ~ ~ ---- - ~ r~ 3 -' N RONALDS ST o ~ ° ~ ~ ~~ O __ __ ___ ~ x_~ ~ Z ~~\ m ___- __-- ~~ ® m A ~~ ~ \ ~D i ~ °, ~~ J ---- -- - I ~I~ BROWN ST ti N _ ~ CJi O ~L~ c .., i 4? ' i 1 n ,~-, __~ ° S=' ,:_ o ~ ~ ~ ~~ ~ ~o N ~ I ~ >ALI PARK RD i -' I Hlki( I A ~C ~ o ~ IV I ~ I a~ I n p oao O S:1ENG1CADIPAV-STRM\dubuque-church\Plan Set\J01-J02 Traffic Control.dwg, 4/14/2008 5:15:10 PM, \\cityprnt1\ENG_Canon n \~y a z M~~ co ~ n ~ ~ .. J ~ X x Q m A v C ~ < D oo ~ ~ ~ rTt Z7 O A ;O C Z O ~ ~ ~ oon °o cn o z -J U ~ ~ m D Z r ~ O 0 v ~ D -< ~7 ~ a m O m to ~ '~ ~ ~ - ~ ~ ^> ~ N FAIRCHILD STREET ,~ a s ~ ~ m o D D Z ~ z a=~ '~ 0 ~~~ y om '~ Z ° ~ ~, ~ -~ ~a O z ~° /~ l y Zm I ~ C n ^Z ~vm scn ~~ ~/ ~ ~o ~ f z O m p ~ N J= N J~ a -m ~ o =vim N orrt D D D - <TO. m~ o ~ n ~ a7 D ~ o ~ D (~// p r~+ S j ~ (n N C7 rt ~ ? 7 (~ 0 0 6 ~ ~ D ~ N r=i r. n o y a m ~° o m ~~ m rt m ~~ ° m o .~ m ~ ~ o f .. (D ~ rt N ~ Q °' o (~ n~ _~; N A C~~ fi o D ~ ~ ''~: S n C a fi '~ A C ~ O ~ ~ Q ~ ~ ~ ~ 0 ~ ~ n O 7 v~ ~ O p ~ O m a ~ o o~ a v o ~ O cCn ~ ~ ~~ C7 ~ a ~ n C d. ~ ~ ~ ~ o ~ ~ ~ j~ ~ ~ ~ o~ O = D cn ~ o D D D -~ '.'' -1 .ZI '. ~ ~ N 3 ~ m ~ ~ !^ m ~ ~ ~ ~ O ~ C ~ VT ' ~ 3 '~ (D n 2 ICI I ~ rt~ O~ ~ rt Q O ~ o o > > o ~ ~ CN ~ a 3 o cn ~ o 0 ~ ~ ~ C TO '~: C p ~ ~ ~ N O ~- ITNt ~ J.J ~ n rr ~ ~ n ~ ~ r O N T ~ (n ~ v ~ v ~or~ N ~ D D O ~ 2 ~ 7 ~ p (/7 D L ~p~ ImT1 ~ n O n I (n ~ 00 Z ~ rv r~ D - ti = ~ p Z ', O r x ~ n ~ Do rT~ '., ~ Ja p n CU -. -a Q ~ ~'~.~i,., ~ Z D ocn C ~ i. ~ C ,~ J i ~ C v O ;~ O m CHURCH STREET 110~TAPER CHURCH ST m ~ ~ m ---''', z ~ --- ~° I ~ ~' n r ~ l l -o = z ~ ~ z O ~ ~ -~ o m m -~ ~ Z N ~m ~ ~o mA° ~ o~ N ~ ~ -I ~ a ~ o n o I C/) ~ r q~ -. ~ ti f''l D D ~ o ~ ~ m 'I r ~ m ~ ~ om ~, ti ~ D w s v r m ~ m ~ c ~ ~. 7 fTl -r.._:3 I ~ ~',' l T~ ~ O CS l JJ ~ - Y D ~ z ~ ~, m -;~; ___~ „~ ~ +~ O 2 2 r N~~ ~~ h ~ ~ ..__~ Z D D cn ~-.,,, , ~ m ~ ~ r*t ~ O Z W D Z D D Z ~ _ m v D r -' _ ~ z oD Nm ~D ~. C~ ~~ ~ ~~ <~N Nr Q O r r Z D ~ -. o ~ O v ~? w ~ ~ z o _ ~ ~ D~ Z= O ~ ~ '< p r, A o~ Cn ~ mm N N z ~ o pZ ~ i o h o Ul ~ IV ~ R1 ~ N ~~ ~ `' z H1FiON J D O Z <"~ ~ n 0 r ~~ / v O = p ~ ~ y `~~// L ~ C ~ r*t ~ z ~ ~ rn Q ~ t7 ~ O N = O y 0 \ 1 y `'C pm <Z ~_~ OZ zm m z D D O O n T T D' p O cD ~ O O d ~ N C ~ z ~ O C ti m C~ n p G 2 d ~ cD ~p g D D (/~ N ~ O O n n ~ o 0 w ~- ~ co ~ .. ~ d d ~ ~ C] v ~ ~ 0 m' C7 ~,, '~ S o y p3c N~~ O C O v n F ~~ wr m ~ m m r o ~ m o ^ ~~ m !: -.. ~n" _- N rt ~_ ~ C ~ ~ ~° Dubu(~ue ~,"' ~~ O m -1 m n ~ J/ ~ °~ ~ m C / i ~ : ~~ ~ ~o PCC SURFACE 1 y - O 7c m ni ~ ~ ~ R v \ V .y. I / N O ~ O O O _ Tlj C "U ~ 3 W p y o 3~ _ N E N O w o y m cD = ~ m oo ° o ~nSm O ~ ~_ N C p ~c ~ ~ - j N ~ N CD S ~ ~ _ ~ ~ T r ~ r~-- .~ $$ _. __.... 3 m .._. , ~ ...__ .._. ~ o ~~ ~ ~ -. ' v D < m ~~ r a= - ° f. ~ ~ N O N m z O ~ V ~ ~ O O« - v N j Of g~ v D ~ ~~ ' ~7 o T /~ y Z f ~ m T V O N Z m -D U7 T . N ~ C.J~ ~ ~ ~ 0 ~ ~ ... J ~ H N Vl `-' O ~ C v Q m n m m 0 (n C7 J rn~ ~^ ,iV ` 1 f 1 ~ ~ O O N y D ~ f ~ O A y ~ fns N 4 Np OD D F ~ N v a vi ~ ~ m y :: ~ ~~ co ~~ BRICK P C C ~ ~ ~ ~ V v C D n fTl ~~~~~ P C C HMA OVERLAY r ~ 7 O ~? .y. p O O ~^ ~, v 0 0 m n m z m ~~~ ~ 7 y ~ o ~~ _ - N ~ ~ v ~ " a - a y y f - F m o _ N 3 - ~ ~ w ~ _. y _ pOp ~ O -~ N j N o m v ~ a N ~ r.~ Z O I'T1 CO r 'D ~ ~ D r m N O C7 ~ r ~ ~ ~ ~ ~ ~. ~ ~ Z C -I D Z7 n ~ ~ D N n f*I 2 N D r ~ S W D r ~ r N ~ ~ m ~ N ~, 0 o _ ~ ~ P-.) [~7 O Ca::1 • ` b ~ ~~ ` { J' - 1 ~ d~ '~ tV ~.~ _ ~~ ( ~ E '~ ' ~ JI f sL~. ~~../ r^ ~;.~ N A ~ ~ ~ y p3 o_ N ~ m N T> o c a ~ O F 7 W 0 0 \ y v " A ° ~ ~r _ .... I ~~• ~ N ___ __ _ __ .. R ~ __ .... .... .. ... N N .... _...__. G N \v~a .. r o0 _ m ~^ ° ~ _ o ... a 1 N ~ y ~ ~ N _ N O O ~ v Q n W _ 7 A ~ m N 03~ ~^ ~ m .-. v ~ 70C ~ J ? _.. .... __... 4 _._ ~_ _ ._ _ ~ ~ ... ~ ~ ~~ Tr o ~. O •-0 N O~ a O z O x N O S:\ENG\CADIPAV-STRM1dUbugUe-churchlPlan Set\K01 PaveMarking.dwg, 4/14/2008 5:15:17 PM, \\cityprntl\ENG_Canon r.~ Z ~ ~ ~ O 1~~ ~ 7 m 07 r D m ~ ~ 'D r (n _ O n ~ r ~ ~ ~ 0 Vey N ~ Clinton ~~ ~~~ z ~ N o -i D ~ ~, Street ~ ~ m O ~ D ~ N (7 BRICK SURFACE „ = m cn ~ N r = m m D ~~~ ' i m r o ~ ~ 1 m ~ ~_ ~ N __ m ~ __ ~ - ~ m __. - o ~Z = g (_~ ~'- _ 0Z Zm m z ', ooa ~ ~ ,, o 0 ~a~ ~ ~ N C pj aa~ (D n Z ~ O C ~ T D J N cD (7 C n 0 ~ _ N ~ _ ~ ~ n '.. 0 ~ 7 ~ ~ y ''. d N O ~ ~~ O ? y o D ~ N j N ~ O W p~ Z Z O A O F ~ O S Q O_ 3 N y ~ v n _ ~ O rt W ~ 7 - n O ~ N O N ~~ ~ ~ ~ 3 0 ~ ~ ~ v' ° A o m o vs~ I °30 v ~ v v1~ ~ ~ ~ O C ~ ~.. ~ Jc ~ r - IV O y v S~ J O O 00 Avp Nr (D = .. ~ ~ ' ~... O N ... r. N ri .. `-' ^ ~ ~ _, .» _. o ~ N fD `~°- o ~ ~ w ~~ D ~ S ~°, ~_ o. C - ~ - ~ ~ ~. ~ ~ ~ ~ C ~ CP v > > O m Dubuque ~~ ~~° o m ~ ~ ~ ^ m ~ o 0 m ~ ~i CCI. ~ ° o "tea ~ _ -- ~ ~ ~ m I~ ~~ y ~ ~ PCC SURFACE I N o - f F ~ = 1 0 ~7 1 ~ m o - ~ ° N m~ N ~ C~ m ~ - ~ ~ R N O ^, ~ N O ~! N ~ C N p~ ... O' N - N O n 0 0 ~ _ c ~ '~1 j " O' ~ W p N fD ~ N j A i l f0 7 N~ O ~O N ° 3 O CD O n W .• O o C m ~ ~°r- ' , ~m rn _. ., ^ .:' O ~~ N N , O C D ~ o ,~ ~ ~~ - ~~ rt o w" r f ~ m om °- 05 ~~ N O N ~ N ~ N ~° o ~ ~? 0D ~ ° ~ o m ~. -~ air, cn ~ N a D ~ a o " --- ;° ~ \ y \ v ~ ~ -" 1 N \ .~.. .. _.e.. Z JO_C ~ ~ N v ~"~ ~ ~ m °oo o ~ f- ~ f ~ ~ f ;- _ m Nom'' O __ i C z _ ~ _ ~.7 N ~ ~) N ~ J O Z ~ O Cn -n ~ N ~. ~ Ul ~ J N O [) ~ 1 '"' S:\ENG\CAD\PAV-STRM\dubuque-church\Plan Set\N01-N04 Signalization.dwg, 4/14/2008 5:15:19 PM, \lcityprnt1\ENG_Canon W N ~ J Z N~ a I W N f O _ -~ ~ ~ R° ~ r11 D m m `~° ~ C1 p 00 r Nr*1ZN J N<~NN ~ ~r'~3 k rt o ~~0 Z Z ~ O D I I a l I ~p c~ c° '9 ~ -o ~~! 3 ~ ~ n D ~ n ~ p n ~ C1 ~ s^sm ° I ~ ~ ~~ D r~o a~ ~~O O ~ ~~~_~ a~ n C ° ~ ~ ~ zn ~ =D~ 00 ~ ~~3 < rtvrtN I ~ o ~aN O_ ~ r fTIZ O I Q. O rtZ,-..... x ° m ~ - 1D 1~ p C~ ~ D Q~ Z o c o ~ m o f N x ~ n I ~ ~ j~ ® ~ Z D O Z=~ v o f 1 n -i m a ~~~ S a W Z ~ ~ ~ ~ ~ ~ ~ n = ~ ~ °7 ~ O S ~ ~ cn ~= rn v rF a cn a 1 Z N ~ N ° F~ f rl ~ O = ~ ~ Z ~ 7 ~ 0 C~ O !-'~ ~ Z X N Z Z J ° ~ ~ Z ° _ ° - /~ a N (n ° N ~ ~ ~ -- \ i C1m O zm ~ ° D n m ~ cn z ~ X o Z ° X Z~ \~\ z'm (nZ ~ ~O ~ curio ~m o ~m o Zm~ 77 ~ o~ N N~o ~ ~ ~ -~ z O~ Z Gv m ~ n ~ D z ~ _ \ ~ ~ • D~ r N D ~ 1 ~ ~ C Z ~ Z ?1 ~i ~ ~ ~ D D cTO 2 n r -~ Or ~ (~ ~ ~ -- 0 0 o D ~ r ~ rTt ~ m~ ° o r- ~ O r- U1 Cn ~ ~ ~~ n D ~ Z V ~~ ~ o ~ ~ ~ r= ~ O Z ri ~ _ c ~. z n C~ D OZ Z =~ N o c O fTl D ~ N ^ TI < N (T (f~ 'A 'A -~ i N p ~ N °O ZZ~ I ~ ~m m cD~'~ ~ O ~ ~N o z~ r~oz ~~rto°~~tOD SY O ~~p ~ ~ C D Z (n O O p~ N~ •P ~ n< O 3 rrI rT1 ~ Z ~ _ ~ ,-. ~ o ~~ ~--iD ~c an o O nm O ~ ~ C o~~ _ rrt N~~ o = O ~ I o _ D~ z m ~• 3 coo - C n n fD = m ~ ~ ~~ a= o: I o z ~ ~ z C O Q v °• ~ o N O O ~ n ~ ~ ~ o ~ C1 zC m ~D 3 ~ N a ~ ~ D O r*i ~ m~ C O p1 171 S -~ ~~ I~ C. m o m O ° ~ ~ ~ ~ O ~ Z ~ a I ~ o cn o o fD o o cn o ~ Z O< 0 3 O ~Q I m~ m_ ° m° N ~~ cn ~ D ~ m D ~ ~~ o ~ N a x x a a m ~ _~r CtN =n ~ m i n ~ ~rt°' v~ v Z O Z C .-. -s rn ~ ~n A cn cn ~ Z ~ 3 C ~ D ~ N O m --~ ~ m ~ ~~~~~~ ~ c~ oa ~ o r rTI ~ ix :* N m D r n Z N O D Z ~ G7 ~ O ~~ I ~~ ~ ~ i ~ O ~ ~ ~ ~ O ~~~~ 1 ~ _ ~ ~ z 11 -~ CCI~ O ~ J j W ~ ~ C = ~ ~ C ~ / ~ p / 70 C ~ _„W O m / 1 ;; ~~ ~ ~ I m C / ~ ~ ~ ~ / W I ~ ~ N C7 ~ a ~ ~ ~ ~ _ ------ --_ / a ~ O ~ o .~ 3 -~ _ n ~ -- ~/ ~ ~ -~ ~ ~~ ~' / w ~ ~ / oo ~ _._._~ ~ ~ ~ ~ N N ~ I a I ---71 /~/ V ~ o ~ n _ _ - ~N ~ 0 m ~ i~ ~ _~ ,-~ 1~ ~ ~ _ ^n Z ~ ~ ~ ~ ~ ° ~ J _ ~ ~ ^ -~ .+ ~f ~ C'1 ~ ~ 'art O ~,, _ D T I ~ ~ O ~ fD O ~ ~ cD ~ tt ~ S Z o a r s 7~ '~1 m '1 I ~~~ rt F D ° I~ y a x ~ N~ C1 0~ D ~ ~ fD O. 3 7 ~ ^ 3a ~. O. m ~_.,I e ~ ~ ~ A l = p _ _ r_',a ~ ~ ~ ~ (~ ~ f7 C I ~ I ° ~ °' °, z ~ ~ ~ I \_ CD ~ ,. _ I ~ = I ~~ I I N ~v -. o ~ ~ 7 ~ T ~ ~7 N ~ ".~ III /L.-* J/'I ~y H1tlON v ~ 4 LJ ~'~"'~ Z 7 ~ 0 ~ O .__t S:\ENG\CADIPAV-STRMldubuque-churchlPlan Set\N01-N04 Signalization.dwg, 4/14/2008 5:15:23 PM, \\cityprnt1\ENG_Canon y ''C O N _ Z O -~ '~ ~ m ~ c cmil c _ Q ~ ~ ~ ~ VARIES m~ m~ ~, ~, D O O Z OX 18" MIN. 12" MIN. r° ~' ;Cl~ O~ ~ = o o _~ C~ O Z r Z ° 15" TYP D ~, C (n fll D -~ O -i r r ~ D fTl m ~ n n ~ D ~ c_ Om o 70 om ~z ~- -~ Z n ~ -1 ~ ~~ ° D ~o ~_ ~ ~ ~ (A ~ r m~ Om 0 Om D ~ _~ mm ® I n l o JJ r Dm m~ Z OJ co cn ~ ~ • , ~ m= _ • OX ~~ ~_ m ~ D ~ nn 0 o n m= ~~ o~ _~ T os ~ D m ~_ ~ co a o. ~m ~< ~ °o Z a ~_ fZ m m I vi ~ n o Q °' m n Z ~ iv in a ~ Z ~ Z m n om- m a coo = GJZ ~o >~ ~ ~~ ~cn ~ D c '~ = m ~ o ~' ~ z D N ~ f~*1 ~-I ~ ~ ~ ~ D O ~ (D N n ~p ~ ~ W TI o Z ~ m °~ D z N 0 m Q ~ O ~ v x ~ ~. ~ .. ~ n a D ~ o v ~ v v 0 `m N D °o ~_ ~ C ~ ~ C _ Cp ~ ~ N ~ W N ~ ~ ~ J O m ~~~~°D ~~~ ~' mm:ON~Di-~ m mC ~ Om pr ~,,m N0~ C7 m m ~ Co = O ~ ~ _ ~ z ~ D ~ m ~ N ~ N , ~ m C z Dmmm --i -~ c\ mO Dcn D' N o z ~7 -~~~ ~ Dmm ~,> ono ~ ~ CJ ~rnz~O rm~ z~ Oc=c -C ~ = D ~-~~m -i~D oo TI Cn N ~_ ~ 17 ~ cnm?1 OOr °'~, ~m Oz O ? O m~ Q ~ O ~ZpOO (~O~ omo z m.Z7 m~ -r~ C m rrl ~ ~ ~zo~~ Zz~ °~o ~~ ~ Win= ~ = z= nm ~ mnDO~ Dpm ~' PAZ ~ ~ ~ Sim m mm ti x o " D ~ ~ Z ~ mflm r Z11 -Tzj ~ ~~~ ~~ o ~ ~ cn> mm D Z .Z7 N O ~ Z 1 ~ Z D~~~ ~OOp ~ I- °orA-~°o c~~ !~ J ~ x~ O.Z7 C7~ m Z ~ / rNT1 ~DZm mDn ~ z~ OD O n o Z ~ ~zG7~ mzz ={ - G7 .Z7~ Z7 = m o Q ~Z OpG7 W ~ o r OO~Zm Z~k= O w ~O~.Z ~O ~ ~ m D ~ p 0 m O - a r C ~ m~ D ~ O `-° D ~1 n~mDao ~co~ D xz n ~ _ _ `T' ~ p r~ Dcn ~ ~c?pO rm ~~ cD ~ O m ~ _ ~ m ~ ~ 6" 1'-0" 1'-0" _ 3 3" ~ ~J m ~ ~ D -~ Z p m ~ n= D ~ ,ZmJ m ,~ n n ~ ~ D ~_ O < e p,. MIN. _. ~ ~ ~ = r = p =z~= ~c~ ~ ~° c~ ter'' co m m ~ Z m°p° ~~ moo o~'=m ~o ~ my~~ r~Tl~ Z DZ D m z f z prZ~ ~z `" p ~ ~ cn O .T-1m(n~ =m ~0 ~~ X D ~ m~~ r- mOOC~ DO O N o~zD~ ~~ ° c D D D ozrn ~ ~ ~ ~ D G7 m ~ ~ O rOn CD Q m (n ~ -*1 Z7 m w ~ m ~ D r ~~ ~ ~ z D D ~ ~r o r _ r-. , - r.7 c, ==l`;.` - N <D ... _. _ _. Ul ~k _..i' ~~1 ___ J .- ~ ~' „_` z ~ __ C' ~ m ~' .. ~ ~;, S:1ENG1CADIPAV-STRM\dubuque-church\Plan Set\N01-N04 Signalization.dwg, 4/14/2008 5:15:28 PM, \\cityprntl\ENG_Canon 0 f 19'-0" Varies y~0 Om * 15'-6" xOT1 CDC Min. ~~N NOD Z N X C m ~ ~ ~fi1 ADZ ADC GZ NOD m~ o F.cn 000 OZ Der,, mrn - ° m r~o ~_ ~~ Z m = cn ~ -~ ~ ~ a ~ yOr m0 m \~ ~. Z O r~ O~ m ~~~ `° ~ (/) fTl r ,n o 0 m m N ~~ ~ ° o c~~= -~o ~ 000 D D cn = C D O Z ~ ~ `~ o cn c o o O O a ~-1Z ~(n ~ 25.6' o 0 0~ ~^ TI ~ ~ C7 ~ -o n r. W TI O ~ ° - ° o v Z a ~ O~ N(n Q ~ a `° ~o o ~ ai ~ .Z7 G7 G7 C o" v m m ~ O Z Z Z a U, ~~ rF ~ o a~ r r Z ~, 0., o ~ a o o ~ N N r: ~ _ -' _~ ~' ~ ~ m VJ D z o - ° o ~ o 3'-6" ~ A N ~ ~ ~ S 0 N z o ~ ~ `D c T' O < S o I y iO .- ~- ~ ~ ~ ~ ~ N ~ / O i - ~ Z ~ / o n z ~ VIII _ ~ / J ~ ~ ~ °. o ~ -. / - - ~ ~ ~ ~€s~~ 000 - - - - z D -III III ~ 10'-0" Normal no O r- ~ ~ ~, _~~ ,, 8~-6" Minimum ~ ~ cO ~ 14'-6" Maximum a ~ p ~ a o r 0 v ~ v o m Vorfes- See Table ° -O a D `° Z o ~ ~ O r, 0 0 a `° m - ~ ~ o - (~ N F ~ Q s D o D a v~ _~ ~ ~ `~ C p ~ C ~, _ ~ > -o ~ C ~< ~ ~ ~ °- ~ N ~J C a v ~ m O m `° `° ~° ~ ~ w r~ z ° o v~ m ~ o o a~ O ° ~ / ~o m A / a m = ~ Dzoz n o o°~~ `~ /// C D °cv ~ ~ z>cmio ~ "S" Bars at a a -~ ~ m v ~ ~ N D ~ p ~ z ~ NSW „~`/' 3" CI. Equal S aces 3" CI. a n Dmm ~ z ~. p cn ~ p _ 12" ~= n < ° x° c o ~ Z -i S, min. 8 ~J °z oXy ~ m ~-+~o ~ 7 ' 1 ~ ~ ~ DDm W ° oz~m= ~ ~ ~ ~ Docn ~ ~ o~~ O m °' ~ -~ ~ ~ z~ mN ~mm T ~;~~ o m~ o D ~oz O <._ ~ ~ ~ ~ ~i ~ ~ ~y QD D AO -~ min ~ D 4' ~~ Co -, ~- ~ nom' <m ~_oo ~ D ~ min. ~ ~ I' N = ~ ~ ~~ -os ~ ~ ~ ~ o0 --~ O W ~ ~-p m ~ o ~ ' .nom oo ~ DzD ~ O 2 0 D ~ z a L a~ = o° ~ o ~ c cD ~ D - ~ r ~ D (~ ° ~ (o c ° - ° m x mz NO znm ~ vN ~, r G7 ~ ~ ~., c a c o --~ rr'I D r < = m N ~ x m o o ~- ~ o ~ ~ TI (7 r - G7 (7 0 ~ ~ ~ ° `D ° °m D p Om OJ 2~-1 a d o o~ o. ~ ~ Q. ~ -1 frl ZDJ ~ = O ~ ° ~ ~ ° ~ _' D `~ n rim mN ~ r.~ o ~: zp D Ozo n n. z '~ z Z m N D D oo D ~, N pz a ,~ ~ - w ~-- - Y-_, .- "x _ ---I o - - ~ :: , D `- %S'. Z .1 . _.. .. y' .• T l..! V (n T N ~ U't ~ v z~ O coo W "' _ o ~ ti a ~N I ~ ~ ~ o n Z A ~ D ~„ o~ n o ~ O ~- mo D O -i Z A~ ~ - _ ` ~ ~ i ~~ v o ~ ~ o ~ m A c~ - - - ~ - C A ~ - m m ~ ~ I S:1ENGICAD\PAV-STRMldubuque-church\Plan Set\N01-N04 Signalization.dwg, 4/14/2008 5:15:33 PM, \\cityprnt1\ENG_Canon y ''C O 0 36" min. ~ ~ ~ _ a ~ ~ 1 ° 12" min. o 6~~ min. 30" mox. ° om ~ I ° n ~ Z 18~~ min. -~ ~. ~~ ~ __ ~m~ll I o D o m _-~ I I I I~ I I ~I I I-~I I I ~ `~ m = - _ - o. ~ ~ ~ D D ~ ~ ~o Do ~ ~ Q cD d O U~ ~. N~.~ N N ~~ ZQ~ Z o ~~~o ~ ~ + o ~ ~ z ~, ~ `° o \ \ o D ~ ~ O o a ~. ~ N a (D D ~ rn o_ ~ r ~ o.~ ' ~ D `° ~ ~ ~ ~ o ~ ~ ~ p < S w vi ~ ~ ~ ~ ~ Z - _ ~ o D Z _ III= I ( III i °_ ~ o. 0 a -=llhlll , III~III I II II ao D ~ -°0 3 n ~7 n ° ~ in °~ a ° rn o a m O O n x m z n~- c~ ~ ~p o ~ ~ o B o a d p_ d p N ~ co ~ C_ p W 0 ~ o O \ ~ ~ ~ rn ,- - o - ~„ s^ ~ D 0 0 o ~ o v> n = D D ~ D r-i z o N Q ~ D o° 2 ~_ °' p C p r =. cnC rn a ~ ~ w N ~ o ~ C r*i-i~~ Dv7m v7zn nn cnmo m ~ ~ rS~= ~~O =mD 00 =rr*1 cn ~ ~ ~fT1Dr*1 ~Dp DnW ZZ Om~ 0 fTl D~~Z rZ~ ~umirri 00 ~'iD r*t n0 CC Z~r ~ .-+o ~ DDO oo~'= --ice ~' ~ OO=m WO= m~0 ND O~r=*t f'n C ADD mz1D = ~ ~~ ~ ~ ~ ~ - _~~ OQ OCOCn mcmn OHO ~ _ --~ _.~ ,~ mr,~= CIO oDD Zcn r~T Zz _ ~ v7 O D O ~ o~o o .-L7<ZO Dm r~rlf~r'Im D= ~Dm L -~ ~ 3 ° ~m ZN O-im r-D ~Z TJ fTl °-~` a m~ 0 = = f i g r- o m rTl N ~ ~ :U D G7 O~ p D O ~ rTl v~ o ~~ (/~ ~ m ~7 ~ D O m m N O '~ ~ ~ ~ ° o' D ~ I <Dn ZD z ~ o N ~.~ ~O Z ~N '~ ~.Z~7 cn o a O~ O~ N~-~ O ~ ~ ~ m ~_ ~~ ~~D ~~ p~~ ~ n ~ D " °~ Q T I S m r~ p~ O O N cn o ,= °< °~° rm0 D~ z = C~~ 7 0 ° o C (n -1 D ~_ ~ ~2 m ~ D_ o' ° ~ S~Z ~= C~~D ~ D ~ y °- m(n N~ n~Z S OZ r ~ ~ ~ Z D O S O 2 0 D ~ y ~ fTl O m .-LJ frl = ~ _ ~ oz `DD_iD O~ ~m~ ~ 0O z m -iOr nm n0 D -DTl mz~ Ozp mm~ ~ OHO ~ z ~_~ ~~ gm~ ~ m~ ~ r*i -~ ~ z _ ~ ~ Z D rri r~ C7 ~7 O cn ~ III= = ~ r<n -D? NDao z ~D D - o mom ~N ~~m n D~ fTl Z D N _~ ~=--i zo D=~ c~i~ No D -~(n--~ (nO -.pD D ~Z -~ mom ~~ wpm ~ rO _ Z ~ D ~ m _ D ec. ~ Z r D (n '- C ~ v7 z - _,= ~' :, ~ ,~, U~ ~ , ~I __ z ~ O m ~''~-~.~ - 4- 4d(3 Prepared by: Dave Panos, Civil Engineer, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5415 RESOLUTION NO. 08-80 RESOLUTION SETTING A PUBLIC HEARING ON APRIL 29, 2008 ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE 2008 DUBUQUE / CHURCH STREET RADIUS IMPROVEMENT PROJECT, DIRECTING CITY CLERK TO PUBLISH NOTICE OF SAID HEARING, AND DIRECTING THE CITY ENGINEER TO PLACE SAID PLANS ON FILE FOR PUBLIC INSPECTION. 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 29m day of April, 2008, at 7:00 p.m. in 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 April , 2008. ATTEST: ~ ~ City erk Approved by: City Attorney's Office ~~¢~~~ Resolution No. 08-80 Page ~_ It was moved by Champion and seconded by Wilburn the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: ~_ Bailey x Champion ~_ Correia x Hayek g O'Donnell x Wilburn ~_ Wright wpdata/glossary/resolution-ic.doc NOTICE TO BIDDERS 2008 Dubuque !Church Street Radius Improvement Project Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 28"' day of May, 2008. 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 retumed 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 3'~ day of June or at a special meeting called for that purpose. The Project will involve the following: Pavement widening at the Dubuque Street and Church Street Intersection and Brick Reconstruction of Church Street West of Dubuque Street, along with all material, labor and equipment necessary to complete required improvements. Approximate project quantities include: 1,005 SY of Brick Street Rehabilitation w/ 7" PCC Base, 313 SY of Brick Street Rehabilitation, 188 SY of 9" PCC Widening, 187.5 SY of PCC Sidewalk and Curb Ramps, 4 Storm Sewer Intakes, 76 LF of 2000D Storm Sewer Piping, 51.98 STA. of Durable Pavement Marking, Fiber Optic Installation, and Traffic Signal Modifications. All work is to be done in strict compliance with the plans and specifications prepared by the City 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 perfom~ance of the contract and maintenance 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 retumed after the canvass and tabula- tion of bids is completed and reported to the City Council. The successful bidder will be required to furnish a AF-1 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 five (5) year(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Working Days: 25 Specified Start Date: June 16, 2008 Liquidated Damages: $ 500 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 Office of City Engineer of Iowa City, Iowa, by bona fide bidders. A $50 non-refundable fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to Treasurer of the City of Iowa City. 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 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 required 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 Publish 4/21 NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR THE 2008 DUBUQUE /CHURCH STREET RADIUS IMPROVEMENT 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 2008 Dubuque / Church Street Radius Improvement Project in said city at 7:00 p.m. on the 29~' day of April, 2008, 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 - - ~'~ `'~ 11 Prepared by: Dave Panos, Civil Engineer, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5145 RESOLUTION NO. 08-112 RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE 2008 DUBUQUE / CHURCH STREET RADIUS IMPROVEMENT PROJECT, ESTABLISHING AMOUNT OF BID SECURITY TO ACCOMPANY EACH BID, DIRECTING CITY CLERK TO PUBLISH ADVERTISEMENT FOR BIDS, AND FIXING TIME AND PLACE FOR RECEIPT OF BIDS. WHEREAS, notice of public hearing on the plans, specifications, form of contract and estimate of cost for the above-named project was published as required by law, and the hearing thereon held. NOW, THEREFORE, BE IT RESOLVED BY THE COUNCIL OF THE CITY OF IOWA CITY, IOWA-THAT: 1. The plans, specifications, form of contract and estimate of cost for the above-named project are hereby approved. 2. The amount of bid security to accompany each bid for the construction of the above- named project shall be in the amount of 10% (ten percent) of bid payable to Treasurer, City of Iowa City, Iowa. 3. The City Clerk is hereby authorized and directed to publish notice 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. 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, until 3:00 p. m. on the 28'h day of May, 2008, or at a later date and/or time as determined by the Director of Public Works or designee, with notice of said later date and/or time to be published as required by law. Thereafter the bids will be opened by the City Engineer or his designee, and thereupon referred to the Council of the City of Iowa City, Iowa, for action upon said bids at its next meeting, to be held at the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, at 7:00 p.m. on the 3rd day .of June, 2008, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. Passed and approved this 29th day of ATTEST: 7'1 City Jerk 2008. Approved by: ~/ ~~ City Attorney's Office Resolution No. ns-~ i 2 Page 2 It was moved by O'Donnell and seconded by Wright the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: x x X ~- x x Bailey Champion Correia Hayek O'Donnell Wilburn Wright wpdata/g~ossary/resolutionac.doc Printer's Fee $ I - ~ CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, SS: THE IOWA CITY PRESS-CITIZEN FED. ID # 42-0330670 I, ~,r~-p ~Q ~~ ~r ~a, 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 time(s), on the f llowing date(s): t-~ d ~ C..Lt..,~-~ Legal Clerk Subscribed and sworn to before me this ~ ( day of A.D. 20_~~. Notary Public uroA Kaorz ~~~ c ~ ~*• .~ ~.2o>It OFFICIAL PUBLICATION NOTICE OF PUBLIC HEARING ON PLANS, SPECIFlCATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR THE 2008 OUBUOUE /CHURCH 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, bwa, will conduct a public hearing .on plans, speaficationsr form of cor>iract and esti- mated cost-for `:the construction of the 2008 Dutwque /Church Street Radius Improvement Proj@ct in said city at 7:00 p.m. on the 29th day of April, 2008, said meeting to beheld in ifia Emma J. iiarvaf` Hall in the City Hall,, 410 E. Washington Street in said city, or if saM meeting is cancelled; aYthe next meeting of the City . Council thereafter as posted •by the. City Clerk. Said plans, specif'catione, form of con- tract and estimated cost are now on file in the office of the City Clerk in the City Hall in bwa City, h>Wa, and may be inspected by any inerested persons. Any interested persons may appear at said meeting of the City Coundifor-the purpose of maMrig objections to and commants_trtiing}~g id._-; ans.~,aP-eF~- cations, comraCt 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 bylaw: MARIAN K. KARR, CITY CiERK 76268 April 21, 2008 Printer's Fee $ (p~.~' CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, SS: THE IOWA CITY PRESS-CITIZEN FED. ID # 42-0330670 I, (l ) r~ e v~ e :~r~~ ~ ~ v~ ,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 ~ time(s), on the following date(s): ~ o,. Q `FYI 1~.~'~` ---~^ Legal Clerk Subscribed and sworn to before me this ~~ day of A.D. 20~_. Public ~ ~y~~ Q~(1~Ilifif~¢¢,,~,~~~~1 OFFICIAL PUBLICATION NOTICE TO BIDDERS 2008 Dubuque /Church Street Radius Improvement Project Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 28th day of May, _ 2008. 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 afterthis deadline will be retumed to the bidder uhopened. Pro- posals 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 3rd day of June or at a special meeting called for that purpose. The Project will involve the following: Pavement widening at the Dubuque Street and Church Street Intersection and Brick Re~nstruction of Church Street West of Dubuque Street, along with all material,. labor and equipment necessary to complete required improvements. Approximate project quantities include: 1,005 SY of Brick Street Rehabilidation w/ 7" PCC Base, 313 SY of Brick Street Rehabilitation, 188 SY of 9" :PCC Widening,187.5 SY of PCC Sidewalk and Curb Ramps, 4 Storm Sewer' Intakes, 76 LF of 2000D Storm Sewer Piping, 51.98 STA. of Durable Pavement Marking, Fiber Optie Installation, and Traffic Signal Modifications, All work is to be done in strict compliance with the plans and spec- ifications prepared by the City of Iowa City, Iowa; which have hereto-fore 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, sepa- rate 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 pay- able to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shalt be for- feited to the City of Iowa City in the event the successful bidder fails to enter into a contract wfthin 4en (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 maintenance of said Project, if required, pursuant to the provi-sions of this notice and the other contract docu- merxs. -Bid bonds of the 'lowest two or more bidders may be retained fora peri- od of not to exceed fifteen (15) calendar days following award of the contract, br until rejection is made. Other bid bonds will be retumed 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 huhdred percent (100°k) of the contract price, said bond to be issued by a, respon- sible surety approved by thee: 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 con- tract, and shall also guarantee the main- tenance of the improvement for a period of five (5) year(s) from and after its com- pletion and formal acceptance by the City Council The following limitations shalt apply to this Project: Working Days: 25 Specified Start Date: June 16, 2008 Liquidated Damages: $ 500 per day The plans, specifications and proposeo 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 besecured at the Office of City Engineer of Iowa City, Iowa, by bona fide bidders. A $50 non-refundable fee is required for each set of plans and specifications pro- vided to bidders or other interested per- sons. The fee shall be in the form of a check, made payable to Treasurer of the City of Iowa City. Prospective bidders are advised that the City of Iowa City desires to employ minor- ity 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 othet parties with whom the bidder intends to subcontract. This list shall include the type of work and approx- imate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the. proposed subcontrac- tors, together with quantities, unit prices and extended dollar amounts. fay virtue of .statutory authority, pref- erence must be :given to .products and' provisions grown and coal produced with- inthe State of Iowa, and to Iowa domes- tic labor, to the extent lawfully required wider Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The Ciiy reserves the right to reject any or all proposals, and also reserves the right to waive technicalRies and irtegu-lar- ities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK 75349 May 5, 2008 P ~ ~ ~~ Prepared by: Dave Panos, Engineering, 410 E. Washington St., Iowa City, IA 52240 (319)356-5145 RESOLUTION NO. 08-171 RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE MAYOR TO SIGN AND THE CITY CLERK TO ATTEST A CONTRACT FOR CONSTRUCTION OF THE 2008 DUBUQUE/CHURCH STREET RADIUS IMPROVEMENT PROJECT. WHEREAS, All American Concrete, Inc. of West Liberty, IA has submitted the lowest responsible bid of $282,039.20 for construction of the above-named project. 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 All American Concrete, 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 3rd day of ATTEST: CIT LERK 20 08 City Attorney's Office It was moved by Wilburn and seconded by 0' Donnell the Resolution be adopted, and upon roll call there were: AYES: x x x x x x NAYS: ABSENT: Bailey Champion Correia Hayek O'Donnell Wilburn Wright pweng\res\award con Dubuque Church.doc 9/07 _, r _ ~~ ~~~~ ~ .~~..'~ CITY OF IOWA CITY 410 East Washington Street Iowa City, Iowa 52240-1826 (319) 356-5000 (319) 356-5009 FAX www.icgov.org ENGINEER'S REPORT August 20, 2008 City Clerk City of Iowa City, Iowa Re: 2008 Dubuque /Church Street Radius Improvement Project Dear City Clerk: I hereby certify that the construction of the 2008 Dubuque /Church Street Radius Improvement Project has been completed by All American Concrete, Inc. of West Liberty, Iowa in substantial accordance with the plans and specifications prepared by the City of Iowa City Staff The final contract price is $264,578.00 I recommend that the above-referenced improvements be accepted by the City of Iowa City. Sincerely, ~~~~ Ronald R. Knoche, P.E. City Engineer ~ERk'O~tMANCE AND ~.AYMEN'>" BO1~ID All American Concrete, Inc. ,West Liberty, Iowa , a8 (insert the name end address or legal title of the Contractor} ~ Principal, hereinafter called the contractor and 'United Fire 8v Casualty Comnanv ~ n a- (insert the legal title of the Surety) ~' -± ~ ~ Cedar Rapids Iowa , as Surety, hereinafter ca$~ the ~ ~' -G r- Surety, are held and firmly bound wtto the City of Iowa Ciry, Iowa, as obligee, hereinafiter called'tltoO~mes',~ Two Hundred Eighty-Two Thousand Thirty-nine 8v 20 100 Dollar3 ~ ~ ';o in the amount of.._.__. (g~ ~ -------------------- )far the payment far which Contractor and Surety hmr•~iy bind 282,039.20 --- themselves, their heirs, executors, administrators, successors and assigns, jointly and savaragy. WHCREAS, Contractor has, as of June 5th, 2008 ,entered into a (date) written Agreement with Owner for the X08 Dubuc uer hunch Street Rad'us ment Aro'ect ;and W[-I.EREAS, the Agreement requires execution of this Performance and Payment Bond, to be completed by Contractor, in accordance with plans and specifications prepared by the City of Iowa City, which Agreement is by reference made a part hereof, and the agreed»upon work is hereafter referred to as the Project. NOW, THEI:~POlt.3:,, THE CONDITIONS OP THIS OBLIGATION are such that, if Contractor shall promptly and faithfully perform said Agreement, tlicn the obligation of this bond shall be null and void; otherwise it shall remain in fish farce and Effcct ~sntil satisfactory completion of the Project. A, ~"lte Surety hereby waives notice of any altoration or extension of time made by the Owner. l3. Whenever Contractor shall be, end is doclared by Owner to be, in default under the AgeeerrRent, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall prontptlyc 1, ComplaM the Protect 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 determination by Owner and Surety of the lowest responsible bidder, arrange for a contract between such bidder antd Owner, and make available, as work progresses (even (hough there rosy be a default or a succession of defaults under the Agreement ar subsequent contracts of complatiott arranged under this paragraph}, sufficient funds to pay the cast of completion, [ass 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 dtis paragraph, shall mean the total amount payablo by Ovvnor to Contractor under the ,f\groamvnt, tbgothcr with any sddonda and/or amondmonts tliorcto, less the amount properly pall by Owner to Contractor. PB-1 C. The Contractor and Contractor's Surety shall be obligated to keep the;~tpravemertts coverod by this bond in good repair for a period of five (5) years from the date of formal acceptance of the improve- ments by the Owner. A. No tight of action shaft accrue to or for the use of arty person, corporation or third party other than the Owner named herein or the heirs, ex~utors, adntinisttators or successors of Qw[rer. i~ IS A FUR7'T-IER COND[T10N OF T)<-tIS 013LtGAT10N that the Principe! aa~d Surety, in accordance with provisions of Chapter 573, Code of Iowa, shalt pay to a!1 persons, firms or corporations having contracts directly with rho Principal, inclading arty of Principal's subcontractors, all claims due them for Labor performed or materials furnished in the performance of the Agreement for wlloae beracfit this bond is given, "1r'he provisions of Chapter 573, Code of Iowa, are a part of this bond to rite same extent as if it wore expressly sat out hez~tn, SIGNED AND SEALED T1~15 5th M 7HE PRESENCE OF: Wifiess Jean A. Wilson Witness Jean A. Wilson DAY OF June -~_ , 20 08 All American Concrete, Inc. tin~ipal) (Title) Jodi Simon, Treasurer/Secrf United Fire & Casualty Company re„~~,~ - (Title) Denise K. Blough, Attorn~ Iowa Resident Licensed Agent 24 Westside Drive (Street) Iowa City, Iowa 52246 (City, State, Zlp) 319-887-3700 :v . ~~ (Phone) ~ ~ n '~ x~ ~ ~ cam-, C7 ~ N --i C7 ~ _Gr- rn . ~ ~~ ~' ~ O PB-2 Ti UNITED F1RE & CASUALTY. COMPANY - HOME OFFICE.- CEDAR RAPIDS, IOWA CERTIFIED COPY OF'POWER OF ATTORNEY (Original on file at Home Office of Company -See Certification) KNOW ALL MEN f3Y THESE PRESENTS, That the UNITED FIRE & CASUALTY COMPANY, a corporation duly organized anti existing under the taws. of the State of fovea, and having its principal office in Cedar Rapids, State of Iowa, does make, constitute and appoint DAVID G. IkINEGARDEN, OR CRAIG WELT; OR tfRRY L. MCDONALD, OR JEAN-A. WILSON,, OR DENISE K. BLOUGH, OR L J, WEGMAN, OR CARLTON JOHNSON, OR BETH AMBRISCO, ALL INDIViDUAtLY Of ~ A CI IA ~~ its true and fawfU- Attorney(s)-in-Fact with power and authority. hereby conferred to sign, seal and. execl~(ti~ its4~half ~awfui bonds,undertakingsond other obligatory instruments of Similar nature as follows: Any `and A11 Bonds ~ m and to bind UNITED FIRE & CASUALTY COMPANY thereby as fukty and to the same extent as if such in~lents~were s~ed by the duly authorized officers of UNITED FIRE 8~ CASUALTY COMPANY and sit the acts of said Attorney, ~ri3uani'~ the authority hereby given are hereby ratified and confirmed- y -~ The Authority hereby gianted i& Continuous .and shall remain in full force apd effect anti! revo"ked-by k~KMTED F1RE 8~ CASUALTY COMPANY. , This power of Attorney: is made and executed pursuant to and by authority of the following By-Law duly adopted by Hoard of Directors of the Company on April 18, 1973. "Article V -Surety fonds and Undertakings" Section 2; Appointment of Attorney-in-Fact. "The presiden# or any Vice President, or any other o~cer of the Company may„ from time to time, appoint by written certificates attorneys-in-fact to act in behalf of the Company in the execution of policies of insurance, bonds, .undertakings and other obligatory instruments of like nature. The signature of any officer authorized hereby,and the Corporate seal, may be affixed by facsimile to any power of attorney or special power of attorney. or certification of either authorized hereby; such signature and seal, when so used, being adopted by the Company as the original signature of such officer and the original seal of the Company, to b~ valid and binding upon the Company with the same farce and effect as though manually affixed. Such attorneys-in fact, subject to the limitations set forth in their respective certificates ofiauthority shalt have full power to bind the Company by their signature and execution.. of any such instruments and to attach the seal of the Gompslny thereto. The President or any Vice President, the Board of Directors or any other officer of the Company may-at any time revoke all power and authority previously given to any attorney-in-fact. 1N WITNESS WHEREOF, the UNITED FIRE & CASUALTY COMPANY has caused these presents to be signed by `~~~~an,ap~ `~.~, c.~si;,,~+r+y~' its vice president and its corporate Seal to be hereto affixed this tst day of February, 2008 ~' coRPO~uTE °~~'' - ~._ ~, UNlTEQ FIRE & CASUALTY COMPANY -- ~ SEAt F ~k State of owa, County of Linn, ss:, Vice President On tst day of February, 2008, before me personalty came Bennis J.'RiChmann to me known, who being by me duly sworn, did depose and say; that he resides in Cedar Rapids, State of Iowa; that he !s a Vice. President of fhe UNITED FIRE & CASUALTY COMPANY, the corporation described in and which executed the aboue instrument; hat he knows the seal of said corporation;. that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name .thereto pursuant to like authority, and acknowledges same to tie the act and deed of said corporation. .. ' ,~ Mary A: Jansen C Iowa Notarial Seal s Comm,asiort numbef o„~ 713?73 My Cornmi><sion Explrn Notary Publlc 10(2& 10 I, the undersigned officer of the UNITED FIRE 8 CASUALTY COMPANY, do hereby certify that I have compared. the foregoing copy of the Power of Attorney and affidavit, and the copy of the Section of the by-laws of said Company asset forth in said Power of Attorney, with the ORIGINALS ON FILE IN THE HOME-0FFICE OF SAfD COMPAhfY, and tfiat the saute are correct transcripts thereof, and of the whole of th>r'said originals,. and that the aid Power of Attorney has not been revoked and is now in full force and effect. ~~^"""""~+ in testimony whereof l have hereunto subscribed my name and affixed the corporate seal of the,said-Company ~., ,~s~~~9 r'~~-- this 5th day of llinP 20 _~.8-. ~~ CORPORATE ~~~h SEAL ~~ ~ ~/~ Secretary BPOA00190706 °J os-is-os 3f 2 Prepared by: Dave Panos, Civil Engineer, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5437 RESOLUTION NO. 08-253 RESOLUTION ACCEPTING THE WORK FOR THE 2008 DUBUQUE / CHURCH STREET RADIUS IMPROVEMENT PROJECT. WHEREAS, the Engineering Division has recommended that the work for construction of the 2008 Dubuque /Church Radius Improvement Project, as included in a contract between the City of Iowa City and All American Concrete, Inc. of West Liberty, Iowa, dated June 3~d, 2008, be accepted; and WHEREAS, the performance and payment bond has been filed in the City Clerk's office. WHEREAS, the final contract price is $ 264,578.00 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT said improvements are hereby accepted by the City of Iowa City, Iowa. Passed and approved this 26th day of August , 2008. Ma ATTEST: City lerk Approved by: ~ ~~~- City Attorney's Office Resolution No. 08-253 Page 2 It was moved by Champion and seconded by Wright the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: ~_ Bailey x Champion x Correia g Hayek g O'Donnell g Wilburn x Wright wpdata/glossary/resolution-ic.doc