Loading...
HomeMy WebLinkAboutTRAFFIC SIGNALIZATION/2005 TRAFFIC SIGNALIZA TION/ 2005 Ir<<. ni c.. S; 'Jh"-.I; z<<-+i on / ciao S p~ I 0+ d. ol---j<<1J6...-05 t\-e.So[I.-L-t:tr>-> 05- /q.;J Se..+i-;"3 a. pK.h/;c ~e"-r"n:1 0'-> ~17~ ~/, :)v~ 0'1. ple<..hS/ ~-ec.;.c;c.",--i-;""s/ +Orn-- (j--!: CorJrCc.d- ~ est;",,~ ".+: eo.,l-- -k,,.. ~ cOhs-l-ruC-\-;~ o-t fk.. ~OO' S rt:-a..-.JI:" ~; 'jf1.Ci..{; z:o...+;an. Yr')-Lc--t <::L rec:t,"g [;7 C/~,,( !tJ fL<6/iS~ hole-I!. c:>+ SQ.;c! keK"';"-~ &i..nd d;.,4C.f;ny {!.;fy E-n:;JI1-U.V ~ p/tie..... s",-d f'1C1..nS (rro ~;/.e .h,Y" fJ<-Lbl;c- '/hsf~d-;un. \~---S"''''-t:>S'. ~"\c,\.,,,- ~"""'>o."''''.J ",c\i.,"","-- ~<Y" ;(<JCl:S \"'",~;,- S\y"c,,\- \ 3 "'- -\\ C)"'. <( "0 ~ "-<\: . '3-~"",_()S 9\<1."-.:> Q,v-..'>-. ~<<.c.,,\,,-,,\i""'-3 S'.'J'" "'- \ ~ ....\.i.()V-- Q......~ e..~ . s;",... ';;;<,oos \\"'\~-'<'\ ~ '::>---::s.-......-"s- ~.,:y"''''-''-,.'~ .:::.-:;-\-\.......,,\:~ . c;-\ C.si- 1 <;.--:s",,- o~ ~.,-""'" <>S;: ~ <l\:'~"<C"~'IClI,~ s;:w '(",'\a\,,"", ~"''-'\V'\.J \...",~s;:\,-- s,\~I-,"\\~"\\;bh.........- ~I- JI.AIJ - 0.5 ~~~lvC.(-;1J">;, cS-~07 opprov,.....g ~"I'1S;1 SfJec;-f:ccJ;CJ>\.; hx-m D+ cOt'\k<U:.t/ ~ ~'n'l:k 0+- CDS+ +DV' f-!.,.... c..o""'~+;Oh. <:>f. tt;.<<. =3005' ~r<+f'<. S"~~I;;:<:LL",,- .--:p.....oj-eefj ~"+CLbl;~h',~ <<.rv-o'D<-<n-t o-J-- b;d.. sec.<<r;y- 10 Q.CCO"'f'Q.~~ eCi..C h b:d, d:rt,c.-t;Y\iJ C7 Ciet'"1L -It, (bli~ Cl.dt)~s<<m.~ tV' -h',ds, ~ +~)(;V1.5 J;m-<- 1A..w1 ?{o.c.", +0.... r-B.c.e..;r+ .,r b:-Is. A.....oL --fay g 1 des . 19- Jv<.L - 05 84 SD I~; 0>, 0 S - J 5 ( ({cc'cn d, v'j GO, c~orc,,-{ CI nc-( Ch.e.J./-, Or; Z'; "3 -fhe Mevg,)V -Ie c::"~j"- Cenci I-Iv ~i-7,C!-t"~ -le-_ Q--/-fc~L C, CO'I~'<~~) {er- coV\d~'v([)-,c:'",- L+ +k '';;C07; I "ecILe ,':1'J v,cd, cd. IX, f ID) ",d, ~IA.. if; c. S~iJnC<.l;z,,-..J.u,n / clooS -=?~~ o"? o-f ~ Adue.....\-iseJ,Y'I-('.rtt- +Ol"'"~; ds - ~ocJ: oJ 7L-<J:>/;ca...i:o"1 , t- OC.T- os EY\s;nee" 's R~f'Dr;f - Pe...-fOV-N\Cl.n.ce ~ ?~rn~",l /3.oryj J'B- 00- o.S 1Z.501.....~;()h 05- 33.3 ctCC~r;"'-~ +he. wOv-1I.. -1'0" +J.,L ~lO5 {'f'a...-I:.f:c. S-'~n,dizt<.-ko'" Yr-oje.c-\.-. e~ r::: Prepared by: Ron Knoche, City Engineer, 410 E. Washington St., Iowa City, IA 52240, (319)356-5138 RESOLUTION NO. 05-192 RESOLUTION SETTING A PUBLIC HEARING ON JUNE 21, 2005 ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE 2005 TRAFFIC SIGNALIZATION PROJECT, DIRECTING CITY CLERK TO PUBLISH NOTICE OF SAID HEARING, AND DIRECTING THE CITY ENGINEER TO PLACE SAID PLANS ON FILE FOR PUBLIC INSPECTION. BE IT RESOLVED BY THE COUNCIL OF THE CITY OF IOWA CITY, IOWA: 1. 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 21 ST day of June, 2005, at 7:00 p.m. in the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. 2. That the City Clerk is hereby authorized and directed to publish notice of the public hearing for the above-named project in a newspaper published at least once weekly and having a general circulation in the City, not less than four (4) nor more than twenty (20) days before said hearing. 3. That the copy of the plans, specifications, form of contract, and estimate of cost for the construction of the above-named project is hereby ordered placed on file by the City Engineer in the office of the City Clerk for public inspection. Passed and approved this 7th day of June ,20 05 tM~;" JJ~ Approved by ATTEST: ~..........~ K ~~ CI LERK ~/;nltJS- pweng\res\2005trafficnph.doc 9/99 Resolution No. 05-192 Page 2 It was moved by Ba; 1 e y and seconded by adopted, and upon roll call there were: Vanderhoef the Resolution be AYES: NAYS: x X X X X X ABSENT: X Bailey, Champion Elliott Lehman O'Donnell Vanderhoef Wilburn NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR THE 2005 TRAFFIC SIGNALIZATION PROJECT IN THE CITY OF IOWA CITY, IOWA TO ALL TAXPAYERS OF THE CITY OF IOWA CITY, IOWA, AND TO OTHER INTERESTED PERSONS: Public notice is hereby given that the City Council of the City of Iowa City, Iowa, will conduct a public hearing on plans, specifications, form of contract and estimated cost for the construction of the 2005 Traffic Signalization Project in said city at 7:00 p.m. on the 21 st day of June, 2005, 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 nex1 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 ~.,&.,. '-., CITY OF IOWA CITY ::...,.., I' . J .- -'.'1 , Md'_ t.0 -"'-'1 j \.0 DEPARTMENT OF PUBLIC WORKS j> en -.~ ENGINEERING DIVISION PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT FOR THE 2005 TRAFFIC SIGNALIZATION PROJECT IOWA CITY, IOWA I hereby certify that this engineering document was prepared by me or under my direct personal supervision and that I am a duly licensed Professional Engineer under the laws of the State of Iowa. SIGNED: DATE: Z_ /Il? r. <- Ronald R Knoche, P.E. City Engineer Iowa Reg. No. 15570 t.~/3-oS . . ,\~,:~\1llHJUliJ!I' ',<1;>:'''"0''' ~E.SSfr1- ~"II:,,~ ,. . '. - . .'....,'~ ..~ >......"'~~' ............... ~., J'...,~.. .:;'"" ~ ~.....f:....~~ ~/~'... ..";',f~ ~i/fiO, it.'~ ~ ff:t: RONALD R. \~.s "Ill' .I{"O .Zo:: EU: i\J CHE :mi? ~:)\ 16670 f!IP . " "7 '\ e. ..' \;. .... ", ""'tf.~ ...IIl..... J;;", """"'1: IOWA \\\.\+'" IlrIfUIIIU""\\ My license renewal date is December 31, 2006. TABLE OF CONTENTS PaQe Number TITLE SHEET TABLE OF CONTENTS ADVERTISEMENT FOR BIDS ..... ...... .............. .............. ........................ ." ........ ...... 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-1 GENERAL CONDITIONS. .......... ..................................... ............ ............ ................ GC-1 SUPPLEMENTARY CONDITIONS......................................................................... SC-1 RESTRICTION ON NON-RESIDENT BIDDING ON NON-FEDERAL-AID . PROJECTS........................................................................................................ .: ~,1 SPECIFICATIONS DIVISION 1 - GENERAL REQUIREMENTS , " I C') -, .J . /' " ',0 Section 01010 Summary of the Work ......................................................... ):;0101~), Section 01025 Measurement and Payment ................................................ 01025~ Section 01310 Progress and Schedules ..................................................... 01310-1 Section 01570 Traffic Control and Construction Facilities........................... 01570-1 DIVISION 2 - SITE WORK Section 02050 Demolitions, Removals and Abandonments........................ Section 02100 Site Preparation................... .................................. ... ........... Section 02220 Earth Excavation, Backfill, Fill and Grading......................... Section 02520 Portland Cement Concrete Paving ....................................... Section 02524 Curb Ramps ........................................................................ Section 02700 Sewers................................................................................. Section 02900 Landscaping........................................................................ Traffic Signalization..................................................................................... 02050-1 02100-1 02220-1 02520-1 02524-1 02700-1 02700-1 TS-1 ADVERTISEMENT FOR BIDS 2005 TRAFFIC SIGNALIZATION PROJECT r- L0 a, <( - .,.. Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 10:30 AM. on the 19th day of July, 2005, 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. 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 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 19th day of July, 2005, or at such later time and place as may be scheduled, The Project will involve the following: Removal of 1100 SF of Sidewalk, Removal of 430 SY of Pavement, Install 2200 SY of 6" Granular Subbase, Install 1200 SY of 9" PCC Pavement, Remove and Reinstall 12 Storm Sewer Intakes, Install 1600 SF of 6" Sidewalk and Driveway, Install 168 SF of ADA Detectable Warning, and Install Traffic Signalization at Two Intersections, All work is to be done in strict compliance with the plans and specifications prepared by the City of Iowa City Engineers Office, of Iowa City, Iowa, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk, Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid, The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and mainte- nance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days following award of the contract, or until rejection is made, Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council, ('"") u- ~-) AF-1 The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of 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: 40 Specified Start Date: August 1, 2005 Liquidated Damages: $100.00 per day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at the Office of City Engineer in Iowa City, Iowa, by bona fide bidders. A $30.00 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 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 subcon- tract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully re- quired under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK AF-2 ::s -~ rO. '..- '17 ) '0 " .J C.,.., --J NOTE TO BIDDERS 1. The successful bidder and all subcontractors are required to submit at least 4 days prior to award three references involving similar projects, including at least one municipal reference. Award of the bid or use of specific subcontractors may be denied if sufficient favorable references are not verified or may be denied based on past experience on projects with the City of Iowa City. 2. References shall be addressed to the City Engineer and include the name, address and phone number of the contact person, for City verification. 3. Bid submittals are: Envelope 1: Envelope 2: Bid Bond Form of Proposal r-;, v 1-: .. ('~ (, (. ',~"" C' / \ \ ,~ NB-1 FORM OF PROPOSAL 2005 TRAFFIC SIGNALIZATION PROJECT CITY OF IOWA CITY NOTICE TO BIDDERS: PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED IN THE BOUND VOLUME OF THE SPECIFICATIONS. SEPARATE COPIES OF THIS PROPOSAL ARE CONTAINED WITHIN THE BACK COVER OF THIS DOCUMENT. Name of Bidder Address of Bidder -- 1,,'_' ..J -\ TO: City Clerk City of Iowa City City Hall 410 E. Washington SI. Iowa City, IA 52240 ,.'..\ - (" The undersigned bidder submits herewith bid security in the ii~ount -lof $ , in accordance with the terms set forth in the "Project Specifications." The undersigned bidder, having examined and determined the scope of the Contract Documents, hereby proposes to provide the required labor, services, materials and equipment and to perform the Project as described in the Contract Documents, including Addenda , and , and to do all work at the prices set forth herein. We further propose to do all "Extra Work" which may be required to complete the work contemplated, at unit prices or lump sums to be agreed upon in writing prior to starting such work. ITEM DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT DIVISION 1 1 Removal of Sidewalk SF 200 $ $ 2 Sidewalk, P. C. Concrete, 6 in. SF 200 $ $ 3 Detectable Warning Panel, ADA Curb Ramps SF 64 $ $ 4 Traffic Control LS 1 $ $ 5 Traffic Signal Installation LS 1 $ $ 6 Pavement Markings Durable STA 14.5 $ $ 7 Mobilization LS 1 $ $ 8 MUlching SY 14 $ $ 9 Seeding and Fertilizing (Urban) SY 14 $ $ FP-1 ITEM DESCRIPTION UNIT ESTIMA TED UNIT PRICE EXTENDED QUANTITY AMOUNT DIVISION 2 1 Excavation, Class 13, Roadway and Borrow CY 1000 $ $ 2 Granular Subbase, 6 in. SY 2200 $ $ 3 Standard or Slip Form Portland Cement Concrete SY 1200 $ $ Pavement, Class C, Class 3 Durability, 9 in. 4 Removal of Pavement SY 430 $ $ 5 Removal of Sidewalk SF 900 $ $ 6 Removal of Intakes EA 12 $ $ 7 Intake, RA-41 EA 1 $ $ 8 Intake, RA-43 EA 3 $ $ 9 Intake, RA-70 EA 8 $ $ 10 Install Storm Sewer LF 75 11 Remove and Reinstall Insert EA 1 $ $ 12 Sidewalk, P. C. Concrete, 6 in. SF 1600 $ $ 13 Detectable Warning Panel, ADA Curb Ramps SF 104 $ $ 14 Traffic Control LS 1 $ $ 15 Traffic Signal Installation LS 1 $ $ 16 Pavement Markings Durable STA 58.5 $ $ 17 Pavement Markings, Durable, Symbols EA 8 $ $ 18 Mobilization LS 1 $ $ 19 Mulching SY 5000 $ $ 20 Seeding and Fertilizing (Urban) SY 5000 $ $ TOTAL ~';2~. EXTENDED $ 1 AMOUNT , 0:"" en -- "() FP-2 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: -, -, ; , "'J , -." FP-3 BID BOND , as Principal, and are firmly bound unto the as Surety declare that we are held and 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 City of Iowa City, Iowa, the 2005 Traffic Signalization 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 performance of said Project, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Project, as agreed to by the City's acceptance of said Bid, then this obligation shall be void. Otherwise this obligation shall remain in full force and effect, provided that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the amount of the obligation stated herein. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in the event that the Principal fails to execute the contract and provide the bond, as provided in the Project specifications or as required by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall in no way be impaired or affected by any extension of the time within which the Owner may accept such Bid or may execute such contract documents, and said Surety does hereby waive notice of any such time extension. The Principal and the Surety hereto execute this bid bond this day of , A.D., 20_. 0" U;') .,{. . . Wftness (Seal) ... i Principal By (Title) u -"" (Seal) c' \..J"' 't) Surety By (Attorney-in-fact) Witn~p Attach Power-of-Attorney BB-1 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 13th day of June, 2005, for the 2005 Traffic Signalization Project ("Project"), and Whereas, said plans, specifications, proposal and bid documents accurately and fully describe the terms and conditions upon which the Contractor is willing to perform the Project. NOW, THEREFORE, IT IS AGREED: 1. The City hereby accepts the attached proposal and bid documents of the Contractor for the Project, and for the sums listed therein. 2. This Agreement consists of the following component parts which are incorporated herein by reference: a. Addenda Numbers b. "Standard Specifications for Highway and Bridge Construction," Series of 2001, Iowa Department of Transportation, as amended; c. Plans; d. Specifications and Supplementary Conditions; e. Advertisement for Bids; ,'" f. Note to Bidders; g. Performance and Payment Bond; , ) ..,J . . .J.' h. Restriction on Non-Resident Bidding on Non-Federal-Aid Projects; "_J i. Contract Compliance Program (Anti-Discrimination Requirements); j. Proposal and Bid Documents; and k. This Instrument. The above components are deemed complementary and should be read: together. In the event of a discrepancy or inconsistency, the more specific provision shall prevail. 3. The names of subcontractors approved by City, together with quantities, unit AG-1 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 ,20 . City Contractor Bv Bv (Title) Mayor ATTEST: ATTEST: (Title) (Company Official) City Clerk Approved By: City Attorney's Office tP \j.;; J. ~~" ('0 -' ~:. AG-2 PERFORMANCE AND PAYMENT BOND , as (insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and (insert the legal title of the Surety) , as Surety, hereinafter called the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter called the Owner, in the amount of Dollars ($ ) for the payment for which Contractor and Surety hereby bind themselves, their heirs, executors, administrators, successors and assig~s', j.Qjntlya'nd severally. -) WHEREAS, Contractor has, as of , entered into a ~~ ' written Agreement with Owner for the 2005 Traffic Signalization Project; and ? ~.~ WHEREAS, the Agreement requires execution of this Performance and Payment Bond, to be completed by Contractor, in accordance with plans and specifications prepared by the Engineers Office of 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 determina- tion by Owner and Surety of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available, as work progresses (even though there may be a default or a succession of defaults under the Agreement or subsequent contracts of completion arrariged under this paragraph), sufficient PB-1 funds to pay the cost of completion, less the balance of the Contract Price, but not exceeding the amount set forth in the first paragraph hereof. The term "balance of the Contract Price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Agreement, together with any addenda and/or amendments thereto, less the amount properly paid by Owner to Contractor. C. The Contractor and Contractor's Surety shall be obligated to keep the improvements covered by this bond in good repair for a period of five (5) years from the date of formal acceptance of the improvements by the Owner. D No right of action shall accrue to or for the use of any person, corporation or third party other than the Owner named herein or the heirs, executors, administrators or successors of Owner. IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, in accordance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, firms or corporations having contracts directly with the Principal, including any of Principal's subcontrac- tors, all claims due them for labor performed or materials furnished in the performance of the Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of Iowa, are a part of this bond to the same extent as if it were expressly set out herein. SIGNED AND SEALED THIS 20_. DAY OF IN THE PRESENCE OF: (Principal) (Title) Witness (Surety) (Title) Witness cP ,p cr' (Street) en /" (City, State, Zip) ;~" -;~:'. ".--/ ';;-1 '_/'~ / (Phone) PB-2 Contract Compliance Program 4l;,M.. CITY OF IOWA CITY ...., ., . ., C-) SECTION 1- GENERAL POLICY STATEMENT It is the policy of the City of Iowa City to require equal employment opportunity in all City contract work. This policy prohibits discrimination by the City's contractors, consultants and vendors and requires them to ensure that applicants seeking employment with them and their employees are treated equally without regard to race, color, creed, religion, national origin, sex, gender identity, sexual orientation, disability, marital status, and age. It is the City's intention to assist employers, who are City contractors, vendors or consultants, in designing and implementing equal employment opportunity so that all citizens will be afforded equal accessibility and opportunity to gain and maintain employment. PROVISIONS: 1. 2. 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. All City contractors, vendors, and consultants with contracts of $25,000 or more (or less if required by another governmental agency) must abide by the requirements of the City's Contract Compliance Program. Emergency contracts may be exempt from this provision at the discretion of the City. Regardless of the value of the contract, all contractors, vendors, and consultants are subject to the City's Human Rights Ordinance, which is codified at Article 2 of the City Code. 3. Contracting departments are responsible for assuring that City contractors, vendors, and consultants are made aware of the City's Contract Compliance Program reporting responsibilities and receive the appropriate reporting forms. A notification of requirements will be included in any request for proposal and notice of bids. 4. Prior to execution of the contract, the completed and signed Assurance of Compliance (located on pages CC-2 and CC-3) or other required material must be received and approved by the City. 5. Contracting departments are responsible for answering questions about contractor, consultant and vendor compliance during the course of the contract with the City. 6. All contractors, vendors, and consultants must refrain from the use of any signs or designations which are sexist in nature, such as those which state "Men Working" or "Flagman Ahead," and instead use gender neutral signs. 7. All contractors, vendors, and consultants must assure that their subcontractors abide by the City's Human Rights Ordinance. The City's protected classes are listed at Iowa City City Code section 2-3-1. cP ,0 (j~ ~. 1-;,.'( c..., 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 payor 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. !l 1608 et sea.) and relevant orders of the U.S. Secretary of Labor. The Secretary of Labor, and not the City, enforces said regulations and orders. 3. Provide a copy of your written Equal Employment Opportunity policy statement Where is this statement posted? 4. What is the name, telephone number and address of your business' Equal Employment Opportunity Officer? (Please print) Phone number Address 5. The undersigned agrees to display, in conspicuous places at the work site, all posters required by federal and state law for the duration of the contract. NOTE: The City can provide assistance in obtaining the necessary posters. , . J , ; j --' 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 Title Print Name Date C) .~<. u' c-; , -'--,I CC-3 SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES 1. COMPANY POLICY Determine your company's policy regarding equal employment opportunities. Document the policy and post it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all potential sources of employees and to your subcontractors asking their cooperation. The policy statement should recognize and accept your responsibility to provide equal employment opportunity in all your employment practices. In regard to dissemination of this policy, this can be done, for example, through the use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web page postings, employee handbooks, and advertising. 2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of administering and promoting your company's Equal Employment Opportunity program. This person should have a position in your organization which emphasizes the importance of the program. .. ; 3. INSTRUCT STAFF (-, . 1 , Your staff should be aware of and be required to abide by your Equal Employment Opportunityp"rogram.,AII 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 employmentopportuRlty laws. 4. RECRUITMENT / .".) (a) Let potential employees know you are an equal opportunity employer. This can be done by identifying yourself on all recruitment advertising as "an equal opportunity employer". (b) Use recruitment sources that are likely to yield diverse applicant pools. Word-of-mouth recruitment will only perpetuate the current composition of your workforce. Send recruitment sources a letter annually which reaffirms your commitment to equal employment opportunity and requests their assistance in helping you reach diverse applicant pools. (c) Analyze and review your company's recruitment procedures to identify and eliminate discriminatory barriers. (d) Select and train persons involved in the employment process to use objective standards and to support equal employment opportunity goals. (e) Review periodically job descriptions to make sure they accurately reflect major job functions. Review education and experience requirements to make sure they accurately reflect the requirements for successful job performance. (f) Review the job application to insure that only job related questions are asked. Ask yourself "Is this information necessary to judge an applicant's ability to perform the job applied for?" Only use job-related tests which do not adversely affect any particular group of people. (g) Monitor interviews carefully. Prepare interview questions in advance to assure that they are only job related. Train your interviewers on discrimination laws. Biased and subjective judgments in personal interviews can be a major source of discrimination. (h) Improve hiring and selection procedures and use non-biased promotion, transfer and training policies to increase andlor 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. CC-4 ( c cr c(') to I ~ I ~~~~~'t~ . -..;;;;....._...,~ ......,... ... ~ City of ~ ~ eX 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. ,,-5- G~\ (0 -~-~ CC-5 2-3-1 2-3-1 CHAPTER 3 DISCRIMINATORY PRACTICES SECTION: 2-3-1: 2-3-2: Employment; Exceptions Public Accommodation; Exceptions Credit Transactions; Exceptions Education Aiding Or Abetting; Retaliation; Intimidation 2-3-3: 2-3-4: 2-3-5: 2-3-1: EMPLOYMENT; EXCEPTIONS: A. It shall be unlawful for any employer to refuse to hire, accept, register, classify, upgrade or refer for employ- ment, or to otherwise discriminate In employment against any other person or to discharge any employee be- cause of age, color, creed, disability, gender Identity, marital status, nation- al origin, race, religion, sex or sexual orientation. B. It shall be unlawful for any labor orga- nization to refuse to admit to member- ship, apprenticeship or training an applicant, to expel any member, or to otherwise discriminate against any applicant for membership, apprentice- ship or training or any member in the privileges, rights or benefits of such membership, apprenticeship or train- Ing because of age, color, creed, disability, gender Identity, marital status, national origin, race, religion, sex or sexual orientation of such ap- plicant or member. CC-6 C. It shaU be unlawful for any employer, employment agency, labor organiza- tion or the employees or members thereof to directly or indirectly adver- tise or in any other manner Indicate or publicize that Individuals are unwel- come, objectionable or not solicited for employment Of memberohlp be- 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) D. Employment policies relating to preg- nancy and ~hlldblrth shall be govemed by the following: 1. A wrttten or unwritten employment policy or practice which excludes from employment applicants or employees because of the employee's pregnancy Is a prima facie violation of this Title. 2. Disabilities caused or contributed to by the employee's pregnancy, miscar- riage, childbirth and recovery there- from are, for all Job-related purposes, temporary disabilities and shall be treated as such under any health or temporary disability Insurance or sick leave plan available In connection with employment or any written or unwrit- ten employment policies and practices involving terms and conditions of employment as applied to other tem- porary disabilities. E. It shall be unlawful for any person to solicit or require as a condition of employment of any employee or pro- 897 Iowa City -1 :,;. \') '._j "';-" rl UJ ::C , / ~_/ -- - c) ~'-::-. 0-;. '-' "-, , r.--. ~..''-, 2-3-1 Ch tJ') 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- pl8Yee concerning employment, pay '.qi'-:benefits to an employee or pro. spective employee in return for taking a lest for the presence of the antibody to the human immunodeficiency virus, is prohibIted. The prohibitions of this subsection do not apply if the State ,&1idemlologist determines and the :Olrector 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. F. The following are exempted from the provisions of this Section: 1. Any bona fide religious institution or its educational facility, association, corporation or society with respect to any qualifications for employment based on religion when such 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) 897 Iowa City 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. To 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 occupationai 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 nee. 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 11, 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. "- ,) , , -' (') C.') GC-1 c-, l;) ~, . , ,_.~ /.. SUPPLEMENTARY CONDITIONS __ 0) ~'-~****~~********~*-'******************************************************************************************* Not/; TO.SPECIFIER: :? See $-3 and S-12 of this section ***t*~******!~~******************************************************************************************** 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 Introductorv Statements 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 SPECIFICATIONS. "ENGINEER" shall mean the Director of Public Works for the City of Iowa City, Iowa or his authorized representative. "OWNER" and "CITY" shall mean the City of Iowa City, Iowa acting through the City Council and duly authorized agents. "CONTRACTING AUTHORITY," "DEPARTMENT OF TRANSPORTATION," or "COUNTY" shall mean the CITY. "IDOT STANDARD SPECIFICATIONS" shall mean the Iowa Department 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 1108.03 of the IDOT STANDARD SPECIFICATIONS: Except for such work as may be required to properly maintain lights and barricades, no work will be permitted on Sundays or legal holidays without specific permission of the ENGINEER. S-3 INSURANCE. A. CERTIFICATE OF INSURANCE: CANCELLATION OR MODIFICATION 1. Before commencing work, the Contractor shall submit to the City for approval a Certificate of Insurance, meeting the requirements specified herein, to be in effect for the full contract period. The name, address and phone number of the insurance company and agent must accompany the certificate. The liability limits required hereunder must apply to this Project only. 2. The Contractor shall notify the City in writing at least thirty (30) calendar days prior to any change or cancellation of said policy or policies. 3. Cancellation or modification of said policy or policies shall be considered just cause for the City of Iowa City to immediately cancel the contract and/or to halt work on the contract, and to withhold payment for any work performed on the contract. 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: Tvpe of Coveraae Comprehensive General Liability Each Occurrence Aaareaate Bodily Injury & Property Damage" $1,000,000 $2,000,000 Automobile Liability Combined Sinale 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. ****************************************************************************************************************** NOTE TO SPECIFIER: . - Verify coverage amounts with the Risk Manager, City of Iowa City, 319-356~5053. **************************************************************************************************~*~******* , ') )c; I "r \....::) SC-2 In addition, the Contractor shall be required to comply with the following provisions with respect to insurance coverage: 1. The entire amount of Contractor's liability insurance policy coverage limits, identified in the policy and on the Certificate of Insurance, must, under the policy, be 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. 3. If Contractor's liability insurance coverage is subject to any special exclusions or limitations not common to the type of coverage being provided, such exclusions or limitations shall be noted on the Certificate of Insurance. 4. The City prefers that Contractor provide it with "occurrence form" liability insurance coverage. If Contractor can only provide "claims-made" insurance coverage, then the Contractor must comply with the following requirements: ('T lO ~ 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. a. .. Co) /""-.- /-' C) b. If Contractor's insurance is canceled or is allowed to lapse during said period, Contractor shall be required to obtain replacement insurance coverage to fulfill its obligation hereunder. _. ..I '.-) "" ~ ,--, ';'.__J ......... 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. ~.. .J d. "Tail" or "prior acts" coverage so provided shall have the same coverage, with the same limits, as the insurance specified in this Contract, and shall not be subject to any further limitations or exclusions, or have a higher deductible or self-insured retention than the insurance which it replaces. 5. The City reserves the right to waive any of the insurance requirements herein provided. The City also reserves the right to reject Contractor's insurance if not in compliance with the requirements herein provided, and on that basis to either award the contract to the nex1 low bidder, or declare a default and pursue any and all remedies available to h~ . 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. 7. 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 1. 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 1105.05 of the IDOT STANDARD SPECIFICATIONS: CONTRACTOR shall maintain a qualified and responsible person available 24 hours per day, seven days per week to respond to emergencies which may occur after hours. CONTRACTOR shall provide to ENGINEER the phone number and/or paging service of this individual. ' , S-5 CONCERNING SUBCONTRACTORS, SUPPLIERS AND OTHERS. Add the following paragraph to 1108.01 of the IDOT STANDARD SPECIFICATIONS: '. , , Bidders shall list those persons, firms, companies or other parties: to whom it j proposes/intends to enter into a subcontract regarding this project as requir~d: for approval . by the City and as noted on the Form of Proposal and the Agreement. . :c; If no minority business enterprises (MBE) are utilized, the CONTRACTOR shall furnish documentation of all efforts to recruit MBE's. ****************************************************************************************************************** NOTE TO SPECIFIER: Some contracts may need to adjust the requirement of the prime to perform 50% of the total contract cost. ******.****************************************************************************************************** SC-4 5-6 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 MaterialSafety 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. 5-7 EMPLOYMENT PRACTICES. Neither the Contractor nor his/her subcontractors, shall employ any person whose physical or mental condition is such that his/her employment will endanger the health and safety of them- selves or others employed on the project. Contractor shall not commit any of the following employment practices and agrees to include the following clauses in any subcontracts: ~:; To .P;iscriminate against any individual in terms, conditions, or privileges of employment ,', be<::ijose of sex, race, color, religion, national origin, sexual orientation, gender id~ntity, marital status, age or disability unless such disability is related to job performance of such person or employee. (' I l. C<J I " To discharge from employment or refuse to hire any individual because of sex, race, color, religion, national origin, sexual orientation, gender identity, marital status, age, or disability ,', Uhl~~s:,such disability is related to job performance of such person or employee. s~8' CONTRACT COMPLIANCE PROGRAM (ANTI-DISCRIMINATION REQUIREMENTS). For all contracts of $25,000 or more, the Contractor shall abide by the requirements of the City's Contract Compliance Program, which is included with these Specifications beginning on page CC-1. 5-9 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. 5-10 TAXES. Contractor shall pay all sales, consumer, use and other similar taxes required to be paid in accordance with local law as outlined in 1109.07 of the IDOT Standard Specifications. The City of Iowa City does not issue tax exemption certificates to preclude the payment of sales tax. Prior to project acceptance by the City Council, the Contractor shall submit to the Engineer a statement of taxes paid, including all information required by the State of Iowa for reimbursement of taxes. The City will reimburse Contractor for taxes approved and reimbursed by the State of Iowa. Reimbursement to the Contractor will occur within 30 days of the City receiving reimbursement from the State. Tax statements submitted after the project has been accepted by the City Council will not be accepted or reimbursed. SC-5 S-11 CONSTRUCTION STAKES. Replace the last paragraph of 1105.06 of the lOOT 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 hiqhway proiects not funded with Federal monies. *************************************************************************************************************** NOTE TO SPECIFIER: Include 5-12 only for highway projects not funded with Federal monies. *************************************************************************************************************** ,--,,\ , ~...J 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 a non-resident bidder from a state or foreign country which gives or requires a preference to bidders from that state or foreign country. That preference is equal to the preference given or required by the state or foreign country in which the non-resident bidder is a resident. "Resident bidder" is defined as a person authorized to transact business in this state and having a place of business within the state, and has conducted business for at least six months prior to the first advertisement for the public improvement. In the case of a corporation, the above requirements apply as well as the requirement that the corporation have at least fifty percent of its common stock owned by residents of this state. This qualification as resident bidder shall be maintained by the bidder and his/her contractors and subcontractors at the work site until the project is completed. I hereby certify that the undersigned is a resident bidder as defined above and will remain such from the start of the project until its completion. COMPANY NAME: CORPORATE OFFICER: TITLE: DATE: C'..... j,'"; . c'\ u '6/05 ~ on c~yoVEn~aslerSpecslfrontend.doc , '--)- \.'-- t>_J R-1 SECTION 01010 SUMMARY OF THE WORK PART 1 - GENERAL General description, not all inclusive. A. Base Bid Work: 1. Construct 9-inch Portland Cement Concrete Widening on Scott Boulevard and Court Street. 2. Remove Portland Cement Concrete roadways, driveways, curbs and gutters, sidewalks and other miscellaneous items. 3. Construct Portland Cement Concrete driveways, sidewalks and other miscellaneous items. 4. Remove existing storm intakes, sewer pipes and manholes. 5. Furnish, install and construct storm intakes, sewer pipes and manholes. 6. Construct new pull boxes and relocate conduit and wirings. 7. Remove existing and install temporary and permanent paving markings on Scott Boulevard, Court Street, Cameron Way and Mormon Trek Boulevard. 8. Provide traffic and pedestrian traffic control during all phases of project. 9. Other work associated with intersection reconstruction. 06/05 shared\engineer\specs-ii\01 01 0 - ;-1 j \"") " . .....~~ r '''I ".0 01010-1 SECTION 01025 MEASUREMENT AND PAYMENT PART 1 - 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 fumishing 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 will be made. PART 2 - PRODUCTS -'~I -, I 2.01 NONE PART 3 - EXECUTION ,r_j 3.01 PROCEDURE: ..-'--~ r 11 \,0 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 sit~. 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. c'\ .,All trees and shrubs shall remain and be protected from damage unless specifically "iioted 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. ~, , L c,-;- 1.-- () . (jhe prices for those items which involve grading or excavation shall include . -compensation for top soil removal and replacement (unless it is listed as an item in the FORM OF PROPOSAL), disposal of surplus excavated material, handling water, installation of all necessary sheeting, bracing and temporary fencing around all open excavations and supply, placement and compaction of specified backfill. The prices for those items which involve surface removal adjacent to buildings or vaults shall include compensation to protect exposed surfaces from water which may leak or seep into vaults and/or basements. All labor, materials and equipment required to bring surfaces to the proper elevation and density including loading, hauling, and disposal of unsuitable material, below grade excavation, borrow and hauling, placing, forming, drying, watering and compaction of fill material, and all such work as may be required to . make the grading work complete with a uniform surface free of rock, broken concrete, tree roots, limbs and other debris is incidental to this project unless it is listed as an item in the FORM OF PROPOSAL. The Contractor must pay for all parking permit fees, meter hoods, lot and ramp fees, and parking tickets. The Contractor must figure these costs into their bid prices. The City will not waive parking fees or fines. Penmits 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 01025.2 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. B. BID ITEM DESCRIPTIONS DIVISION 1 1. Removal of Pavement (SF) The unit price for this item will be paid based on the number of square feet of sidewalk removed. 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. ' ~. -, "-~, 2. Sidewalk, P.C. Concrete, 6 in. (SF) ':.,) The unit price for these items will be paid based on the number of square feet 0f Portland Cement Concrete sidewalk constructed at the specified width, thickn~ss and mix design. Included with these items is subgrade preparation a~d ' ' compaction, subgrade treatments, forming, concrete placement and fifiishing,,; curing, jointing and joint sealing, and backfilling at form lines. 3. Detectable Warning Panel, ADA Curb Ramps (SF) The unit price for these items will be paid based on the number of square feet of detectable warning panel installed. 4. Traffic Control (LS) The unit price shall be full compensation for furnishing all materials, labor and equipment necessary to control traffic during construction. Includes furnishing, installing, maintaining, moving, relocating, and removing all traffic control devices including barricades, safety fencing, drums, lights, standard signs, temporary barrier rails, sequential flashing arrows, flaggers, uniformed officers, temporary pavement markings and orange safety fence at road closures. 5. Traffic Signal Installation (LS) The lump sum price for this item will be paid based on percent complete for all work required to complete the traffic signalization as detailed in the project plans. 6. Pavement Markings Durable (STA) The unit prices for these items will be paid based on the number of stations installed based on a 4-inch width and the number of symbols and legends placed. Work includes removal of old markings as applicable, prep work, layout, supply and placement of epoxy paint and glass beads and protection during cure. Layout must be approved by the Engineer. I.D.O.T. Supplemental Specification 97036 will govern this item. 01025-3 (~ L 7. Mobilization (LS) The unit price shall be full compensation for preparatory work and 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 all offices, buildings and other facilities; which must be performed or cost incurred prior to beginning work on the various items on the project site. This item shall include demobilization costs. 8. Mulching (SY) The unit price for this item will be paid based on the number of square yards mulched. 9. Seeding and Fertilizing (Urban) (SY) The unit price for this item will be paid based on the number of acres seeded and fertilized and includes preparation of seed bed, supply and application of seed, fertilizer, and water, and all upkeep as specified, including a one-year guarantee. DIVISION 2 1. Excavation, Class 13, Roadway and Borrow (CY) C', 1..:) The unit price for this item will be paid based on the plan quantity for cubic yards of cut. Included with this item is all work required to bring the slopes to the proper <"': elevation and density along the entire cross section with a uniform surface free of . . debris. Also included is cutting, loading, hauling and disposal of unsuitable material, including chip seal, below grade excavation, borrow and hauling, placing, forming, drying, watering and compaction of fill material. ~:, C.~ \.._,' . There will be no payment for overhaul. Estimated amount of waste is 190 CY. Removal of one crab apple tree shall be incidental to this item. ~. -.. , 2. Granular Subbase, 6 in. (SY) 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. Also included with this item is subgrade preparation and compaction, subgrade treatments, and subbase placement and compaction to required elevations. 3. Standard or Slip Form Portland Cement Concrete Pavement, Class C, Class 3 Durability, 9 in. (SY) The unit prices for these items will be paid based on the number of square yards of Portland Cement Concrete pavement widening constructed at the .specified widths, thicknesses and mix designs. Aggregate durability class for all P.C. Concrete paving shall be Class 3. 4. Removal of Pavement (SY) The unit price for this item will be paid based on the number of square yards of 01025-4 pavement removed. 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. 5. Removal of Sidewalk (SF) The unit price for this item will be paid based on the number of square feet of sidewalk removed. 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. 6. Removal of Intakes (EA) The unit prices for these items will be paid based on the number of each type of designated structure which is removed and includes excavation, demolition, removal, disposal of debris and supply, placement and compaction of specified backfill. 7.-9. Intakes (EA) 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. 10. Install Stonn Sewer (LF) The unit prices for these items will be paid based on the lineal feet of storm sewer installed and includes excavation, backfill, supply, placement, arid collaring of existing storm sewer connections. .... "-1 C) 11. , j , , - ~ The unit prices for these items will be paid based on each storm. sewer intake insert removed and reinstalled. ? ' 1 '.D Remove and Reinstall Insert (EA) 12. Sidewalk and Driveway, P.C. Concrete, 6 in. (SF) The unit price for these items will be paid based on the number of square feet of Portland Cement Concrete sidewalk and driveways constructed at the specified width, thickness and mix design. 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. 01025-5 13. Detectable Warning Panel, ADA Curb Ramps (SF) The unit price for these items will be paid based on the number of square feet of detectable warning panel installed. 14. Traffic Control (LS) The unit price shall be full compensation for furnishing all materials, labor and equipment necessary to control traffic during construction. Includes furnishing, installing, maintaining, moving, relocating, and removing all traffic control devices including barricades, safety fencing, drums, lights, standard signs, temporary barrier rails, sequential flashing arrows, f1aggers, uniformed officers, temporary pavement markings and orange safety fence at road closures. 15. Traffic Signal Installation (LS) The lump sum price for this item will be paid based on percent complete for all work required to complete the traffic signalization as detailed in the project plans. 16. Pavement Markings Durable (STA) The unit prices for these items will be paid based on the number of stations installed based on a 4-inch width placed. Work includes removal of old markings as applicable, prep work, layout, supply and placement of epoxy paint and glass beads and protection during cure. Layout must be approved by the Engineer. I.D.O.T. Supplemental Specification 97036 will govern this item. ;;; 17. / Pavement Markings Durable (EA) C', c-; The unit prices for these items will be paid based on the number of symbols and legends placed. Work includes removal of old markings as applicable, prep work, layout, supply and placement of epoxy paint and glass beads and protection during cure. Layout must be approved by the Engineer. I.D.O.T. Supplemental Specification 97036 will govern this item. , L '-..,Jr_ 18. Mobilization (LS) The unit price shall be full compensation for preparatory work and 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 all offices, buildings and other facilities; which must be performed or cost incurred prior to beginning work on the various items on the project site. This item shall include demobilization costs. 19. Mulching (SY) The unit price for this item will be paid based on the number of square yards mulched. 01025-6 20. Seeding and Fertilizing (Urban) (SY) The unit price for this item will be paid based on the number of acres seeded and fertilized and includes preparation of seed bed, supply and application of seed, fertilizer, and water, and all upkeep as specified, including a one-year guarantee. 06/05 shared\engineer\specs-ii\01025.doc / 01025-7 - ~---'I I .) --1 ('"' ',.:~') 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 '1 3.01 MEETINGS PRIOR TO CONSTRUCTION: " A. A Pre-Construction meeting will be held prior to beginning work. /" ('; 3.02 PROGRESS OF WORK: '.0 A. Work will be limited to 40 working days. Saturdays will not be counted as working days. The specified start date is August 1, 2005. Liquidated damages of $100.00 per day will be charged on work beyond 40 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 COORDINA TlON 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 street closings so that a press release can be issued. No street may be closed without the Engineer's approval and said notification. 06/05 s~f'!d\.enginee~..-rcs.ii\01310.dOC l, i - C-} \ \,--.-.- \."--' s~ t"' 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. !DOT Standard Specifications. B. U.S. Department of Transportation Federal Highway Administration "Manual on Uniform Traffic Control Devices for Streets and Highways," 1988 Edition, as revised. C. Traffic Control Notes on project plans. 1.03 SUBMITTALS: A. Submit a traffic control plan for all activities requiring traffic control not specifically addressed by the project plans. PART 2 - PRODUCTS 2.01 MATERIALS: ". r-.~ r A. Traffic control devices may be new or used, but must meet the requirements 'of the' !DOT c Standard Specifications. , ") B. All construction fence shall be new and securely fastened to approved poSts' and installed as , directed by the Engineer. 2.02 EQUIPMENT: (:1 1..0 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 ~onform with the following divisions and sections of the !DOT 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. 11100 sharead\engineeNpecs-ii\OIS70.doc c- /" C,O, , I.--'~"'~ \_" L , .- ('-' 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 eXlstmg storm sewer pipes, sanital)' sewer pipes, intakes, and drainage structures as indicated and specified. 1.02 REFERENCES: A. !DOT Standard Specifications. 1.03 QUALITY ASSURANCE: 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. ".-) PART 2 - PRODUCTS : . 2.01 MATERIALS: l) - ,v n ,-J A. Granular backfill material shall consist of Class A Crushed Stone, !DOT Standard Specification Section 4120.04 and Section 4109, Gradation No. II. 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 !DOT Standard Specifications: Division 24. Structures. Section 240]. 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. Removal and Construction of Paved Driveways. Removal and Construction of Retaining Walls and Steps. Section 2515. Section 2516. 3.02 INSPECTION: A. Limits of demolition shall be per 3.04 of this section. The Engineer reserves the right to revise demolition limits if required by the nature of construction. 3.03 PROCEDURES: A. Utilities 1. Notii)' 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. C-, \._.1 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 1. 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 1. Pedestrian access to homes and businesses shall be maintained at all times. Temporary gravel surfaces shall be provided as directed by the Engineer. 02050-2 2. Contractor shall perform demolition and removal operations so as to maintain vehicular access to adjacent properties and businesses to the maximum extent possible. 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 a Contractor-furnished site approved by the Engineer or to the landfill. The Contractor shall pay the current tipping fee at the landfill. 3.04 DEMOLITION AND REMOVALS: A. Pavement and Sidewalk Removals 1. 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. Sewers to be abandoned, but not removed, shall be filled with an approved non- shrink flowable mortar and bulkheaded at each end with concrete. 4. Select castings shall be delivered to the pollution control plant at 1000 S. Clinton Street as directed by the Engineer. 11/00 ., shared\engineer\specs-ii\02050.do<: (..) i..._.i ..J>' rOO") ;.:''') 02050-3 SECTION 02100 SITE PREPARATION PART 1 - GENERAL 1.01 SUMMARY: A. Furnish labor, material, tools and equipment to prepare site as indicated anlj specifieCl. 1.02 REFERENCES: - I A. IDOT Standard Specifications. C,-' PART 2 - PRODUCTS ) 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, SHRUBS AND VEGETATION: 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 STRUCTURES AND 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. 11100 shared\engineet\specs-ii\02100.doc c' - I ~. - , '. -:- .':~ '-'- ." () ~- -._J 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. !DOT Standard Specifications. ) 1.03 QUALITY ASSURANCE: A. Whenever a percentage of compaction is indicated or specified, use percenfbf maxlru,um density at optimum moisture as determined by ASTM 0698-91, unless noted 0therwise.> 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, !DOT Standard Specification Section 4120.04 and Section 4109, Gradation No. II. 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 !DOT 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 property. 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 subgrade when pipe is to be laid in granular bedding or concrete cradle, provided that material remaining at bottom oftrench is only slightly disturbed. C') "-.1 / 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 I. Barricade and fence open excavations or depressions resulting from work during non-working hours and when not working in immediate area. C. Trench Width I. 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 I. 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 I. 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 1. The Contractor shall notif'y 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 lOOT 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 Engine~r and Iowa DNR. 4. Contractor is responsible for completing and filing all necessary Federal, State and local government agency forms and applications. . "~ " I G. Care of Vegetation and Property -' / . . ) I. Use excavating machinery and cranes of suitable type and operatyith care to prevent injury to trees, particularly to overhanging branches and limbs' ~nd 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 tom edges on any roots I" 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, notif'y 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 c, I. 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. L. 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 I-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 EXCA VATION: A. Rock excavation will be considered Class 12 Excavation as defined In !DOT Standard Specification Section 2102.02. B. Explosives shall not be used for rock excavation. 02220-4 3.06 BACKFILLING: A. General I. Do not place frozen materials in backfill or place backfill upon frozen material. Remove previously frozen material or treat as required beforf'j1ew bac.kfill is ~~. ~ B. Backfilling Excavations ( -\ 1. Begin backfilling as soon as practicable and proceed until complete. 2. Material and Compaction )> c~ c.J 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 1. 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 EXCA V ATION: 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\0222Q,doc 02220-5 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. !DOT Standard Specifications. 1.03 QUALITY ASSURANCE: 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. c!) 3. Slump. 4. Density Tests of Base and Subgrade. C~ f,::) PART 2 - PRODUCTS 2.01 MATERIALS: A. Except as amended in this document, the materials in this section will conform with the following divisions and sections of the !DOT Standard Specifications: Division 41. Construction Materials. Sections 410 I 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 confonn with the following divisions and sections of the mOT Standard Specifications: Division 21. Earthwork, Subgrades and Subbases. Section 2111. Granular Subbase. -", ::~ Division 22. Base Courses. Section 220 I. Portland Cement Concrete Base. Section 2212. Base Repair. Section 2213. Base Widening. c'"',J Division 23. Surface Courses. Section 230 I. 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 350F, the following requirements must be met for concrete less than 36 hours old: 24 Hour Temperature Forecast Covering Minimum 35-320 F One layer plastic or burlap. Minimum 31-250 F One layer plastic and one layer burlap or two layers burlap. Below 250 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 900 F. E. If concrete is placed when the temperature of the concrete could exceed 900 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 900 F. 3.04 OPENING TO TRAFFIC: A. Opening to traffic, including Contractor's vehicles, will not be permitted until the compressive strength of6" 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\cngineer\specs-ii\02S20.doc ,-'"""\ ',-~ i'J) c) c:,) 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 ofIowa City Design Standards. C. Iowa DOT ADA Curb Ramp Compliance (Alterations) - (IIA-4) c~ , .:~! E. L.M. Scofield Company Tech - Data Bulletin A-5 14.02. o ::::~C) ,1.."-'. ,'_' iTt D. L.M. Scofield Company Tech - Data Bulletin A-I 04.1 O. II w Tl F., L.M. Scofield Company Guide G-I 07.02. ASTM C309 - Liquid Membrane Forming Compounds for Curing Concre~ )> Armor-Tile Cast-In-Place TactilelDetectable Warning Surface Tile. ~:;?: ."'""-', "j G. 9 o o H. I. Figures section of specifications. 1.03 QUALITY ASSURANCE: 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 SUBM11TALS: A. Comply with Section 01310. B. Comply with Section 02520. 1.05 DELIVERY, 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 PROJECTCOND/TIONS: A. Comply with ACI requirements for cold and hot-weather concrete work. B. Pre-Installation Meeting PART 2 - PRODUCTS 2.0/ MATERIALS: A. Concrete: Reference Section 2520. B. Water: Fresh, clean and potable. C. Stamped Truncated Domes 1. Colored Hardener: a. Lithochrome Color Hardner by L.M. Scofield Company. b. Color: Tile Red (A-28). c. An integral coloring agent may be submitted for approval as an alternative to topical coloring agents. ,:''::~ <( 2. Bonding Agent: Product known to enhance adhesion to concrete. c") -3. Curing Compound: ~) :~~: l-O S:2 a. Lithochrome Colorwax by L.M. Scofield Company. b. Color: Tile Red (A-28). 4. Truncated dome stamp for curb ramps shall be Cobblecrete ADA concrete texturing tool or Increte ADA Tactile Detectable Warning System stamping tool or approved equal. D. Cast-In-Place TactilelDetectable Warning Surface Tile I. Color: Brick Red Color shall be homogeneous throughout the tile. 2. Dimensions: Length and Width: Depth: Face Thickness: Warpage of Edge: 24" x 48" nominal or width of sidewalk 10400" +/- 5% max. 0.1875 +/- 5%'max. +/- 0.5% max. 3. Vitrified Polymer Composite cast-in-place tiles shall be Armor-Tile Cast-in-Place TactilelDetectable Warning Surface Tiles or approved equal. 02524-2 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) - (I IA-4) and the following sections of the Americans with Disabilities Act (ADA) B Accessibility Guidelines for Buildings and Facilities. Section 4. Accessible Elements and Spaces: Scope and Technical Re- quirements Section 14. Public Rights-of-Way 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 I :48 or 2% to a level plane. C. Curb ramp running slopes should be no greater than I: 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 I :48 or 2.08% to a level plane. A. ,-, (-::.:' ,--:;:") o if' 6-inch thick P.C.C. will be placed at all curb ramps unless otherwis~~ted~Jly tbeTl Engineer. . '- w 3.03 PORTLAND CEMENT CONCRETE THICKNESS: B. -,,"'r\ :..,...... \ . 4-inch thick P.C.C. will begin 4 feet off back of curb adjacent to the 6-inchP.C.C. sll!:tion,'-' unless otherwise specified by the Engineer. ,:;;~;. i~ .j - C> :;c> C> 3.04 WIDTHS: A. Curb ramps widths will be 4 feet unless otherwise necessary 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 feet wide need approval by the Engineer. 3.05 CURB RAMPS GEOMETRICS: 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. 02524-3 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. 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 COLORING: A. Concrete color finish will only be placed on the 6-inch thick first panel (approximately 24" x 48"or width of sidewalk) or as specified by the Engineer. 3.09 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. 3.10 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\maSler specsl02524-with Tiles.doc ":':) ..-:( c..' (''') ~f'" ~'-I 02524-4 o :>C' .,;'> :-< l"~-) '.C..::' c:~ c.J"1 '-- (::::: -_.-..~ I I SECTION 02700 w SEWERS :- - 'l I' PART 1 - GENERAL ..;-./.... 0 .,,':> :i> Cl c::> 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 Sanilal)' 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 I. ASTM C506, latest edition, Specification for Reinforced Concrete Arch Culvert, Storm Drain and Sewer Pipe. C. Vitrified Clay Pipe I. 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. ANSI/AWWA-A21.5/CI5I, latest edition, Ductile-Iron Pipe, Centrifugally Cast in Metal Molds or Sand-Lined Molds, for Water or Other Liquids. 2. ANSI/AWWA- A21.50/CI50, latest edition, Thickness Design of Ductile-Iron Pipe. 3. ANSI/AWWA-A21.53/CI53, latest edition, Ductile-Iron Compilct Fittings, 3 in. through 16 in., for Water and Other Liquids. 4. ANSI/A WWA-A21.1I/CIll, latest edition, Rubber-Gasket Joints for Ductile-Iron Pipe and Gray-Iron Pressure Pipe and Fittings. 02700-1 S. ANSIIAWWA-A21.4/CI04, latest edition, Cement-Mortar Lining for Ductile-Iron Pipe and Fittings for Water. E. Poly Vinyl Chloride (PVC) Pipe - For Sanitary Sewer Service Lines c::::) ,.0(" 1. ASTM D1784, latest edition, Specification for Rigid Poly (Vinyl Chloride) (PVC) Compounds and Chlorinated Poly(Vinyl Chloride) (CPVC) Compounds 2. ASTM D232I, latest edition, Recommended Practice for Underground Installation of Flexible Thermoplastic Sewer Pipe. ('l ,-i -.3. ;::::-'1 '..j 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 S. ASTM D3212, latest edition, Specification for Joints for Drain and Sewer Plastic Pipes Using Flexible Elastomeric Seals F. PVC Truss Pipe - For Sanitary Sewers I. ASTM DI784, latest edition, Specification for Rigid Poly (Vinyl Chloride) (PVC) Compounds and Chlorinated Poly(VinyI Chloride) (CPVC) Compounds 2. ASTM D232I, 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 I. lOOT Standard Specifications. 2. Iowa Department of Transportation Highway Division "Standard Road Plans Manual", latest edition. 1.03 QUALITY ASSURANCE: 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 SUBM1ITALS: 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 structural adequacy by the City. PART 2 - PRODUCTS 2.01 MATERIALS: A. Reinforced Concrete Pipe - For Sanitary and Storm Sewers I. 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 ~ide of ~~ 5 ~ :z 0 -Yi 5. Lift holes are not allowed. ....,..- -::::: .- 6. Minimum Bedding - Type B per ASTM C 12 with compacted ~1:)1~mat~,ijl1 to'.L\ the springline of the pipe. . '~:: \...../ ',--J. '2 ~.::: 0 B. Reinforced Concrete Pipe - For Storm Sewers y- , - 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 'c groove joints. -oj" c,::) <r: b. Arch pipe: All joints will be sealed with mastic butyl rubber-based sealant meeting the requirements of AASHTO MI98-75, Type "B". Wrap exterior of each joint with engineering fabric. C"" C,,"} Wall Thickness 2. a. Circular pipe: Minimum wall thickness will be B-wall as defined In ASTM C76. L.r--, 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 CI2 with compacted granular material to the springline of the pipe. D. Ductile Iron Pipe I. 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 A2IA. b. Outside of pipe and fittings: Standard bituminous coating conforming to 02700-4 appropriate ANSI. 4. Minimum Bedding - Type 5 per ANSI/AWWA C150/A21.50 with compacted granular material to the springline of the pipe. E. PVC Truss Pipe - For Sanitary Sewers I. All PVC truss pipe shall be made of PVC compound having a minimum cell classification of 12454 as defined in ASTM 01784. 2. Joints: Gaskets shall comply with all requirements in ASTM F477 and F913. Joint shall meet the requirements of ASTM D 2680 and ASTM 03212. 3. Pipe shall have a minimum pipe stifthess 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 _ (::::;'iI minimum bedding depth shall be 4" below the pipe. 0 5i ;,% (j ~:: F. Poly Vinyl Chloride (PVe) Pipe - For Sanitary Sewer Service Lines -co "Tl 1. All PVC pipe shall be manufactured in accordance with ASTM 0301A; : w 2. Joints: ASTM D3212 gasketed. ,.-.,\ ,,--<; . ,"1 '"..,) c> :; c::> 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 D 1784, 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 I. 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-1670, self-sealing, East Jordan 1117, self-sealing or approved equal. If in paved area, casting shall also be non-rocking. .,. i.::l ~~.,. 7. Manholes in paving shall have an interior Cretex chimney seal (or approved equal) that spans from the casting to the cone section. f:-"; l_' I. Bedding: ',~ J ,.., 1. Granular bedding material shall consist of porous backfill material, !DOT 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 I. 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 I. 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 mOT standard intake outlet detail RF-19C. CMP outlet shall be used unless approved by the Engin~r. 02700-6 r'<~ (j "', ,...~..> .- t;.r'I E. Jointing :..':Q L. ).>" 11 1. Clean and lubricate all joints prior to assembly. ,~) , -- 2. Join per manufacturer's recommendations. "-I 3. Suitable couplings shall be used for jointing dissimilar materials. j; r:J F. Backfill as specified in Section 02220. G. Clean pipeline upon completion. H. Tolerances I. Any deviation in a sewer pipes section more than 118 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: I. Perform after completion of backfill. 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 maxim urn pressure exerted by groundwater is greater than 4 psig, 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. Ifpipe is larger than 27-inch, air test is not allowed. 4. Exfiltration or infiltration test performed on sections of approved length (maximum 02700-7 -":~ C~) (:) ('~) i,J", Yz-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: ~f Equipment a. (I) Designed for testing sewers using low-pressure air. (2) Provide air regulator or safety valve so air pressure does not exceed 8 psig. f,~, (3) All air through single control panel. b. Procedure (I) 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 in inches Time in Minutes 4 6 8 10 12 15 18 21 24 27 2.0 3.0 4.0 5.0 5.5 7.5 8.5, 10.0 11.5 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 ~Il be considered to have failed. Locate and repair leaks and retl(5as req~. Infiltration Test ~ Q C c --1 6. L.) \1 a. Dewater and conduct test for at least 24 hours. ---.." b. Locate and repair leaks, and retest as required. o ~._-.. :.C:::- C":) c. Allowable infiltration, including manholes, fittings, and""Connectilms: maximum 200 gallons per inch diameter per mile per 24 hours. 7. Exfiltration Test a. Subject sewers to internal pressure by: (I) 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 of" .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. - ..( ;..."j ,. 'J (t) -.-.\ 1- ,~'" 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 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. 1. Clean manhole upon completion. J. Inspect for visible leaks after groundwater has returned to normal level. Repair leaks. 3.04 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 sanilaty sewer system and protect the system from storm water. C. If pumps are used for the diversion of flow, the Contractor shall have a stand-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 sanilaty sewage to storm sewers or waterways is not allowed. 3.05 CONFLICTS A. Provide temporaty support for existing water, gas, telephone, power or other utilities 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 10 feet unless: 1. Top of sewer is at least 18 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 18 inches below the bottom of the water main or service, the following requirements shall apply: 1. 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. Backfill trench with low permeability soil for the 20-foot length centered on the crossing. F. Sanilaty sewer force mains and water mains shall be separated by a horizcmtal distance of at least 10 feet unless: Q ;:~ ;~'- C) ( 1. The force main is constructed of water main material meeting a mi6iinuri1 pt'eSsure--q rating of200 psi.' w 2. The force main is laid at least four linear feet from the water main. - ' _."~ In --I . i '.~ " " c~3 06/03 sh~ginccr\spec....ii\02700.doc )> <::> 02700-11 SECTION 02900 LANDSCAPING o :fo -r-:'.~ - - '-- r"-: 1l ,.'--"", c...:> n PART 1- GENERAL 1'> l :~~"'; ..-, ._-....) 1.01 SUMMARY: /' C,) )> C> A. Plantings (trees, shrubs, seed and sod), including soil preparation, finish grading, landscape accessories and maintenance. 1.02 QUALITY ASSURANCE: A. The fitness of all plantings shall be determined by the Engineer and/or the City Forester with the following requirements: I. Nomenclature: Scientific and common names shall be in conformity with V.S.DA 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. Certity 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-fonned, 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 fonned of finn 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 fonn 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 nonnal 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. C) { / oRBAN MIX" Kentucky Blue Grass 70% 122.0 2.80 Perennial Rygrass (fine leaf variety) 10% 18.0 0040 ('~..~ Creeping Red Fescue 20% 35.0 0.80 .. 1 - ,J~URAL MIX" J{~ntucky 31 Fescue 54% 25 0.57 , - Switchgrass (Black Well) 17% 8 0.18 Alfalfa (Northern Grown) 11% 5 0.11 Birdsfoot Trefoil (Empire) 9% 4 0.09 Alsike Clover 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 hannful or deleterious matter. . B. Sod harvested by machine at unifonn 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 shalI contain the folIowing 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. ~, ,':") ~ o 2'~n ).-'" ::.-, 11 PART 3 - EXECUTION 3.01 PLANTING TREES AND SHRUBS: c"\ L.l ~ :r~,' fTl , I: A. Planting Season and Completion Date: 1. Trees: Spring- March 30 through May 15 FalI-Sept. 18 through Nov. 18 ~_~:l: .! ..-;. /" c::.:; j> 0 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. B. The planting shalI be performed by personnel familiar with the accepted procedures of planting and under the constant supervision of a qualified planting supervisor. C. Tree and shrub placement shalI be as shown on the plans. D. Contractor shalI inform the City Forester of the starting date and location. AII planting soil must be approved by the City Forester before use. E. Excavate with vertical sides and in accordance with folIowing requirements: I. Excavate tree pits to a minimum of two feet greater in diameter than root balI of tree and sufficiently deep to alIow for a minimum of 6 inches of planting soil mixture below root balI. 2. Plant shrubs in pits 12 inches greater in width than diameter of root balI or container and sufficiently deep to alIow for a minimum of 6 inches of planting soil mixture below root balI. 3. Do not use auger to excavate planting pits. F. Set trees and shrubs in center of pits, align with planting plan, plumb and straight and at elevation where top of root balI is one inch lower than surrounding finished grade after settlement. G. Compact topsoil mixture thoroughly around base of root balI to filI all voids. Cut alI burlap and lacing and remove from top one-third of root balI. Do not pulI burlap from under any root balI. BackfilI 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 backfilI 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 of3,000 pounds per acre. B. Apply fertilizer at rate of 450 pounds per acre. C. Seed Areas: " ,) .-- 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. 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. Rake seed lightly into loam to depth of not more than v..-inch and compact by means of an acceptable lawn roller weighing 100 to ISO pounds per linear foot of width. 4. Hydro-seeding may be used upon approval of the Engineer. 1. C,l 2. 3. l..r" 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 I to May IS and August IS to September IS, 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 I Y, 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 I to May 15 and August 15 to October 15, and only when weather and soil conditions are suitable for such work, unless otherwise directed by the Engineer. 1. 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: 11100 A. Begin maintenance immediately and continue maintenance until final acceptance of work. Water, mulch, weed, prune, spray, fertilize, culiivate and otherwise maintain and protect all plantings. B. Maintain sod and seed areas at maximum height of 2 Y, 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 Contractors 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. CJ .- C) ~"- ) , . '~) sharcd\enginccnspces-ii\02900.doc (-;,; L"-' --'~ ~~'"'l I, w ,"--"-..---.' ~~~'~ p 11 .-' '---/' 6 a 02900-5 CITY OF IOWA CITY TRAFFIC SIGNALIZATION 1.01 - Section Includes A. Electrical B. Conduit C. Concrete Bases and Handholes D. Poles E. Signals F. Mast Arms G. Controller H. Fiber Optic Cable I. Video Traffic Detection System 1.02 - Description of Work A. Electrical This item inclu\les 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. o ""'".;:(~. ::::-_. . '" ,-;:-;:) L~:J ~..rl PART 1 GENERAL c._ > --fl >~'-..... -....-. ---) --." (...) 7""" ;-~"1 . " . , '-> ~,~;: .. j c:> :;.- .i> o 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. I. Fiber Optic Cable This item includes installation, termination, and testing fibers. 1 March 15, 2004 H. Video Traffic Detection System This work shall consist of furnishing and installing a system that detects vehicles on a roadway using only video images of vehicle traffic and includes all hardware, software, equipment, labor, and materials necessary to complete the fully functioning system in place. (', 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. 1. Prior to ordering any materials the CONTRACTOR shall provide certification from the '.::.5 :~,.manufacturers of all electrical equipment, conduit, and cable stating said material (~complies with the Specifications. B. Store material in accordance with the manufacturers' recommendations and in locations which will minimize the interference with operations, minimize environmental damage, and protect adjacent areas. C. Remove and dispose of unacceptable materials from the site in accordance with the Contract Documents. ('r-, 1.05 - Scheduling and Conflicts A. Schedule Work to minimize disruption of public streets and facilities. B. Discontinue Work which will be affected by any conflicts discovered or any changes needed to accommodate unknown or changed conditions and notify the ENGINEER. 1.06 - Special Requirements 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. 2 March 15, 2004 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. o ;"=-0 "" r:) , ,......-<a c_ ,-' -., w ~:;; 1'\ ,....-, ',.J " '-.- ..<:::::. 3 )> 0 3 March 15, 2004 PART 2 (~,.- \ ! PRODUCTS n L-"' 2.01 - Electrical A. Service Conductor (Power Cable) shall be 600 volt, single conductor cable shall comply with 4185.12 of the Standard Specifications and shall be U.L. listed for type "USE." The sheath shall be black for the positive cable and white for the negative cables. B. Signal cable shall be solid and conform to the requirements of IMSA 19-1 or 20-1, or latest revision thereof. The number and size of conductors shall be as specified on the plans. C. Loop detector lead-in cable shall conform to the requirements of IMSA 50-2, latest revision thereof. D. Detector loop wire shall conform to the requirements of IMSA 51-5, latest revision thereof. The encasing tube shall be polyvinyl chloride. Detector loop sealant in pavement saw cuts and holes shall be a flexible embedding sealer. E. Connectors shall be either insulated spring steel connectors or insulated set screw connectors. The spring shall have sharp edges, round edges will not be approved. The set screw connectors shall be Ideal, Series 39 299; Ilelus, Calaleg Ne. 1Q 397, Medel SS 2 er approved equal. Connectors shall be approved by the ENGINEER prior to incorporation in the Work. F. Communication and Interconnect Cable (For Underground Installation) I. Fiber Optic Cable 6 strands of Multi-model 6 strands of single-mode 2. Pairs. There shall be six pairs of conductor. 3. Conductors. The conductors shall be of No. 22A WG solid annealed copper. 4. Insulation. The insulation shall be high-density polyethylene or polypropylene. 5. Color Code. The color code used to identify the individual conductors and pairs shall --c be the Standard Telephone Paired Color Code. 6. 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. 7. Cable Assembly. All pairs shall be assembled in a single group, and packed with a '., :petroleumjelly like compound. 8.~_'Core Covering. The core shall be covered with a nonhydroscopic dielectric tape. 9. 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. 10. Jacket. The overall jacket shall be made of virgin, black, low density, high molecular weight polyethylene. II. Electrical Characteristics Capacitance Unbalance i. Pair to Pair 100pF Ikft ii. Pair to Ground 800pFlkft High Voltage Test. d-c Voltage for 3 seconds. ili. Conductor-to-conductor 3600V iv. Conductor-to-shield 10,000V d-c Conductor Resistance @ 20 deg. C 17.4 Ohmslkft Maximum Resistance Unbalance \~, ~ C") ~' ., 4 March 15, 2004 v. Maximum Average 1.5% vi. Maximum Individual 4.0% Mutual Capacitance Deviation vii. Maximum rms 3.0% o <..:n :c-:::- -- ~.~) , '..';.j'l , J':'"_ --T1 . , C-') - w ::~: 11 Average Mutual Capacitance 83_+7 nF/mile Far End Crosstalk loss 150kHZ @ 20 deg.C. rms Minimum 73 dB/kft viii. Minimum Individual 63 dB/kft Minimum Insulation Resistance @ 20 deg.C. 10,000 Megohm-Mile G. Self-Supporting (Figure 8) Communication Cable 1. Self-Supporting (Figure 8) communication cable shall meet all requirements of Paragraph 2.01F 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, Y. 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. ^ ~~/" 50; -....,/ C) o 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: I. Cameras shall be AUTOSCOPE. 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. INTERDUCT conduit may be used in place of rigid steel conduit B. Polyvinyl Chloride (PVC) conduit shall be Schedule 80. Conduit shall be of standard length with each length bearing 1:l1e 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. Unless otherwise specified, all conduit used for the electrical system shall be galvanized rigid steel having the Underwriters Laboratories approval. E. Conduit couplers shall be threaded-type. 2.03 - Concrete Bases and Handholes A. Concrete for bases shall be Class "C" structural concrete, C-4 mix. 5 March 15, 2004 , ,-. , C'") C:,J B. Reinforcement for bases shall meet the requirements of Section 2404 of the !DOT Standard Specifications for Highway and Bridge Construction, Current Series. C. Plastic loop handholes shall be Strongwell(Quazite) PT/LT, or an approved equal. D. Precast concrete handholes shall be placed on course aggregate base, Iowa DOT Specification 4109, Gradation No.5. E. Lid for precast concrete handhole shall be cast-iron. Cover shall be Type 'C' (checkered top), with minimum weight 165 pounds. Manufacturer's name and "TRAFFIC SIGNALS" lettering shall be cast on top of the cover F. Precast concrete pipe used in constructing handhole shall be Type 2000-D. G. Handhole cable hooks shall be galvanized according to ASTM A 153. 2,04 - Pole and Mast Arm Assembly A. General l.c The mast arms, support poles, and lumina ire arms shall be continuous round steel poles '. of the anchor base type. The poles and mast arms shall be a minimum of 7 gauge fabricated from one length of steel sheet with one continuous arc welded vertical seam, 'unless otherwise approved by the ENGINEER. The poles and mast arms shall be fabricated from corrosion resistant steel meeting requirements of ASTM A595, Grade . C, and A606, Type 4 sheets (with minimum chemical requirements of A588, Grade D), and the base and flange plates shall be fabricated from A588 structural steel. After ,,) lpanufacture, poles and mast arms shall have a minimum yield strength of 48,000 p.s.i. "The base plate shall be attached to the lower end of the shaft by a continuous arc weld on both the inside and outside of the shaft. C''', B. Mast Arms I. The mast arms shall be designed in accordance with the AASHTO Standard Specifications for Structural Supports for Highway Signs, Luminaries and Traffic Signals and designed to support traffic signals and/or signs as shown on the attached tabulation. They shall be certified by the Fabricator that the mast arms are capable of withstanding winds up to 100 miles per hour without failure. The length of the mast arms shall be as specified on the Schedule of Prices. 2. When loaded with the signals and signs the mast arms shall have a slight rise. Unloaded the maximum angle between the mast arm and horizontal shall be 4 degrees, unless approved by the ENGINEER. C. Poles I. The pole shall be designed to support the mast arm so when it is equipped with the traffic signals and/or signs it will provide a minimum of 16.0 feet and a maximum of 19.0 feet clearance from the street surface to the bottom of the signal heads or signs. 2. The pole shall be equipped with two reinforced handholes with covers (4"x6-1/2" minimum). One handhole shall be located 18 inches above the base and 180 degrees with respect to the mast arm. The second handhole shall be located directly opposite the traffic signal mast arm. Securing the cover to the pole shall be done with the use of simple tools. 3. A lug shall be provided in the pole base near the handhole to permit connection of a #6 A WG grounding wire. D. 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: Maximum Loading for Arms 36 to 47 Feet Long 6 March 15, 2004 5-section head on end, 24";130" sigrt centered 2 ft. inboard, 3-section head 12 ft. inboard, 3-section head 24 ft. inboard, 18"x60" metro sign centered 28 ft. inboard, 2 3-section pole mounted heads, 2 2-section pole mounted pedestrian heads, luminaire, 6" backplates on all signal heads. 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, 18"x60" metro sign centered 28 ft. inboard, 2 3-section pole mounted heads, 2 2-section pole mounted pedestrian heads, luminaire, 6" backplates on all signal heads. E. Pole and Mast Arm Mounted Signs 1. The CONTRACTOR shall furnish and install all mast arm mounted and pole mounted signs shown on the traffic signal plans. All signs shall conform to the Manual on Uniform Traffic Control Devices. Prior to fabricating the street name signs, the CONTRACTOR shall submit Shop Drawings to the ENGINEER for review, detailing the legend, sign dimensions, and sign colors, and materials. 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. 0 ,'" 3. The above Work shall include furnishing and installing all necessary ~ mounting " - ."... t.-- brackets, stainless steel banding, and miscellaneous hardware to complete the :'sign -f1 installation in place. '~, w ,'" 4. A J-hook wire support shall be provided 6" to 12" above and 90 degrees'wilhre~tto-n the opening for each mast arm and luminaire arm. The J-hook shall bc;:ca 9!:irvei~/8"', '::; ,J..,_ "'::77' "- diameter steel bar. :" /, 'O? F. Finish )> C> I. The poles and mast arms shall be powder coated over galvanized per the following: Surface Preparation Steel plates shall be blast cleaned as necessary to remove rolled-in mill scale, impurities, and non-metallic foreign materials. After assembly, all weld flux shall be removed. The iron or steel shall be degreased by immersion in caustic solution, pickled by immersion in sulfuric acid, and rinsed clean from any residual effects of the caustic or acid solutions by immersion in a fresh water bath. Final preparation shall be done by immersion in a concentrated zinc ammonium chloride flux solution with an acidity maintained between 4.5-5.0 pH. The assembly shall then be air dried to remove any moisture remaining in the flux coat and/or trapped within the product. Zinc Coating The assemblies shall be hot-dipped galvanized to the requirements of either ASTM AI23 (fabricated products) or ASTM AI53 (hardware items) by immersion in a molten bath of prime western grade zinc maintained' between 810-850 degrees Fahrenheit. Maximum aluminum content of the path shall be controlled to 0.01% and Flux ash shall be skimmed from the bath surface prior t6 immersion and extraction of the assemblies to assure a debris free coating. 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. 7 March 15,2004 , L_" . The coating is to be electrostatically applied and cured in an oven by heating the steel substrate to between 350 and 400 degrees Fahrenheit. Color (') c; The finished color shall be a Green closely matching other poles in use in the City which are Valmont's Green pitts 74-gf75. Packaging All parts shall be packaged, wrapped, or cradled in a manner which will insure arrival at the destination without damage to the surface. G. Hardware 1. The mast arms and poles shall be equipped with all necessary hardware, shims and anchor bolts to provide for a complete installation without additional parts. 2. The anchor bolts shall meet the requirements of ASTM A36 or approved equal. 3. Bolts attaching the arms to the pole shall meet the requirements of ASTM A325 or approved equal. 4. The anchor bolts shall be hot dip galvanized for a minimum of 12 inches on the threaded end. The anchor bolts shall be threaded a minimum of 6 inches at one end and have a 4 inch long 90 degree bend at the other end. The Fabricator shall submit drawings for the anchor bolts and base plate design. All hardware shall be steel, hot dipped galvanized meeting the requirements of ASTM A153, Class D, or shall have an electrodeposited ~~ coating of the same coating thickness, and so designed for this purpose. 5. Anchor bolt covers, pole top covers, and mast arm end covers shall be gray cast iron castings conforming to ASTM Designation: A48 Class 30. Items supplied with powder coated galvanized poles shall be powder coated to match the poles. H. Luminaire Extension " 1.' All mast arm assemblies will require luminaire extensions as noted in the plans. The ~. :. pole for the lumina ire extension shall provide a continuous shaft as required for the mast arm. 2. The pole for the luminaire extension shall be vertical, unless approved by the ENGINEER. Luminaire arm shall be a single curved arm, unless otherwise noted on the plans. 3. The end of the luminaire arm shall provide a 30-ft. luminaire mounting height, unless otherwise noted on the plans. 2.05 - Signals A. General I. The signal heads shall be complete with all fittings and brackets for a complete installation. Each signal shall consist of a main body assembly, optical units, necessary screws, wing nuts, eyebolts, etc., and shall be delivered completely assembled. All hardware including hinge pins, wing nuts, eye bolts or latch bolts shall be made of a solid non-corrosive metallic material to prevent seizure or corrosion by the elements. Each signal shall be smooth both inside and outside and shall contain no sharp fins 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. C') 8 March 15, 2004 f-_.J ..~:'l () .:;~ 4. Main Body Assembly of the. si~al unit shall consist of one or m~ ptllyc~na~rl sections have integral cast serrations so when assembled wIth the propel" llracketll they'~ may be adjusted in increments and locked securely to prevent movin[~ 'The sE!;tions'- shall be designed so that when assembled they interlock with one anotlier. , Allj,?ints J between sections shall be waterproof. The sections shall be held fifl!lJY-li?gether by,..) locknuts or other means approved by the ENGINEER. Any open end og;1ii assei'j:ibled signal face housing shall be plugged with an ornament cap and gasket.):; c, 5. Doors and Optical Units 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. 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 joints in the assembly between the interior and exterior of the reflector shall be closed against suitable gaskets in order that the units may be dust tight. Between the door and the lens, there shall be a neoprene gasket securely fastened around the outer surface of the lens. Said gasket to be engaged by the rim of the reflector holder when the door is closed to render the union between the reflector holder and the door assembly dust tight. The reflector shall be parabolic in design and made a specular Alzak aluminum. 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. Both the hinge device and the spring catch or equivalent shall be of a flexible nature which will permit the reflector holder to be pushed inwardly for at least one-sixteenth of an inch and to align itself correctly with the lens when the door of the optical unit is closed and pressed against the rim of the reflector holder. By such means, the joint between the reflector holder and the lens shall be rendered dust-tight. It shall not be necessary to remove any screws or nuts in order to swing the reflector holder out of the body section to obtain access to the light socket. 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. B. Vehicle Signals 1. In addition to meeting the requirements of Section A., Vehicle Signais shall meet the following requirements: All signal indications shall use Light Emitting Diode (LED) Vehicle Signal Modules. All lenses shall be prismatic and long range. The lenses shall be 12 inches in diameter. All lenses shall be made of vandal resistant po1ycarbonate or acrylic plastic free from bubbles and flaws. The lenses shall meet the light transmittivity and chromaticity 9 March 15, 2004 ~ (0 CJ standards established by the ITE Standard for Adjustable Face Vehicle Traffic Control Signal Heads. The lamp socket shaH have a 3" light center length. Each socket shaH be provided with one black lead from the socket and one white lead from the sheH. Lead shaH be of 18 gauge, stranded wire per MIL-W-76A Specifications. Visors shaH be of the tunnel type not less than eight inches in length and shaH be designed in a manner such that the visor may be easily instaHed or removed from the signal head. A terminal block shaH be mounted in the back of the second section of the signal head. The terminal blocks shaH be secured at both ends. Signals shaH 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 shaH meet the foHowing requirements: Pedestrian signals shaH consist of two signal sections with rectangular lenses and mounting attachments. The upper section shaH display a "Hand" symbol and the lower shaH / display a "Walking Person" symbol unless otherwise noted on plan sheets. The two sections shaH be of such design and construction as to fit rigidly and securely together with or without a spacer. No spacer shall be more than Y2 inch thick. The signals shall operate with LED. The lenses shaH be either sanded or prismatic lenses. The lenses shall be made of vandal resistant polycarbonate or acrylic plastic. The symbols on these lenses shaH be at least . '.)2 inches high and shaH be designed to produce a maximum visibility both day and c.-' :~<night. The Walk symbol shall be White LED modules and the Don't Walk symbol ':c~haH be Portland Orange LED. Both messages shaH be screened on the lenses with a material which will not crack or peel. The background or field around both messages shaH be black. Each signal lens shaH be equipped with a visor not less than seven inches in length, which encloses the top and both sides of the lens. r:"-~ D. Mounting Assemblies 1. Mounting assemblies shall consist of 1-112 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 shaH be used to support and protect conductors entering assembly through poles. AH threads shaH 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 shaIl 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, maHeable 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. S. Brackets for mounting the signal head on top of a pedestal shall provide support for both the top and bottom of the signal head. 10 March 15, 2004 E. 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~ll}lEq4ipment and Material Standards of the Institute of Transportation Engineers: Chapt~r~:2a: ,-,!CSILJ Part 2: Light Emitting Diode (LED) Vehicle Signal Modules (Interim)" ' <.v Note the following: 2: ~. 'J · "Section 5.5 Dimming (Optional)" is not required. _c,:: /. co · "Section 5.8 Failed State Impedance (Optional)" is required. 3> · Compliance with all other sections of this standard is required. 'in] Cl 2.05.2 - Backplates A. Backplates shall be 0.125 inch thick thermoplastic and provide a minimum of a 5 inch black field around the assembly. Comers of the backplates shall be rounded with a 2Y.-inch radius, B. Backplates shall be supplied with attaching bolts or screws in sufficient quantity to securely hold the backplates to the signal heads. 2.05.3 - Aluminum traffic Signal Pedestal A. The pedestal shaft shall be fabricated of aluminum tubing with a wall thickness of not less than 0.125 inches. Shaft shall have a brushed aluminum finish. B. The shaft shall be attached to a square cast-aluminum base with a handhole. The size of the handhole shall be at least SY. inches by SY. 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 A WG grounding wire. C. The length of the pedestal, from the bottom of the base to the top of the shaft, shall be 10 feet. The top of the shaft shall have an outer diameter of 4Y. inches and shall be designed to receive a pole top mounting bracket to a traffic signal. D. Pedestals shall be equipped with all necessary hardware, shims and anchor bolts to provide for a complete installation without additional parts. E. The pedestal base shall be designed to mount on four 7'.-inch anchor bolts spaced evenly around a 127'.-inch diameter bolt circle. 2.05.4 - Pedestrian Push Bntton Detectors A. Pedestrian push button detectors shall be of the direct push contact type without levers, handles or toggle switches. Each detector shall consist of a pressure activated non-moving button mounted in a durable case. The button shall have a two tone audible .and visible momentary LED light. The button shall be entirely insulated from the case and operating button with terminals for making connections. The case shall have one outlet for Y. inch pipe. The operating button shall be made of brass or other non-rusting metal alloy and shall be of sturdy design. This button shall be weatherproof. The entire assembly shall be weathertight, secure against electrical shock and of such construction /IS to withstand continuous hard usage. The contacts shall be normally open and no current flowing except at the moment of actuation. B. A saddle shall be provided if necessary to secure a rigid installation and neat fit. e. Push button detectors shall be given one prime coat of metal primer and two coats of high quality black exterior enamel. 11 March 15, 2004 2.06 - Controllers A. Controllers shall be Eagle EPAC 3608M40. 1. Controllers shall be EAGLE EP AC 3608M40. Controllers should be twisted pair copper communications unless specified differently on plan sheets. 2. Cabinet. Basic Construction. The controller and all associated equipment shall be provided in weatherproof metal cabinet of clean-cut design and appearance. The controller cabinet must be 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. \. Construction Material. The cabinet shall be constructed of sheet or cast aluminum. 11. Door. A hinged door shall be provided permitting complete access to the interior of cabinet. When closed, the door shall fit closely to gasketing material. making the cabinet weather and dust resistant. The door shall be provided with a strong lock and key. The door shall be designed to be opened only with the standard controller cabinet key currently used by the City of Cedar Rapids. A sample key will be made available to the successful bidder. 11\. 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 Cedar Rapids. A sample key will be made available to the successful bidder. IV. Door Stop. The controller cabinet door shall be provided with a stop and catch arrangement to hold the door open at angles of both 90 degrees and 180 degrees, % 10 degrees. v. Mounting Shelves. The cabinet shall contain strong mounting tablets) or sliding way(s) to accommodate the mounting of the controller and all included auxiliary equipment. The mounting facilities shall permit the controller and/or auxiliary equipment to be withdrawn from the cabinet for inspection or maintenance without breaking any electrical connections or interrupting operation of the controller. v\. Mounting Screws. Screws used for mounting shelves or other mounting purposes shall not protrude beyond the outside wall of the cabinet. vii. 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. . viii. Size. The cabinet shall be 44"W x 28"D x 54"H to adequately house the controiler, all associated electrical devices and hardware, and other auxiliary equipment herein specified. ('"1 (.-,J ( c. c-' _.' ',1 ':.....~: ", C.: ,,', 12 March 15, 2004 . IX. 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. 3. 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-{)ff. 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. 4. Connecting Cables, Wiring and Panels. I. Connecting cables. Electrical connections from the controller (and auxiliary devices when included) to outgoing and incoming circuits shall be made in such a manner that the controller (or auxiliary device) can be replaced with a similar unit, without the necessity of disconnecting and reconnecting the individual wires leading therefrom. This can be accomplished by means of a multiple plug, a spring-connected mounting or approved equivalent arrangement. Correlation shall be made with connecting cable plug and controller jack as described in Subsection 2.2., Section A of this specification. In addition to the above, a mating plug/cable assembly shall be provided for all connectors on the controller (or auxiliary device). 11. Panels and Wiring. Each cabinet shall be furnished with suitable, easily accessible wiring panel(s). All panel wiring shall be neatly arranged and firm. a) Wiring Terminals. Terminals shall be provided, as a minimum, for the following: Terminal with N.E.C. cartridge fuse receptacle, fuse, power line switch or magnetic circuit breaker, with integral power line switch, for the incoming power line. Terminal, unfused, for the neutral side of the incoming power line. Terminals and bases for signal load switches, and outgoing signal field circuits. Terminals and bases for signal flasher and outgoing signal field circuits. Terminals for detector cables. Terminals for all required auxiliary equipment. Terminals for all conflict monitor inputs and outputs. Q ~~; Terminals for all NEMA defined inputs and outputs :C'C C) ~ Te~inals for ~ll inp~~ and outputs defined by the controllef~i).ufa~~er "'n which may be m addition to the NEMA defined mputs and outputs. - ''C- -.-; ,~., c.) -- .....," ," .'''.---, b) Clearance Between Terminals. Adequate electrical clt:~ciri9~ s~ be..:...! provided between terminals. The controller, auxiliary equi~~t, pa~(s), -,.j terminals and other accessories shall be so arranged within 3!iC: cabinet that they will facilitate the entrance and connection of incoming conduct6i. 13 March 15, 2004 C''J ( c) Signal Circuit Polarity. The outgoing signal circuits shall be of the same polarity as the line side of the power service; the common return of the same polarity as the grounded side of the power service. d) Grounding Conductor Bus. An equipment grounding conductor bus shall be provided in each cabinet. The bus shall be grounded to the cabinet in an approved manner. 5. Fusing and Surge Protection. i) Incoming AC Line. Suitable overcurrent protection, utilizing one of the methods described in Subsection A.13.4.2.1, shall be provided. ii) Branch AC Circuits. Suitable overcurrent protection devices shall be provided for each of the following AC power line input circuits: I. Controller mechanism 2. Cabinet fan ~ 3. Conflict monitor 4. Detector amplifiers 5. Flash transfer iii) Light & Outlet Fuse. A 15 ampere fuse and indicating type (If fuse holder, wired in advance of the main circuit breaker for protection of the AC power input circuits to the cabinet light and the convenience duplex receptacle shall be '_J . .~ provided.The Cabinet light shall be a goose neck type. iv) Surge Protection. High energy transient surge protection shall be provided on the incoming AC power lines in order to minimize potential controller damage. This shall be a gas discharge lightning arrestor - 200-400 volts. A second such device shall be provided on the AC power line to the controller unit. 6. Painting. The cabinet shall be natural, unfinished aluminum. 7. Plastic Envelope. A heavy-duty clear plastic envelope shall be securely attached to the inside wall of the cabinet door. Minimum dimensions shall be II inches wide x 14 inches deep. 8. 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. 9. 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 from date of shipment from the supplier's factory, but not to exceed one year from the date that the equipment was placed in operation after installation. 10. Wiring Diagrams and Documentation One documentation package shall be supplied in each controller cabinet and three additional copies will be supplied for office use. Each package will consist of the following list of items for the cabinet and load facility and for each model of controller, conflict monitor, load switch, and flasher. a) Complete schematic diagram, accurate and current for unit supplied. b) Complete physical description of unit. c) Complete installation procedure for unit. d) Specifications and assembly procedure for any attached or associated equipment required for operation. e) Complete maintenance and troubleshooting procedures. t) Warranty and guarantee on unit, ifany. g) Complete performance specifications (both electrical and mechanical) on unit. h) Complete parts list - listing full names of vendors and parts not identified by universal part numbers such as JEDEC, RETMA, or EIA. 14 March 15, 2004 b) Complete physical description of unit. c) Complete installation procedure for unit. d) Specifications and assembly procedure for any attached or associated equipment required for operation. e) Complete maintenance and troublellhobting procedures. f) Warranty and guarantee on unit, if any. __ ~_:~ g) Complete performance specifications (both electrical and mechanicaijJm unit;::;; h) Complete parts list - listing full names of vendors and parts n~i~tif(i:<:l by._ universal part numbers such as JEDEC, RETMA, or EIA. ",\ i) Pictorial of components layout on chassis or circuit boards. w . --r-. j) Complete stage-by-stage explanation of circuit theory and operation. c --. "'.: -i..; B. Multi-Phase Traffic Actuated Controllers . . _.J '-.:;::, C) I. Purpose. It is the purpose of this section of the specifications to set forth mi@mum d,gign and operating requirements for multi-phase (two through eight phase) tfaffic acttiltted 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. i. NEMA Design Requirements. The controller shall be designed in accordance with the applicable requirements, included in NEMA Traffic Control System Standard TSI-1983. ii. 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 TSI-1983. iii. Maximum Controller Dimensions. The controller shall be no more than 19 inches wide, 13 inches high and II inches deep. 3. Operational Requirements. i. Mode of Operation. The controller shall provide the multi-phase operation described in Subsections I and 2 of this section of the specification and shall be fully actuated with means of receiving actuations on all phases. The traffic signal controller shall be capable of Volume Density operation. The controller shall have variable initial and time waiting gap reduction features. The controller shall also have dual maximum extension capability. ii. The controller shall also permit a non-actuated mode of operation on any of its phases by assertion of the vehicle recall function (or pedestrian recall function when such function is present) on the desired phase. Hi. 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. iv. Operation With Auxiliary FunctionslDevices. The controller shall be capable of having its basic operation expanded or augmented by the addition of auxiliary functions or devices. v. Minimum Green i. Actuated Phase. The minimum green shall consist of an initial portion Only, or a separately set Minimum Green function. If pedestrian functions are provided and a pedestrian actuation is received, the Minimum Green shall consist of a WALK interval plus a Pedestrian Clearance interval. 15 March 15, 2004 n L::; \ ,- \ ~ (; "-.--,- 11. 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. vi. 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). vii. 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. viii. Initiation of Maximum (Extension Limit). The timing of the Maximum or extension limit shall commence (I) 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. ix. 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. x. Change Clearance Interval(s) Prior to Transfer. The transfer of right-of- way to any conflicting phase shall occur only after the display of the appropriate change clearance interval(s). xi. Rest in Absence of Actuation. 1. 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. ii. Memory Feature. Unless precluded by the operation of non-memory feature, the following memory retention shall be provided in the controller. 1. 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. 11. 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. xii. 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. 1. 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 i!lt!:rval, during which the Green traffic phase continues to be displayed. 0 ~cri ii. Pedestrian Timing With Actuated Phase. When pedestri~ ~tualioh i!<--n received, a WALK interval shall be provided concurrently witIirthe .assQ.Ciated .::: Green traffic phase interval. A flashing DON'T WALK Pedes!F!~Clearance 'n interval shall follow the WALK interval during which the Greel'(t!"l1ffic l'hase -, continues to be displayed. ,-~, _ -': . .J '_;:;'- /~, c:;;; iii. Condition in Absence of Pedestrian Call. In absence of pedestrial1:actuati@,or assertion of pedestrian recall function, pedestrian signals shalP'remain ti!t a DON'T WALK condition. IV. Recycle of Pedestrian Functions. In the absence of opposing phase demand, it shall be possible to recycle the pedestrian interval functions to succeeding pedestrian actuations without change in vehicle indications. v. Pedestrian Actuation Memory. Pedestrian actuations received by a phase during steady or flashing DON'T WALK indications of that phase shall be remembered and shall cause the controller to provide pedestrian timing functions for that phase at the next opportunity in the normal phase sequence. vi. Non-extension of Pedestrian Intervals. Successive pedestrian actuations shall not cause extension of the pedestrian intervals. xiii. Advanced Operational Features. When certain advanced operational features are specified in the General Design Requirements, Section A of this specification, the controller shall provide the following operation. i. Volume Density Operation. a) Variable Initial. Utilizing the specified mode selected to provide this function, the controller shall enable an increase in timing of the Initial portion of the Green interval of a phase based upon the number of traffic actuations stored on that phase during its YELLOW and RED interval. b) Time Waiting Gap Reduction. Utilizing .the functions specified, the controller shall enable a reduction in the Extension portion of the Green interval of the phase having the right-of-way in proportion to the time elapsed from the registration of an actuation on an opposing phase or from the beginning of the Green interval, whichever occurs later. ii. Dual Maximum (Extension Limit) Operation. Assertion by external command for the operation of a Maximum II function for a phase shall cause the controller to provide the timing value for that function in lieu of the normal maximum value. xiv. NEMA Operational Requirements. In addition to the basic operational requirements specified above, the controller shall provide the operational features for the applicable configuration included in the NEMA Traffic Control Systems Standard TSI- 1983. 4. Functional Requirements. i. Basic Functional Requirements. Functional requirements for the multi- phase traffic actuated controller shall be as specified in the General Design Requirements in Section A of these specifications. ii. 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 TSI-1983. iii. Overlaps. When required by the interval sequence chart in the General Design Requirements section of these specifications, overlap(s) shall be 17 March 15, 2004 PART 3 <0 .;....> provided by the controller and may be implemented via internal or external logic. S. Enhanced operation. i. 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. Coordination. The controller shall be capable of emulating a 3 dial/3 split/3 offset pretimed controller coordinated with a 9 wire interconnect system. 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." </ ii. Hi. 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. 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 18 March 15, 2004 shall be complete and in operation ito the satisfaction of the.OWNER at the time of completion of the work. F. Tbe CONTRACTOR shall perform~ll work reql!ired and furnish all labor, materials, equipment, tools, transportation and sljlpplies .necessary to complete the work in accordance with the Contract Documents. 'I'lH1 ,ENGINEER or his representative shall have full freedom to observe all phases of the work performed by the CONTRACTOR and to discusull matters dealing with the qulility and progress of the work. 1 ... .:' G. The Standard SpeCifications for Higi!WlY and Bridge Cons1ruction, current Series, Iowa Oep.. t.......t of Transportation, as m04ified by these contract documents shall apply to this S--"&1 Provi . . ..., p-'UW StOlL! _ c:J The above specifications are referred. to as the Standard Specifications. ~5 I ~ the Standard Specifications. shall not apply \10 this ~tion. )> =1 ~ -Tl 1. The following Iowa Department ofTransportation Suppl_talSpecificafWnSsbaH-also ;= be considered a part of these Special Provisions. :J.. P c.,..) \-n a) Specifitation S025 . . 0 s:j ~ 0 b) Suppleinmtal Specification for Tfaffic Controls for Street ~7'Higliioay Construction and Maintenance Operations, March 26, 1991. )>:;;; c) Specification 5040 d), General S!lpplemental SpecifiCfltion for Construction ]>rojects, 1anuary 7, 1992. H. The ~tallation of the ~igna1s and signs shall be in conformance with the "Manual On Uniform Traffic Control Devices foj' SlJcets and Hig):lways", MiIlenium edition, latest revision. I. The video detection system shall bC installed as rer~ by the supplier and as dooumented in illstall.tion materials ptovided by the supplier. 1. Milcellaneoas Equipment TbeCONl1tACTOR shall furnish and, insta1t all nec:essary miscleHaneous connectors and equipment to make . a complete and ojlerating insta11ati<m in acconIance. with the plans, standard Ilheeta, standard Specifications, ~alprovisions, and accepted good practice of the industry. 3.0% - Qaa1ifIcatIiflS, Semel! CalIs,.ABdWarrant)' A. ~R" peripnntl. are required to be mowtedgcable of the . traffic signal conirOuer DpFlItion .an4 wiring. Controller uiimuals. and wiring scheDlatics will be provided to the CONTRACTOR for 'bis use on the project. These docUnients must be returned undamaged at the end of the Project. B. The naffic Enaineering ~t will provide part-time observation of the CONTRACTOR.'s work. The ~t's representative will be available: during normal working hours (7:00 A.M.-3:30 ;P.M.) to review the CONTRACTOR's work. CONTRACTORllball provide four~ 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 CONTQACTOR. C. The Traffic Engineering Departmen~ will continue to provide serviCe call maintenance during the project. If it is deteIimined. that the malfunctiOl!e was caused by the CONTRACTOR's. WOl'k,tben the cq.ITRACTOR will be biDed for the materials, labor, and equipment required to eoITeCt the \nalfimctiOl1 mdlar damage. D. The CONTRACTOR shall ~tee *11 his work against defects due to ~ workmanship or materials as ipeCifiedinthe Coenlrt Doeuments. .. . . 3.03 ~ Cancrete ~F"'''r An.4l.Co~ ; ~9 , March 15,2004 (0 Cl A. Concrete bases for poles and controllers shall conform to the plans and Section 2403 of the Iowa DOT Standard Specifications. B. Excavations for bases shall be made in a neat and workmanlike manner. Whenever the excavation is irregular, forms shall be used to provide the proper dimensions of the foundations below grade. Construction of the bases may require hand excavation to verify location of utilities. C. The material for the forms shall be of sufficient thickness to prevent warping or other deflections from the specified pattern. The forms shall be set level and means shall be provided for holding them rigidly in place while the concrete is being placed. 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 114 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 112 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. Hr"After the concrete is placed in the form, it shall be vibrated with a high-frequency vibrator to eliminate all voids. 1. After the foundation or base has been poured, absolutely no modification of any sort may be made. If the anchor bolts, conduit, or any part of the foundation or base is installed in an incorrect manner as determined by the ENGINEER, the entire foundation or base shall be removed and a new foundation or base installed. The CONTRACTOR shall bear all c.osts of replacing work deemed unsatisfactory by the ENGINEER. J. Ull1ess otherwise specified, anchor bolts for poles where arms are to be perpendicular to the centerline of the street shall be installed so that a line through the center of one anchor bolt farthest from the curb and extended through the center of the adjacent anchor bolt closest to the curb will be perpendicular to the centerline of the street to within two degrees of arc unless otherwise specified. K. Prior to setting poles, the anchor bolts shall be covered in such a manner as to protect them against damage and to protect the public from possible injury. L. Each base location shall be approved by the ENGINEER prior to construction. Base dimensions shown on the plans are minimum dimensions and based on stable soil conditions. Should extremely loose or sandy soil be encountered, the CONTRACTOR shall contact the ENGINEER for necessary base alterations. M. Where shown on the plans, the CONTRACTOR shall remove the top of existing mast arm footings, anchor bolts, and conduits to 36" below the existing top of curb or edge of pavement elevation. Waste materials shall be removed from the site and disposed in accordance with local regulations. Backfilling for the removal shall be performed with mechanical compaction equipment meeting the requirements for backfilling conduit. The 20 March 15, 2004 . upper 6" of the removal area, if outside theproposedpavell1ent,shall be backfilled with black dirt. 3.04 -Haadholes A. Handholes shall be' either b~~~.~an excavation made in a neat workmanlike manner of shall be a precast j1IIit coiIf'lltining to the requirements of the plans. B. When the.1ISl' of forms is reCiui~ they shall be set level. arid of sufficient thickness to prevent warping or other deflections from the specified pattern. ^' means shall be provided for holding them rigidly in place while the concrete is being placed. C. The ends of all cond~it I~ into the handhole ~hall.fit approximately 2 inches beyond the. inside wall. A drain conformiI\g to the dimensions shown on ,the plans shall be constructed in the bottom of the han4110le unless otherwise specified. D. Frames an4 covers for handholes sluill be set flush with the .sidewalk or pavement surface. When installed in an, earth shoulder alway from the pavement edge, the top surface of the Jumdhqle shllil be approximately one inch above the surface of ground. When constnIcted in unpaved driveways, the top surface.C)fthe handhole shall be level with the surface of the driveway. ; E. All conduit openings in the handholes shall be scaled with an approved scaling compound after the cables are in place. This cQmpound shall be a readily workable soft plastic. It shall be workable at temperatures as! low as 30 degrees F, and shall notJ11Clt or~ at ha.q)Cnltures as high as. 300 degrees. Plastic loop handholeconstructi~ mal the requirements for the precast handholej detail in.the plans except that caW~ . not be required. . Openings .fer conduit ~ess shall be drilled to match the outs~ of 11 the conduit. I '-," W 1 F. Grout conduit access after installing cOnduit. ::< ~~l ::>> II: . -::0 :::: V G. Install galvanized cable hOoks ifnot~t withthehandhole. . ~ ^ C? 3.05 - Conduit . )> ~ A. c;:onduit ~l.placechs shown on + plans.. . B. Unless approved by the ENGINEER. Wnciuit aU 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 ~strictions, utilities, lOcation of roadway slopes, retrofittillg eXistiua conduit ttubs.lI1ldioertain short sections of CODduits. c. NiPPles shall be used to eliminate cUtjmg' and thre8din8 ,where short Iengtha of conduit an: required. Where it is necessary to cut and thread steel eonduit, aposed threads will be field galvanized. D. All conduit and fittings shall be free kom burrs and rough places. Standard manufactured elbows, nipplu, tees, nllIucers, ~ couplings, union, etc. of the sameJDllterials and treatment as the straight conduit pipe ~II be tightly connected to the CODduit. E. All conduit ends shall be provided {vith a bushing to protect the cable.Aom abrasion, except for open ends of conduit beinglPlaced for future use. Bushinga shall have grounding fittings whichlhall be comected to thl: grounding system by a #6 ground wire as contained in these specifications. F. All conduit placed for future use sMll be threaded and capped with threaded metal pipe caps. G. All conduits shall drain, except fot specific locations approved by file ENGINEER. CONTRAcroR will not be allowed.to bend conduits upwatd to accomplish the conduit clearances shown on the handhole defllils. . ~1 March 15, 2004 L 3.06 - Trenching And Backfilling For Traffic Signals A. Secure written approval of the City prior to any trenching or excavation within the drip line of any tree. B. Trenches shall be excavated to such depth as necessary to provide 12 inch to 18 inch cover over the conduit. All cinders, broken concrete or other hard abrasive materials shall be removed and shall not be used for backfill. The trench shall be free of such materials before the conduit is placed. No conduit shall be placed prior to inspection of the trench by the ENGINEER. C. All trenches shall be backfilled as soon as possible after installation of conduit. Backfill material shall be deposited in the trench in layers not to exceed 6 inches in depth and each layer shall be thoroughly compacted before the next layer is placed. Hard materials shall not be placed within 6 inches of the conduit. D. Whenever excavation is made across parkways, gravel driveways, or sodded areas, the sod, topsoil, crushed stone and gravel shall be replaced or restored as nearly as possible to its original condition and the whole area involved shall be left in a neat and presentable condition. Concrete sidewalk pavements, and base courses and bituminous surfaces shall be replaced with new materials and the cost shall be incidental to the work. 3.07 - Pushed Conduit A. It is intended that aH conduit be placed without disturbing the existing pavement, and the term "pushed" is used. "Pushed" conduit shaH be placed by jacking, pushing, boring or any other means necessary to place the conduit without cutting or removing pavement. B. Removal of pavement will require prior approval of the ENGINEER. Replacement of removed pavement will be done according to plan details and no additional payment will be made. C. Plan quantities for pushed conduit include at least two feet of pushed conduit behind each curb. D. The maximum conduit depth at handholes for all conduits, including pushed conduit, is as shown on the plans. CONTRACTOR must push a mole (without conduit) at least four (4) times before consideration will be given to aHowing an upward bend in the conduit. 3.08 - Electrical A. All conductor cable combinations shall be shown on the plans. No substitutions will be permitted. Each signal head shall be wired separately from the handhole compartment in the pole base to the signal head. B. The signal cable color codes shaH be as follows: c'") 5 Section Traffic Silmals Green Ball - Green YeHow Ball - Orange Red BaH - Red Green Arrow - Blue YeHow Arrow - Black Sig. Common - White & W/BK .- . ,..- Peiltstrian Signals Walk - Green Dotl'tWalk- Red Sig. Common - White Pushbutton - Black PB Common - W/BK (""; "--' 3 Section Traffic Signals Green Ball - Green Yellow Ball- Black Red Ball - Red Sig. Common - White 22 March 15, 2004 . C, One electrical splice in the handhole wmpartment of the pole base wilI be allowed for the signal circuit wiring. All signal circllit cable runs shall be onellOlltinu0U41ength of cable from the connections made ~~~c!I)pJe ~t of the signal pQle bases to the tenninal compartment in the ~_; Street lights will be fused with a 5 amp fuse in each pole base us~ a Type HEB-M Fuseholder. D. Conc:II1ctor groupings and spl~ inay be made in ~ tenninal co~t in the controller oabinet. E, The loop detector lead-in cable shall be one continuous length of cable from the tenninal compartment of the controller cabinet to a splice made with the loop detector wires in the first handhole or pole base handhole eompartment provided adjacent to the loop detector. Details of~ loop detector splices arc: shown on th\: pl~. F. Cab1ea shall be pulled through conduit by m~ of a cable grip designed to provide a firm hold upon the exterior coveringofthc! cable 0( cables, with a minimum of dragging on the ground or pavement. This shall be &CCOJ1l)lished by means of reels mo~ on jacks or otha' ~table devices. F'1'llDIll-moUIitckl pulleys, or lither suitable devices shall be used for pulling the cable out of conduits into Iumdholes. Only vegetable lubricants may be used to facilitate the pulling of cable. Contraqtor shall leave a pull string in eaCh conduit. G. Each signal cable shall be identifiediwith an identification,tie in the eontroller cabinet, handho1ea,pole base handhole, pe~ handhole and at any splice or jUnction location. IdentifiCation ties shall be provided lloth on the cable from the controller and the cables leading to the heads for a. iplid;in, a ~Ie base handho1e. Ties shall be of an Op&qqc,nylon material arranged to include a marJqer board, n.on'i'e.' leasing holding cip';ce, ~cable fastening ta. 1.'I..The marking board Shal.1 be not. less. ..thIn... ~8inch. wide by. 3l!~ IO!!& and 25 mils thick.JOughened on oge side to hold, JlC!Ill18l1ent black nylon maiiIrijlink20m ~ pen. Identification shall be ~ and wa~-Prollf. Once instaIled;lh€li~.~hal~t ~- removable except by cutting it loose from the cable, ~ ;-" ITl Identifioation.tiesshall bemarbd as follows: - 93 ~ 0 i S27' <? Head number, nlunber of sections )> 0 N l.oclPnumber, ~tifll1 and location (stop lines,advance, or left turn 19op) ; . . locatioB, ~ fi'ClSSing Heads LolIps ~ Push Button In ad9itiqn.the cables shallbe identifieq in each handhole and.at the pole bases using coloied tape as t'olIows: I la. pe.. - Le. ft.tum sjgna\;.' 2.tape -~. signals; 3 tape. Riprt. tum signal. Tapes shall be color eOded as follows: ,Blue - NE Con\er. 0rarIp - SoutheatConaer; VIlUow - Southwest COrner; Green - Northwest Comer. Vidleo cable tapes shalI be similarly co}o(coded. H. Cable slack shall be as follows: " four feet in handho1ea two teet in signalb8ses fi:vc; feet in the terminal compartment of ~ controller base . No slac:!t will be, aUowed inthe loop~tor lead-~cable Jfter the initial sPlice. ".''''', ',' "";'.' ",':' .'.:, I. Connectors shall be of the prepet F-e for the ~ ~ size (If ~ wires being _,ted. , J. ::l:':ooa::~th~~~T~~~ ~a~ :.:: 2b March 15, 2004 , ----.- (',1 ,. c) 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 a pre-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. 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. E. Poles shall be placed so that modifications and/or attachments are correctly oriented, as indicated on the plans. F. The foundations must be given seven days to cure before poles are erected. The center of the poles are to be set back from the curb, a distance shown on the plans. Poles shall be erected so that they are plumb with traffic signals installed, in line, and all the same relative height above the centerline of the street and with the mast arms correctly oriented . AlS 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- : u~ed painted mast arm assemblies are specified, the CONTRACTOR shail prime and paint L; the mast arm assemblies with the following method: I. ':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 24 March 15, 2004 . . burning, polishing, or grinding sur~ce dirt into the ~~g paint surface. Hand tool cleaning.(SSPC-SP-2) will be allowcjd only in areas accCSSlble to power tool cleaning. 2. Remove all. chalking, dirt, and ~ foreign material from the entire surface by application of petrolCllll1 ~\~~~<fljI.~ thinner, mineral spirits, etc.) and wip~ the entire surface with clean ragS.. . . 0 gj:\ 3. All bare metal surfaces exposed by the cleaning operation shall be spot ~ th9me...,..., day to avoid flash rusting. _::2 % ~ . .. . .. C) r-- 4. After the pnmed areas have dried, &J!Plyone coat of fmlsh pamt. ::2. p W m S. Primer and paint must be approvedbjy the ENGINEER. ___ \ , : ~ '0 0""" 3.10 - Signals ~ /' <? A. All signal faces and indicators shall be furnished by the CONTRACI'OR .Rttinstall2as shown on the plans. Pole mounted sienal heads and pedestrian push buttons are shown on the plans and schematic drswings in 4chematic form only. Pole mounted signal heads are generally intended to be mounted OIl the face of pole wit!). respect to oncoming traffic. (See Signal Head Mounting Details.) : Modifications to this are required when the view of the pole II10Wlted signal indication is blocked. (See Paragraph 3.1 IE). Pedestrian push buttons shall be installed on the face Of the pole in 900 incrementa with respect to the mast ann. The push button shall be located on the pole face so the arrow on the RIO-4 sign directs pedestrians to the appropriate qrosswalk. B. Backplates shall be installed and p~ly securedfor.the traffic signal heads. C. . All signal heads shall be kept secure~ covered until such time as the signals are put into operation. . D. The location of signal heads inwhiclt the vieW of the indications is blocklld or partially blocked by utility poles. trees or ~ physical o\>structions shall be adjusted to a location approved by the BNGINEllR. Stan~ heights ~ locations shown on the plans are typical for. ~ locations. . Signal..heads. installed without aPProval of the ENGINEER, which in the opinion of the ENQIN8ER are Obstructed, abalI be relocated at the CONTRACfOR's expenae. Holels in the poles due to this signal relocation shall be plugged in a manner acceptable to the lENGINEER. . 3.n..Controller A. The controller cabinet shall be mc>unted with the back of the cabinet toward the intersection such that the signal heads ~ be viewed wbile facing the .controller. B. All field wiring must be directly attacljled to the wiring lugs. Attachment ofwiring shall be ina neat and worlanalllilre manner. ~I connections at the controller shall be done by City Traffic Engineering personnel. . . C. All conduit openings in the controller cabinet shall be sealed with an aPProved sealing compound and steel wool. This compound shall be a readily workable at ku't"""tures as low as 30 degrees F and shall not melt or run at temperatures as high as 300 degrees F. D. All wiring diagrsms, service manUlllls, 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. I , ~. March 15.2004 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. 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 - Equipment Testing A. The result of all testing shall be recorded along with date of test, name of person performing test, brand name, model number, serial number of equipment used during test, and any other pertinent information and data. B. When the CONTRACTOR's work is complete and the project is open to normal traffic, the CONTRACTOR shall notify the ENGINEER in writing the date the signal will be ready for testing. C. lnitial 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. 3.14 - 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. ('\ .,../ c-' ;~-' -- (;..., 26 March 15, 2004 , 1. cI It.,]. . PART 4 - METHOD OF MEASUREMENT ANI) BASIS OF PAYMENT 4.01 - Method of Measurement Payment for Traffic Signalization and for Advance Detection System will be as follows: 'l,;::,':i>'li-: A. This item will be the lump sum for Traffic Signalization. B. Advance Loop Detection System. This item will be lump sum for the advance detection system. 4.02 - Basis of Payment A. Payment for Traffic Signalization shall be full compensation for supplying all equipment, labor, and materials necessary to install, erect, and operate a complete, fully functional traffic signal system, iricluding but not limited to traffic signal poles, mast arms,bases, signal lights, luminaires on combination street light/signai poles, wiring, conduits, handholes, controllers, cabinets, coordination with utilities, video detection system, testing, and all other miscellaneous hardware, software or an)' other items necessary to complete the traffic signal system in place. This item specifically ciltcludes the Advance Loop Detection system described in the following item. B. Payment for Advance Loop Detection System shall be full compensation for supplying all equipment, labor, and materials neceswy to install all conduit and handholes required for the advance loop detectors shown in the plans. This system includes inductive loops installed in the pavement, loop wiring, lOop conduit, PVC handholes, loop sealant, loop detector units in the traffic signal cabinet, system testing, and all other materials and hardware necessary for a fully functional Advance Loop Detection system in place. END OF SPE~ PROVISION ....., 0 = = ~O "" c.... c::: Ii -1 z -< () r --{(") w C-<r- IT! iT1 > 0:0 ::;:: 0 ~^ '2 )> 0 N i i 2r March 15,2004 r-il E""" " [_U\ _I 't Jg .,..... 1._.___'_.1 Ul ., ?0nr Hi' J') 'f'l ...... " 0 '. '00 "-, I" k I 0: 06 ~ '" '" <0 ... 0 ~ '" E ci ~ ~ , oJ> ..- ..- ..- ~ lL l- t") rb >.. 0 ",e ("["" D ",,- I...J!l' ,-,' _~h!< ~~o ( F ~ ~. t) ...... ~ 0 CD Ii;' liE"' "" Ci C\I > 0~1' ~ ~ ~ 0...._ 1:::1 1"\ c n 3: o'+- - o ~ ....~O \ ~ :;:; ~- In -:: (.) ." ,,~~ E1" w E _O;J CD :J "E """') o U g gc;ClI;;; _ 0 O - o1l en "or ~ " a: c .-..... 'iP - a. -"'E "t:: c..sg O'.~ ~ 1:1 g <D to c :J c 0 C oiij .~ c: ClI E In :z o > lIS C:P OJ +-' ~ 8.~ IV " 0 c <11([ 80:..!!..m _ a> Q) =,:::J V .- - ~:it: ~(;. :J";rtD..O .0:=1Jl 8.~ ~ '- Q) 0 0 0 ~ ." Cl Cl ~_ t III <t: - m:e "U~ ttJ IV c: C COG! 0 <p 1;' ON OJ ;S ....lar-O--.- lI)cc ,....- O-s OC .::.::== a:J== _ _ > > 0'1 0.0. ~ Q) -c C\I.-' QlG >llS ([J IU CD aj .-I:!c +-' II <( a.. >< +-' cd .....c::c ~cc c c 0... a.. ZQJW ~ .g V Z CD (IJ I-- Old :J Olaf Ol 0'> C\I (\J 0- .;> ,n Q) Q) .~ ...... cCi.iCi: C\I OwO:: U5 00 15..... Q ~ "0 0 ""'" -C:en."t: C OQC)CWoo> C C :5~~ i: () (/) "7""'t ...... .Q E"- c.Q -- c: 0 0 .Q .Q ......- c. Q O'l '-' C ::::.;:: f.l) =~.;;:: - -- t/) (/J .- ~ 0 c:: ...... C Q) as .2! .... Cl._ -_ 0 <<S._ ~ ~ .- .- ~"C ClI :;:; G:I ill Q +:; :::J .~ 0'= ~ .2: 0 t= ~ ~ ~ .~ .2: ~ >'0 E .... ~ LL _ ~ 0 o~ om I- I- 0 0 IVE.... a;: v ~ n LL O....ll_ -Ot~"" "~<( >'Qjv ll) C 0 e a: .g-o cu -0 a:: 8 f) a.. l- e Gl3~ ~ 0 := 8. ~ o,g ~ ~ ~ a;. ,,'11"11"11 O ""''\'''''''~~~.\~~t~'#''',, . $~...'" ......."...-:,. ...;s?:.. .... Eo { 0:::: W ....;. I II11 III -_. cIa ..d:. :(/): -JUt'"'- :3== . . I II .QI~ ;(f); ~~~ i::?~ g:a:I'Si!!i"I--I--.......e~"'1ii IW~ ...uJ~ Oy"'- : :: ~ . . · · .' 1111111111 I . ~ '0 "." "" "<tc $ -r--' <>~ l ~... ~O" ................~ ~:~ I'f"Il h ~ """ OJSN)'J' ..... \ U ~! i i i~ ~ ""'''" "...... N ,,~ "I. ~ I-- .s" a !.! ~ 5' IS Ihu~ j PH!~i ~ h'Oq h~.~ ~~ !lo . hUh ~HHU~~~ ~i I ~ CO ~ " , UJ :g82~8 l ~ ! n \ o"'B ! 1 D.:: B lH' c: HJ..U, ~ (!l ~ :10.....1 nOtll:l....OIlX> a:s ~_'--N"- ~z . ill " 0.. I J I I I t.i 1\ vvvOv _ . 000..-0 :'ll: II ~ e "'0 "0 ~ W z" C ~.... w a! Q) . ~ ~ a:: z -~ 0> n ~ ii i .. 'I ~ (!l ~i ~ Q) ':i . ~ ~ 5 .!l q h ~ ' ! "0 ;;::.'R...~ Z >~ VI ..J Hi h n d n ihBdh Ci5 ~H~~ w i3~ . '" ~ en --', ~ ~ I" ~ ~ ( l' ci ~ ~ -- ~b~ '"10".) r.. "U J 0 ~ (.) ." ~ ~ ~ ~o~ I::l C'...: liE'" u r-::: N 0 IV (I ""'"'--J ~ . Irl_..c: 1i "'-.J 0 ...... Q ~ . .- '" 0_ 0 N ;: ,_ 1:~ 0 ~ ~ ""'""' 1 E"O; ~ c I ~g.2 ~ OeO ~ """1 ~ ~ v .~:S ~ -0 ~ ~ CO >s \ n-lJ E : ~ t.....::: (I a. e C) w ~ 1 ~::JJ 0 .- ~ 1 .!:n.... ~ :S . ,,~ \ g'-ot 01 O'J '" I.:'"'oooj I) eel,{) .- .D ~ '- 1 mO'o. ~ fl) "U ~ ~ 1.- ~ e ..... OD 1 ~ 1--' 1< ~ ~w ~ .g ~ ~ "'/, -0 s;o_~ t~~ I- ~. -- -J ,g" ~ 0 z E 0 ~ _ oc:> a::: >- c-.....: !;i~ 15 . _ .~'ii a:: C I) 0 ~ ,. .fJ"O ~ g :Z e -: t::,.,'O ~.r:. ~ SE.t 0 :!i ~ en .... 0> 0'1 .... E~~ .. ~ ~ ~ 0 ~elll~ a:: .~: lP:::lC:c ~o~O' , " LO ~ ..c:....8 .2' w ~ >. '0 ~ I _ o~ (/) -:. ..2 ~ 0.. ~ ,t,'UU""1 '-J to"'...' G I N[ "'1 . "", x..~ [j~ '" O a. ;f:v ..........,.... ~'" ~.... $",,~/ U ....'7' ~ ~" \,u .. C) : 3= '. :. ::_: >-00') :.4... ~ 00:::: :(f); w""on :,.= -., 0 ,0:::::; ~(f),~ P::i5~ !5:~ C ........... t;: ...-- . .. r_ :,v.-:\ w::::iE .: ;: ~ 0 ~O<X""'~ ,....... $ "-J ' '. .,~.. ; ~~~~ ~ C\I ~ IIIII'"IIII,..,t' tj 0 ..J ~ ra-JOIOJ":'~N3\1u.(1!:::>\ \ 'V'lll ~r :~~:g ~ooz/n/9 'fiMp"M:)-lO\las laa4S 6U!MO.lO roi ~l \~oot\J\.::I.::1'1~i \O'<t ')\fiU3\:0; ;; !=I! :-1'\ ~ C\J J I : ---" j (/) en C !::!:! t:: I:: ~ ('f') !:: ~~ q q~qq~qqqqqqq~qqqq :8 2 ~ ;0";:15 P"! '3 f':'IQ' 06 " 0 ...... t-- 000 OON......I')CXl!()......O...t.........-lQa)......oo ~ 0 E LJ. v'~.. ~ 'L,I," "". Q) z 00 0 1"')0.....- r-- 00 lI) 00 '" :: ll.' .!l. ..." ~ .- ON N -VOl (0..... 00 L: LeU:: ...... ............-N..... ...... 1nU1 ~ ~ - cr: en => E E g Ct-:'/ :-'j :::"~~,, I-- -e a ..... :j:: E ,) f '_''-.,_~d\ ::> 8 8 I;' 1011',1', (Y'I Y I (j\} lA' 8 ...... (I) VI 0 ;\/\ ....... '/ ........v, t: m 1?1?~ -g Z 0553 D <5 .:= ~ ~ ~ Z as ::) >-11; >- )--l.i...;:5 l5;5lL.;5l.i...lI...V)VI 1Il>->- CI) (J U (.) 0 "U 0 Vl V1Vl VlU)...J Vl t: ..: ~ - ..... :l c: 0 tl CI !-- " 80CCC: <.( > :p ... .... ..... Q) .90 8 8 R 00:::: _ _ u.... ..... ~ :J ~ c fi 3:lLlW cr: ~ ~ to ID VlZZ 0 ...... w 1! O..a.rJ-Li (j) _ > " ' , , wU' o Cf. > III -2 o Q) 1-- (/) I;] '3 I-W (IJ 5 ~ c 20 !:!:! ~ VI ,go~~ <t:Z I- >u ~ I :t:: G"'" :::lW _ ~:::i: 0 > v~v n- I- 0 1-.0( 0 CIl....... I') a~ z ~ aJ Ct:: (/J jjj 1''' W <( g::::i m III I.L :J W tr.....J (j) W O 0 UX ~ 10 I- :;;;; C1~ U ~ a: o '<Ii: z- x< >- ~ .- 0 ~ ill >- :::Sm Cl ~ 0 OJ ~ "1 "': I- ~ ~ Ii li=z< w fD 0... ~ g: g ~ -g <( ~ ~:C~S ~I.O-l Z al ~ ...J la ~ N .q- ,m (tj ~ _ ou CD :z woO w OJ OJ OJ .- i= Q:~~~ - ~ :'5~:> (.') a: ~ N C;:j ~ en "'<Oo::>~ :::l a.:..JC ~ I- lE w ....... ll..Ow <00 CIl :J Z ..c (f)i;{CL..,::::i~~ ~tizi5:?; ~tH' F 0 (I) 1D<::::i ~ < Vl_UZ _ZZ ~ U ~ m w C\I ~lDlJ)lI)<_~ W 0::0 52~ w OJ "'! ~ ' Z ulD lnQ..lf)Z O::::!,a::: '~a::: (r: l..L. ,!: to to ::>lr:5 "<t"<tr--a:: _>~ < Cl ..c OJ r-. '" o VJOUlLlLlL..1 I IOOQ..wot5 ::EZO Z <l t:: 0 .- ~ _ Z 000<<< Z _ <( ".:.! 0 0 0 0 I- en oq;o lYOCO:: < al (/)~~i=" Z .- .- ....... _> t=5fr::u:;t;i ~w:l.li<O()i5 ~(.') W lO rD U _ ~::>~(J)>>>W w >~b~~::::i~_:C:?; W o <Z:z~OOO~~~~O ~~~~WW-UO ~ ~~~~~~~~~rCll~_W >~::>~ 0 WOMUa::a::: ZZZZa::(J)OL' ~~ CIl __ ~~ IT: E r-- a:J m 0.... . 0 000 Z o ~N P") vIOIDr-.oomO"-C'ljl")vlt} r--OOOlO n... ....... ..-- ~ 0 Z .........-~.-..--~.-.-.-.......N I- ~;:S 0- C\J-.l <.( I z ~ ~ >- E OOOOOlllOOO I Ul ~ l- oo..f...:....:..,j-"":'.j..,f 0 >- Z OOtO ..-.........- C <( NN LL 2 ~ ~ W 0 <.( E IT: " I- U I- U Z 5 ::J l..L.l..L.lL.. ~(Jl>->- ..... CIlllHn CIl.:.JlIllf) U ~ U m m ~ -[ ~ ~ I- 5 IU I ~ III en "' ~ ~ ILl _ Q': J!.Ita I- m ~ ~ II ::J u 1> J O r< o ~ ~~ Z i ~ ~tO_l za:: ~ <( - ~ ,g< ~ a:::> ~ I i= ~5e) ~ = ~ I l: U) ~ZZ CIle) W WOz Zz a:: i Q"!l'61~~ I " 'r" UlU~~I$l<L l!: Z ~o.:~ZQ z ~ S 8 o ...J:slD CIl!.z~C)< ~<~ uw ~ ~ o~fdi:i:LL:::::i:;!u- CJ ~ 219~~~~~S~ Z o o::tna~~a. ::::i:CIl it I I Wz " Wo ~ .--NP"lVlllwr-.oom ~i Cl~ ffio ~ ~ ~ c c _ w " i!i i!i z C a:t.J1- m ~ a!:o. ~ -::J. ;;i ~ en UI 0 IL. c-'l i5 ~ wffia ::i b~:i ~ti ~ > :c;if 0 z III Z ~ ~ ~~~~g i'5j!"::Bl~aQ~~ 3wa:~~ wli! (:i~ t:~ ~i i ' -::. Ii:' 0 ~ ~ ~~ ~~ .liJ~f'F"""~25d !F~~FC ~o W"" 00:: ~w <(4: 8-0 ffi.....~ Ull')~ a: Iii 0:: ll:: en f,3 r "' ~ lI' 1.1) a.... 0 (I)..J 0 ~ a::..... WC'Oi ... lI) .. 10 0 w..,. """"--J OV!05WWlol~!ll15~oF lo.I::Ita:z~ <ri!d.. w~ ~5 Wo )-- a."o m..,.:g 1I'g.0> II.. .. I') ..-g -too l=!co 0'-- ~ 0 0 <;;> z..... ~......wtso> tn:JI-CU: 00..- -l "" j!:::) ~ jE- 0..0 8.... 0:., l: 0<'1"'0 ::::I~lD W" - c: O<'ll"lo 4:.-- <<:10 .... co ..... lD 00 ilju<:j1Il0<(5<(lii!t::~iii ztna Ffl:w~ffi ;;[W~W~ o.::l w r: a::.5~ n I I~O I I .!!a::<'lOOm "'....a>0>:..: f ::! .9.a::NOJII:) ~l/), 0<'1 1, :0;: :0;: i:::o;;: (IIz~ .... ll::rw ....-0 "-I- t.J ;1:0 Q': oW 0<( Fi= - w.... .....~o IL.~O .... ......-- I f....o<)r-. ........ .".... .......- I t!l.b .. ... ~. 1fI~' ... ~~~~~bl~j!:>=~~~~~ ~~~~~ V1~S~~ ~~x ~ft1 ~ .! ~~~ ~~~ r!iEt ~ :;'~~g; Z <101~ gln::.1 ~ &~~lD ~$ I") ~ ~.1 ~J, <<1:.1 8~ ~ <<1:1-0 1L.....r::...J-11. -ow FiEFZ Z W~:=i. Ullla:..c~ F ...:;10 a: 00 ~.....oo ~3!: I'l'" ~ .,011')1 :5.-10 ~3!: 1')"" u",!") a or) If) a::<t'I . ~ IIlzu~~o::):?f~'r-f3iSof'i i..co..tnll.l . ~~go~ ~ozo z~ tll: ~ ~ ~::It ~ <(~;;; J~;;; Elr~........~ "" 1i ~~~ ~..~~ EO::~"""";,, o~ 0,"-;;' 0 2i~ u1~ ~~ >-~ ~ ....T.W zFa: Qlt:F..J1L aN wlLl :=i. 0 a:1- ;i;;I: 0 Z IJ OL.- <(q ml'l ES.1'l1l:) W 0-001') -:...- 10 E"'.I')IO.... .... olO::I'O> 1!;!0> zO> 0::0> en ~F.j!:lS::J~::)8j:!!<iVl<(~f'i Qj3:~~i! ~ ii!:~o..a:::l (:tiS ISo. ~~ .... ffi;", wili Go.; .q~1i:g1O :::. ;;",;;;~ ,:.:;~U; 0~~:gLt).9.1')..!:!1') ~.!. ol'i <(:;) i5;:;) ~;;; -<<-ow . F .7'.... I-::e w;= 0 o::r.: 0.... "0= .' 0= .... -c F:!::"- - 0 -c .... w <:1 .., I- W x lLg::I:<Za::;!IL.a:~g~~ InF~F>- 0 enL..l~z a:~~ u~ a III ~ ::E....lui.5l;:-8 SI;:.o ....~ co.;.. ~~u GI'l ~z.. U .....~ l: iIi l~ (; G IJ;,; U 0 Ci Ci ill> Ci ~ t-- l::Ao ",,0<( XO ~ ....~roJoQ:l . ~rr:r~:r: oz..c ~ OZ .p J:: <<I: -..... .........0 ..It)Clc" ..< '" "'_c "lOCI",.. '" ,'" w",..",..c..","c ""'-o.J O >-~:>-~Q::~.Cl~gL..l_~g>-z w....~..cc II! u~IIl::e~ la.c~ oziS gO c: _ o~o, .c:O:::ii .c:O::E w,coZoO' .5CIDIJ,o= ~q;.fo ",II:):::::OIJ'~o.2:o zo -So -So So -50 ""'" I-L..II-~oalll ""0--<( III ... D ;L; a:< ->-cIl ~ -II:) .n...<:1J ....lo.I...<:c,l f'lL..J:: lOCI"<:O -..<: CJ:: o.<:.......<:.....<:.....x:;......<: Z :JI-:::;FI-Ow ll:z~~ -< l;J>-:::J!:::! Ill.... ~....~ ~az <F~, ~w 0 "E :::'.--.9: CJP"Imo..o.- .c:::ElOEIl..U <\flOc... O't'llDo..a. 000- ~c... 0 ll.. ..ell.. .c:o.. -cc... ..cll.. FZgiii:JU~~V1<~llll.la!:1t: -lO~<O:: ;j a. III r.!!8C1 >- is ;!!;; 0 :::0 005<(>-1"'>- en 00 4C:-l wa In~ J:w III li1 IL. lI'I wi5o:: 0 . z ~o C CIL.li.. ;;[oz W 1-0 011: Z ~ ma: .. <i ~~~~~~~~ffi~~~~15 :ili~~~ _ ~ ~~~i;;l~ ~:I!: ~i~ :::Ja~ ~ ij u r_ IT: _0::... UwinlllQJ:I-WOlI- 0 It:a "z I-O~W wo)i: a a: < a: ..' a..;.: I- >- Z >- ........., W lrOlrFwO _WillI- O..JO Flt:ooy'!Z ~ W 0 Ii: a:r;::~ I-Ow Xtn....l -- E u :;c z z 1i It: a Il... WIn--'Z U1Z0< 001L. :-'F 0 j!:>- ill Ii:"'" ZI- IIlZ< 0... W w w W I- z c~~~iEz~~8ui;::~oj!:~ ::)fJf'i~~i ~ . 1D~:g~ ~o!l>i !!!<~ z~~ 5 00 a!: ~ ~ w ~ W ~::JI- .0:::]= ffi-~Z~~ f!..cll..i\ii:) ;!:AI-:>li5 !l<oi 3Z O..cF l:'ii. 0 It: a: ~ a: CJ oo..lIJl{!i5eu~~j!::i"'.o ~f,l.:f2 _~ ~ i!'~ .Eo ~~~ I-~~ ~~~ :g. U i!5 {'3 ;f :. i5 ~ ::>....tIl~F!I)~Cl-a~a:~....B oti l:!561n 0 Ji~el<~ ~eJF !;i<o ~UIL. ":5 ~ us ~ ~.... <ti "- ~;N~~~~llJ~~ffi~iil ~~~~g; ~ i:lg~~i!l ~~~ ~~~ ~g;~ f~ ~ 'l' ~ ~ g ~ ~o ~ ~ r l;:!O i!':rn~o""~~3:~Ft-~ l!!;!:""j!:~1l.. Ci ~ _ffiu!!, offilli 0:=:; 8alS ..!:!~ w 0 ~ 15 ....l <I( ~ ~ t::"""ol welt: ~""'58o:::E -wBS ~ wz~~ :::J :::J~W::> wo~ l&l~F ::I~~ "0 E .lll :I:.... ~:3I: I- 0.. ~~l5~~~~5~ffi~~~~1Il ~~~~8~ ..c <g~~;;! ~~o ~a: . <~i :~ ~ ~ ~ lli ~ ~ ~ ~ ~ ~ xa:oz::t:z--,arzlI.I<..J:il .~:zrlL.a: . .w>-Ol.l.. .ft'.Z .~~ .~w (5. Cl- (:J ~ 0 iL ::> U u u u r- .... ~L..ICZ<I-~Il....J~~co-<U N~WFOI1. ~ ~ft'.mOO ~F..c mr~ ~1Il0 ~ pd'Jil6pillilIQOl-nS8 'l'fV' 1'0 :g~:g ~ooZ/rl/g '6N.p'",b-ZO\lilS lil6ljS 6U!MOJO roi 1::U \~oot\JL:L.:IV1H \av J\6u]\:S ------ -------- N\fld NOll \tZmtN81S NOll VZllVN81S ::JloJ=iW II [: r-:oo" ..., _ .. "1.'D:ll::tm"J V'l:Jr ~ (') 1::J3rOCld NOISIAIO eNIl:I33NleN3 0 "" Nll(T) , UO!S!^IO 900G' l l :_.' _ ,"' .IVN:8fIIIJSA "'1~OW'J .-.sa """" J!1 A.LlJ YAWl .10 AUJ 0: {jj "Ill..... - .ol=.~ :tIII39H x:lPXllM:l OO!:l~ u:: t- 'L!JUJ JUt: j l\ill'J: Vb w ~ w cr i ,! ("'j C::J1( "- N .J ! I \~_ ._'. I :1 \ "" (I) 10\'\1'\ ('1'1"/ ()\Ii' u V'j\ .....1 '/ ' " , ~ ~ ........ '\1 It ts z: 3= 0 3:- .- '.. l.') ~ .- :::> v IX) V .- ~ 'Om L.J => w z: 0 0 Zz: Q) Q) CD ..J ;S z: =>3= [Lv -.I 0 z: :::> w 0 00 _ c :c :c <:> ~ <::> :c u ~<::> <X:'-'- (I) 0 u; z: ;S -.I ::> z: 0 ..J ..J ~ "- <( .- :c <( <( n " :c w u "d z: Z ~ <:> De <:> z: w Z '=I 0 0 0 <( w t:; ::;; <( (I) w u; W W W C' Vi De t:; <::> De De De ..J , ~ -' -' -' c .- t:; <( .- u <( 0 u ~ ,....-- c -- (I) De 0 (I) G:: Z De G:: 101G101:j 0-"'- w U Z w w .- w "- .- "- .. .- 0 CJ 0 z: <:> De 0 ~ 0 <( ::;; z: <( N <0 2003: w 0 In w De ::> 0 De !:i: "- u u; :> ::;; "- I- ..J U I- o ::J V z: 0 -- '-- L.: '0 -c L~~I c c <:T:: c ~ I j{) ::c i ~ 0 0 TT ~ I T I I I I g, I I 1 I 1 1 ~ '" I & ;il I ~ 3: 1 ~ w I 0 1 ~ fjj ~ ~ ~ -", , I -' ~ ~ ~ ~ I w -' 0 D- - - - - - .-- -- - - --- I ((Jjfljjrf ~3/Jff1)@~ -------- ~3fljjJ1 fNJ@/ffIlfljj@/ffIl Q, Q '" " @ & , z: q z: 0 ,-.. 0 o Q.. ---,------- v -01'= I-w Ul-~ Q ~~1t5. --- IJ1 " - - - - - --. <n :c ~' - -- . ~ - ~l\lM301S ,t ~l\lM301S ,t Jlll.lU <:J::JOIJ-= v ,I':'~,. ~~ 0 D- .) 0 ~ <( '" >1 --' II cr5 <( 0 b 3: ::2' ~ w W 0 " fjj n:: '- ";~ in '" ~Jt ,~ <( 0 :;;: ~I (/)1 0 0 (l 0.. n I rO-JOIO:l-;N3\lu.(l!:>\" 'rl\1 6S:W:6 sooz:/n/9 'fiMP"IDUD!S LiaPIDMlW-rO\las lea4S DU!MD~O ro'z: ~l \soOZ\JI.:U\1i:l.l \0\1 J\6U3\:S --- C'J Nlfld 8NltJIM A3f'Ol:ld. ' ,-flI011\1Z11\fN8IS01:H\ltH ""'" - __",0'<) 00" - NOISIJ\I(] 9Nft:l33N19N3 0;; ~ UO!S!^!O \- \ \ r::. ~+j saGe VN ~^ ....J~awo ViS8 :IMUQ ':; (\j ~ v __ ' .- _ "'~.'_H X _ 00" _ l.LIJ fAl.OI dO l.LIJ "' g: UJ 'j",,;; \\:~ \ '3 L\', \0: 0 ....w...d...... (~IT\' {",-::;y ~ _, ,\ C. ',"""r II.}" \(,\/\1\ i~:~ :J'1 h <ii;O? Jldl ,-"~I 'I ~ ~ m ~ ~ ~ ~ ~ <( a z w Z::o ~ 0::> Cl ::> 56 W z O-vvw ~ 0 --coco => Cl u--~- O-vvd Vluuo-U ~~lIl ~ v 0> to ~ U -- - I I I I VlUUg: vNvNn ~vo>tO - I I I ~, v N N N ,~ W -1 o Z ~ ~ g w -' -1 v vw 0 ~~lIl -- ~ Vl ~ u_u_O- "<I' 0> to I I I NN~ ~ W ~ <( z z::o Vl 0::> ::> 96 Cl O-vvw w Z ...--mro I 0 u-- - Vl a Vl ~ ::> -' ~uuO-u O-vvW vO>tO~ @ ~~lIl . I I I I N U __ v~N~n to Vl ~ ~uuO- v 0> to @~ 1l1BJ Jl/31l1f/l !M@RlIf/@R @ III ~ :J: :J: "<t W ~ -1 W o ~ -1 Cl o w Z ~ ::r: 0 Vl a ~ ::>-, W O-vvW ~ -..-m <( ~ u-- ZZ ~ VlUUg: 0::0 ~ ~vO><O 9::> ru:.. . I I I [5 w~ ~o vN__ Z O-vvlIl ~ w ~~ 00 ~ ~ u--~- ~= ~ 0 0- ~ U U U ""6 0- ~vO><O~ '"'" W W a I I I I ~ w U z NN~n ~ a ~ <( <0 0 gs 11 n Vl L5 w ~l:;:j ::r: III ~z . 0- a 2 Q COLiJ . -' 0- <( 0- o ::> u - 0::0 ~Vl ::r: o~ OZ Vl ~w La-O~ a La- -' U -' W .. > uO ~ffi ~ 0- Vl~ ::;::::r: ~ ~ -' ~Z Vl o -' _ 0 u::> Z <( NU 0">0- - ----~ -----.----------- (') NVld NOI1'v'Zll\lNDIS 1:J3r;ol:Jd" NOI1'v'ZllIIN8IS :J1~::l\ll:ll ""'" - ......-..."'" """ - NOISIAIO E>NI1::I33NIE>N3 0;; G UO!S!^!G ';: I, \ \- - \) 900Z \tli :IPIB^ ",:lIPPJOWO rEa 1lIIIIlD ~ C\J ~ LO _.... \: ',- - -- .... re.., _H x _ MV _ ALIJ YAWl dO ALIJ u: ~ U) "'5 JP" \ 3 ii" II} 0 0 0 "[',"l, CI" W W vI,; .-I .....J C'"1'{ ,'! ::\~i,:( 8 (0 C0 .J\; r. ,:::.~-,-'\(-\\ H' .-J IO'lii\ U ". "", 0 >- " ;;;;:: ~ w I~ '11 qQ ~u-; ~ N V 00 '-J"-J t::l ca ~ 0 0 ~z :r::r: '\ \ w w l&.JO l::: I- \ \. -'-' <.51= I- :r: '5 1"),.... I.ljffi'=l z 5il SE 000 ......J 0 z=>w W 0 I W W W ~:t: Qz~o::I: U -;=:=.=..::... -I -' -I ......J=>o~ ~H~~ ~ , I I I I -< -< - ~ "- w &3 .:.s :r: t5 "" t5 N <0 ~0Ci $:? ~ tj ~ ~ ::E ~ u; ~ ~ u; G f;\ Q ~~ Vi !;i "" t:; ~!;i U -< 0 !,! ~ __ ~~~ N<O w U w 0 ~ w ~ Z ~ ~ , :z z La.J - z (J 8a(!)!'<o 8~~a~ ~ III !:i:: ,,-ulIllli> ,,-f!:O-Iuf!:O ~ 1 c~ (}- 0 ->< j.;;:: I S:Z ~ (J) ;Pc;:'::; 0 o 0 T IT j ! ~ ~ ~ I ~ 5 l5 a.. g ~ c5 .~ ~ I Uo -." '0'0 ......... <(L.L.. C:C: 1-0 :c III 1I It\.~ I'~'~ ., 'V I rn >; I' ~'I I 1'1 I~ I ~ ~ ,I (f) II g I 1 III " 1 'cS 1 ,~ 1\ I~ G\\II,,- I ViI'I"- I- I-- W __ \- C\ z I ~ [~--.!. -.J ' - \ V - ", ,......~ON --- \ \ \ r c- __tnt! ILLiG,. a.. - I ~,., \~ "--J - ;;r -;::v ~~ >ll1IM301S .8 I ~:g (~ t: CO 0 IJ-[:...r:r ~,': I ~ ""~ o "- CO \ _ U :3 "-'" \0... . a.. /, __ 10- > . \ . - "'"\""'1...-' \~ _ '" >;t I- :,..;-"'-- - - - T:l":r') .r-- , I ~ >> f-- >; >; _ - /z z ~ ~l-t--- '-' - _--In",...,' (7j !- -~--------S- ;c------B-@;~ _ @ @ I uw f-- I I ~ lLJ I I f-- ~ I":q- ...... I- a::: 1 ~ tnl t") z<( .......-____ f-- I Z _::>z ~l . _/p ' r:# rf)' \ ~~ 63 , V ) \ W - -I- 1 J ~ I ::i: N<O UZ ___I <C ~I") WO - - - - -. - - !z I I Z I.X t;:j CL to (Q/IY!W! ~i1(fj)(Q)~ JL!!.(Q):J}~ - ~ ~ ~ ~ t. I") _ _ _ W::>~ 00"" f-- - a::: z >::i:<C - @@ tn V " W 51") a.. (f)Z _ _ =,__-!' '.ft__________ P3~ ----- -----.:7-/-'.- C~--0 O ~ Q 01]/ 0 ~ ~lVM30IS ,8 >ll1IM301S ,8 U / y, / 21 ------ I \ / J"'I _ _ _ - -i\+-- - - - - - - - \ / (f) I IC/ ~ I 1 r'-l-\ I I I ~, I I 'J OL I (f) I I I <( ~ \1 ~ I 1 tn ~ ~ . \ 9 J, if; IMYi \ LI f ':' : II : I , ~ I '" '- \1 I \ 0;;;;;: I I '1'1 L B- @>> \ o \\1 C==.. ~I 1 \1 ~ 1 ~ III ~ , I \\ (Q) __ 1 r - - - - -~ - M -, ~ ~ 1 \ Q, \ 1 I " I rO~JOIOJ-::lN3\\w:l!:)\\ ''IN rl:tl:m !;OOl/0l/9 'DMP-SIOu6!s pno::! HO:)S-~O\tas laa4S bUW,OJO rOl ~1\SOOt\JUjV~H\OVJ\6u3\:S N\fld 8NI<JIM _~ 1:J3rD<Jd NOI1\lZllVN8IS:)IHII<J1 - - ....._...0lIO wor - NOISING eNI~3NleN3 8" GUO!S!^IOr:'\ ;__)': 900Z VM~Pt ~:JIIRD:Jaw:J rES ~ ~ N ~c.o 1 \ --""'.... _ "'........H X _ MV _ AU:J r'<<OI ,fO AU:J iL g: <J) ~.. In. 05 . 1'''' \ 3 ,', V' "'1\'.1:'. "I ' .. -iLl": ...1-, . . -,,\-- v' :-)_+c.r','\<, C\ \ '. I ,r',,""\ ('" \ . "J ~t(\ \O'N!\ -.I \ J, I.' z: o I-.q-..r..r g -~-oow u~~~~m z: ~uuuu~ 0 ..rr-o>~CL . I I I I v..-..- _..-NI"')(O :r: ~ u z: z: w w 0 ~ ~ a o I-..r..r..r ~ ~ ---oow u ~~~~m ~uuuu~ vr---..m-a.. . I I I I v__Nf"#")tD .- @ @ - @ ..r N U ..., z: z: z: o ~ 0 a I-..r.q-..r g rtJJllfIffjJ~i1fD@fS1 JlJL@:J)~ @ U ~~~~~ ~UUUU~ .q-r-o>~CL <D . I I I I ~ ..., NN..r<o<o --- -~- w ~..., w 0 ~ CL 0""" CL 00 ..... ..., :J: :J: :r: :r: U U z: z: z: z: Wow 0 ~ a ~ I-.q-.q-.q- ~ I-..r.q-.q- g ----CXJw ---row u~~~~m U~~~~lD ~UUUU~ ~UUUU~ ",,"r-o>~CL .q-r-o>~CL . I I I I . I I I I V__Nnc.o v................Nf"")(O 0==.. W ~ ~ ~ ~ 0==.. ~ ~ ~ o <g U ~ I I ,"-,~",".,,,", "m" '~;m,""',"" ,.." ,,- 00'" ,,- "'0," ,", ""~"'m"'","'",'" NOllVlnS\ll l\fN~IS'al~~v~I-" 133f'OHd NOll\lZll\INSIS 31Hoflll 0J0l."'" '-""'0'" n" ,."." NOISIJ\IO 9NI1l33NI9N3 'llo ~ " r'- j Ii......) SOOl w .81l!:1SA ~2Jl ~Jav:J rg :wwo Q) N 1:: l"'- I "" "IU'''' "'OId ,,".~SH X _.. MV _ J..LlJ rAiDI .fD J..LIJ IT' go '" r,"" '1\' U1J ')'~~ JijJ \ '3 1-\\ 1 lu' '- "0 ~ \"c -- c.:: C1:l b ",,-',' ,.... @ ..... :::s; L;;. C\T"" I'" f-.,: 'V ::::.. fZO\ m " ,\ 'r""';" \Ci\i'JA c.:: b \61 C\J ::::> t= \n'.j,lh '.,\, 'I ' 0 c.:: L;;. c.::o M\ r- Q) :::J ..... V" '- 0 C1:l 'c.J ..... --.. 0 Q) .~ t:' > Qj 1i 11 0t\ .Q i3 () Q) ~ < f;e' '- t: ~ t:' i i 'c.J _ .~ CO .::=. o. \61 Go:::J1.:: > r,:;n '" '" '" '" --).. "00.. j i M\ 0 C1:l @@ \d ci 0 ci ci "! '" ~ '-:t::: c.:: v.! @@ ~ ~ CO () 'f rN\ G 0 C1:l 0t\ 08\i::j 0 'c.J 0 C/) @'It'" ..,...,. en '<t i U} t::::\ J l"1 C"!t'I! .. ": lD t'-: ! ..... c \d 1 ......... ~ 00 0 0 0 ..,. ..... 1 .::;... f"O\ 10"". U1 vv 0 to lD 1. 'j ~ N ::li: ~ 8 C'! C"t~ q ~ ~C'J ~ ..-:ri ~ ~ i! ~ @ ~~~~ I lIt f f ~ er- 1")1") "l"" ~ .....- ~~~~ f I I I !.~2t::\ m . II Cl m '~.lIl8 ~~nb t . I E o;t "'""",., Z@ 0 ~ '-" N 0 0 ('oj N CL :z \cJ\d1.d W ro z a u to'\ "1 r--; ": ~..- ": ~5~ I 1 I I B ..J R~F' I I I I @@@ ~... N N OJ en tt I 8 e la Fe ~ I '.' I~' e ~:I: ... ri ~ ~ li: CO'fD 10 10 ~t! (() ~ Ii: U)lOUHO $ :I;! 'j @ ~ ~ ;:",ob t . , ~ l"i oobb :Il ~ i! ~.-.- ~ Q ~ ~ ~ ~ .- ~ ~ ~i~, 8 :0 l~!f V.c 0 N N '" :r ;: .. CD lO VIl'lIt) 0.......... m W .... ~ ~, C\ ~ ;., i-l i-l n '1S I .z ti r;;)\ ~ <<!Bq--: ~ "": N 0 tz.i i-"l i-1i-->;., ill ) .. I!!:J :<; 'i!: @@@ \:,,;J ~ ~N '" ~ ~ ~ ;:a;}i.z~ 0 t5 ~""a 10 r--1O..... 0 if 8@@ @ . J:: ~ "1 ci ci ~ ~ co 'Is @ ~~ "" ;j~ ~ ~iE .,.. f"'1 CD roo a :l ~ ...... CI .,. co (C IE) il ~~ .,. ~ '<t "" Io.:::! 11 .Yo l-C] I"ll"'),.,,., ~ ~i ~ ~ e "" E. ~ 0 ~~ i ~. N 0 l . co .. !. 'I . Ii: ~ II III fl .. ~ .!i .. .. .. ::i i ~ 3: :E: ~ ~ ee & :c::E..c..c '" ! , . '" ::; j . . 0 0 ~1~1:2 __ .....3~ r:: .I ill ill __ 00 ...J...J....!-I I & .. ~ e ;; e see 22 ~ Ol 1.:1.: lO"2lt;;jj ~ () fj V ID '" ill f :4. u E ~ ~ <i. ;;g~:glO ~ ~ ;:::'It"l~ ++ .~._ !jAil I:: ~ ~ ~ ~ €lee ~ 00 ~ w VI lii ++++ ++ ;!il.OCO"E ~o>g ~ (/)UlVl(l) o 0 cs: 0. E 0 NI"l 1"") g g co,....co 00 8 0 ~ ~ E E 0: ..... '0 ..... ~ -< ~... 00 DO 000........... ..... ...., ~ ~ '- .... t: ~ Z ..( .... .... i z ...... .........." to... lOll') "" "" "" '<( o L. w.....! e. 0 ,0( v;;n 0 10('1,1 co ,..., OJ CDI' ..... w.......... 'i'~~ i= In :; ..J III ! - In to!,)N 1l1.-.v 01+ ++ +++++ -.l flU};)0 .lIj.e<e 00 0 0 ~.~ +++++++++l"')vlO/Do.....r--,...,........ 0 0000 l :t. ,0 ZtIl ~ a::: l1.. E ~ E:::! l! .. 5 () .....N,..,I"')"It IOCOII"'OtL'HZJC:ON NNNNN N I D::: Q ~:::i::i:::::r: ",!:50 C)~ <1(<<0 ::I::i~o "'[] bO 0000 5:::J l! ...J f t5 () .....-.....-E.! -I! o'l ~J . a Z b .ll.tl.D.D .j),s 00 -'~ ~~~ liBl' S!~ > ~.o,( EEEE B ~ F I- ~:J -' :::E:::E~8 u i ~ ~ -3 ~ u.. 8888 · .VI;o1:: liT -Vi 0 .:1: ~:I~ 0 e I:: 01=-, e:i ,;&~ 0 ro b ~ lZ ..&i E:!J ~~~ ln~'-NI"}V ee@ ~5 .... :n~~!g~ .....Nr<l04- eee '" 0 ::l o=> 0 ~::> oc 00 8 :::l :;:) 0 n.:;;) (J 3e VI I- Z (f) (I) 0 I- ;;<:: VJ -m ID ..... .2 E ~ -g 0 ~ Q) _ u g ~ w u~~ ~ ~ ~ 2~ -~ ~ y ci ~~g ~ 0 e e~ro E~ _m ~ ~Z ID C C U 0--00 c _0. <( ~.F o<llQ) -- m -c -o"Em 2m ~rn PS ECU E - ~ Q)OOO u ~E E_~ ~ <<iu ..c,g-u..2Q}'~cc8'" ~ 00= ~m w i~ ~m_~ Q) n ~ 0 ~ n me ~Q) ~ e ~~w ..c = ~ ~ oOm c5 c::J '-"c ~~--.-ro;;:::;CtlE""'- (f) ...J :z .- 0 c..... -- toll U 00 -.c C '- 0 <- 1:(]).-~rn 0 /(\)IDOfJ)ID'Oa>O..... y b 5: 0>"'0 U - C ..... (ij 6 no "'0 ..c :J '- n u c (Y u ='5 ...t!!OW 0 (/)0.. C <Il '5 0 =roo <( ~ -0 "- -s..c _g w lf~ 1.0 0 0 Nor--- .- lO ...... 01 0 ~ E U _ Q) -C ...... 8 Ctl.b u ~ VI ~ C 0) Q m :;:: ~..jil f' w ':2 .-- .- II) ~ I"l ~ -- _2 ro ~ Q) = 0 _ -tj 8" " W lL.. roo. Q)::JE ~"O-O{J) f=. ~ LL ~ _ c (Y ae: m'6' .....l.L1- ~OC'oo :::- -- 0) Q),<<J o Cc ro<(~.. aWCI:J as iJ'~ ~>-Q) ...... O)::J <Il<(__ ... OOOWNlOvN 0.....;; .....ID(j)J:? g' Q) en g:t::Q -00 e _~ cD 0 u Il'l C'I g I,{) II) WI/};:: en m e ~ :J 1-_ (ij .Q.....; -~ ;g ID fJ) = 0... ~ 00) ~w>- m OOOQz _..c~ ..... 00 ....:::Jc o ~w =In mmoc ~_~.- ..... ro 2~Q ~ m 0 V ,., t"}..., ~.....::: Q) -w lU Q) ~ -' ,)." ~ - 0 ~ ID E is E =- (l) u <{ - I"} 01 N 00 00 r') I"l t'l s: ro ..... ID eo... V-i u. Q) E ..c:::J;,;::: 0 E 0 > If ;,:. o..c 2~.g oc.. If) 0 ~ 1'1") I"') 0> lO lO N N v ~..c -6 g' (ij Ol" ~ Q) ~ (tj"'O >. C ~ i5V.i 0... U ;;; t- I- r--........... ...... ...... i"- U"l N '" '" 0 0)_ -= "n::J z c ~ 0 '" (J) Z to'-- to lO -- ~ "'0 ~ ....... c ....... -- ~~ C -n 0 ~ ~IO~ mC~ ~ 2o~~~~ ;! In I") Ui8::a.. 2~= (J ,,::;8= 2:50> .I:: oOn~cID .... Ov!"')O>vlClDlOl"") r--lC n 5;:::J ......row ::Z:~"-5 =:IE en ......Q)EQ.(I)c ~ <:: ... COo)NC\lC\I-.t-.t~lX) LOIO lO _oo_~ -sn~ ~ 0 i:::>~'l.. () 15 Qi -o~<(Q.-~~ Cl: 0> ~.9cf -g~Q) .... ~~~fDtO~~:g ~r;;;;; Og5..... ~_~= 0 ~roo~'-:s Iz r-: ~ ~ 0 R_~ ~ 10 1.0 0 C\J -00 ~ l? ~ jg .b -00 5}!!l Q).E u o ~ o~-- uwn ~(I)>D (ii-en C (l)en......n(l)~ u .. OVI"')ID~g.....I"}'" ~_ a C03-~ -fi..c~ a.nOrJ m~.c 8 nmM~~ffi I"') 0) N...... i"-COCO r--r-- ~ ..c Q ro~..... <:roo,,- -(I)-_~ 'U _~"'OC>(ioo :J C/)..... (I) -- Q) 0::: 10 ..... lD ..:::(..c: ....... Q) E. n ~ _~ c C"..c c C ~ x lJ..J. ~ ~ c"U 0 w.... ~ go!:;;. ~ ~ ~ ~ ,..... in to <: 00 rn= Q) _ 0 - G3 U en ::J 3 -ID C {ij ,-- bQ).o =mb ~... (\j.-~t'lNNN...... ~- N ooor::e-~]gME Qi~m--ooo~,g3: .."..iii Q.l Q)::JC _ n...... j::~-Ec:Qooro(ij ccc~'O Q~ 0::: ~c.o --8(1) ::J,,-on -8-m ~v W ~ I,{) ~O"l~...... :D Lu'O= mID <<; ~x.Q()-E~1ii .0 ~1ii~QiiiiCi) ~ u "<t N~ LOLl) It) -J,,-ttS ..cnQ)c oo,.::;:cc~::;::;__(tI (3lDOC';:CC..c o ~ cnO.c: __..c._ 3^,~"IQ" -00 ''''>E ...... -'<:"-0- ~ <0 ~~---o ~~ IONm......-.tcnl"l ~..cu 9mo ~(tI,,-"O(I)n 5 o U rn (I) ..c..c ~ 0- W;) 01 wo r-- - i"- ...... I() --.J '""'" (1)_ -0 CJ) ..!::: a.. "0 , _ ..92 (ij ~ c 00 B U :>- o rncoo tn;n 0 <( <=omuro euoo...ocou Boo a.......~QO)oo u 0 ~ ~""'bc,-C=lU(I)"-(I)'- c"- ID ]::IN\flSIO 0 t'l 0 0 10 LO 10 0 0 <: 0 J5 ro .c 1: ~ 0 I- 00.. ~ N .- N I"") ..,. I"") 0 <::( m ~ ::J 1a -E jg ~ -E c (/) C -g u: ~ 2 0 ~ 01 w=l ..... v N .- 11) co --' '<:( u Ctl-g E .Ql:g:: I- ..... r u ~ ~ ::J (I) 0 ~ 0 ID 0 ii~ g Q) =5 o <( t:::~'c;(])~::~9 rm~ "-NI')'--C\lI')V'Ot ~~~IDQ)~E~ro~-g~g.w5O:~ !- -~ N N 'It- .-- \I') ...... I"") 1-:::5 C Q) E ::J :H c ~ ~ or- Q) n -5 N (\j (t) Olv ::J ll) 00 lci U f".....c o q 012 E c..z 0 lo- I-- <=:0>0<(0001: ~ow Q!tNr<)NI"')..-vU":l"lt 0 _~ _._0 O.....:~'-M'<:tLt)O ~~tz. ~~ 66 is Jd~E ~ ::Z~:::E I- t--- t--- ~.,g..2 ~:E:J::::!: e!E 5~~ ~O>D ~ ~~~ oitI~~ I- 000 ~1:;.....: (J I-t---I- O'I~:; ~ :::E::!::t V) .s~:2g ~CIlVJ ~~.... ~ ~:::E::!: ~ ~ ~ ~~_~.~ ~~~ in g>2 ~ ~ ~ ~ ~ ~ ~ ..:g ~-.:i u U) ::! < < $,;2" j;;j;;t;; ~ W >- +"'N 00"'0> <<< c::i Q:.' ~ tl F-- .2';::E.!:::'.. ~~:::E 9:1 .-J -' 0 >- '" S! ~ I- .................. ~ OI.l'lNo:.r--'<ttQr<)1"} "It CI) >- .....I o CI 0 ..,. r--.---...... ..- IOU") N ~ i:l w ~ w ~z N 2 I . ONOOIOLOIl1OO 10 I <(..- t::I ~ ... ".......N...... co 00 N ~ ~ ~ ::> '" a.. ~ [L . N N 0 C) S ~ '- N ~ ~ 20 ~ ='J ~ __ ~ "lJ Y.t 0 Oe:::: o _ ~ Z 0< ~ Y> 'i1' lD w ~e 'Is z ;;. !II ~ [ja;t:; ~ ~ w ~>:~ Q e"S (;5 W 5=5~ ~ C W'<;(:J ;t: I- Z 0 ...J zOI- \Q ~ e,:3:0 C:S<(O In 0:: co II) ZZIll I=:g~ ... ~l=b:. ~1SIO ONOOI.OU}lI}oo o~z 3ON\flSlQ Ou")NOlr---'<4-O)"'1N oq:...J I- !-O:J ~Q1HC).-""N.-- coco --' ~w~ H!:)Q1Hl:)I'"-.....r--....... 10_ ---1 S f/l lL..oo <( ~~~ <( CIii ~MO ~ ...... N C\I V .-- U) ...... I"') I- ~ (.) :it; g XL N..... C\I I"') V t") I-- ~ ......~ N o 0 ,... .....Z .....1")1"") I- H3BrtnN n I"') t") r- ~ W ;l WartON f I I r40M.:! &.. N I"} N n .- 'Ot It) v N~IS ~ 6 6 riOH:! ...... N I") .- N I"") v "It e::::Q b N~IS ~ 0 0 .. J< rO--'-JOIOJ-~N3\lU.(l!:J\ \ .t'fv Og:oo:u sooz/m/9 'DMP-W-qOl-LO\las laays OI,.l!MDJO roz 0'1 \SOOl\::II.:1.:1It~H \OVJ\6U3\:S Sll\1130 l\1N91S :JW\llJl ['\\ :-=\~l?3l'O\ld NOllV1I"NN91S JlllVlil "'" ."'" ..........,,"'.or ".,,,,, NOISWO 9NIl:l33N19N3 * 8 1il \ !.~.n_' SOOZ 'IN .lIf!3S^ ~!I.l!l1 ~(J\f:) l'lSH :1lMI..(] Q.J C\J C) co ""'''IS ... ~ ,,r ".",," "''''" X """"'J MY"- ;{JIJ rAiOI .fO ;{JIJ iE f<: t5 "/O"IJ' I'L' \ J 1.'''V"~- .0 V ...L" ,.-,'/ . ,".' . i ('\ \;;;' '~.'-C\ 'I ',- ......) 00,",,--;:0 1;J'\'.dA "- ~ \0'1.\11' 0\ \ \ '4) ....eft;' :J o \... ',I~1O'.) L.;.. +-' (J) W - ~ c ~ E m--Rrnc .<( ~ 'S a 0 ::) ~ ~ ~ ~~oo~u ~ Q.) 0'10'- U Cl) :r:: ~ ........ L.. c: :=i t-- o ~~.~u~oo~ ~ c &.v:.:)Q)o __ -5~ :z 0- cno....c:-DO'l ~o 0 ::0 -0 en ~ o...+-< c:it u~ _ (f) g 0- Q) Q) 0 ~ ~ ~ ~~ ~,,,,,,-< ~ D Q)....Cl L... -+J........ ::J ~....CI... /\.,"J n:::: .-.--J , en 0" . - '// /: l-::o LO 0 = tv -0 C1) U __ g i: ~ /';.,::'''// w 0 . ..D 0 Q) '- 0 -"" "" '\::'\ Z ..-- ...c -.CI ........ 0 -u ~ ~ ~ .B /\. '/ W ::I: . c cv en -0 ~ Qj tl} i5 ~ ~ ~ /.(~ D-. U1 (J) 0 :5Cl)wc-C'go CI... ./.'V ....., a.. ...c 00 a.. c: (]):z: ~'o I...&- o -+-' (l)Oc....OQ)L ~ Z 0 U L....CIOUOO..c ;.,::/ 0 en 0 u 0->-,. ~ Z Q) rn"'- cu Q)....o 0 ~"7 I w .9- E ~::5 gj ..0 Q) 0 ~ .(/ I- > 0...:; Cl...-...c >.. g "t~ 3= CX) Q) L ",-"- 0.......... ....Cl :'\./ 0:: '0' _.D" 0 a..c: '// / l- LeJ ......... Q) .D 00 - "U -0 L''''.//.' W Q) .~ c 0 (I) Q) 0 Q) ~ ~"">, <U :z ~ E~ ~c ~a:5'UQ.)ue /'Y/ ~ m w to ........ .-, 'Ci) ~ u CI) CL //. m <:( a:::: ~~ a 'Uc~:::J.E.ca.. ......./' u CD 'U ~..c ~ <l.J 0 5 a 0 /(Y / lL. I- o -'= <l.J en 0 E L CI) en u ;.,::...../J 0 - Q) ~ _ ~ ._...0 It..... ~,y,:=> '- 'U-~ 0 -,=3: """(1) ~ o-,-,(])Q) W 0 ......... CJI g en 0 (]) ..c en :5 ...0 s::: '''.//. 0 ~ l.U .c: c: _ 0 .c: V> '" _ ,Q ","",>, (f) '-' U ~ :.c N Qj...c C -+-' Q) (f) B 0 U /'v/ ~ 3: U) (f) <l.J 0 C UJ 0 ....c. <J) ;,/,,/./ 0 a:::: ~ ::> a) O..c -- 0 ..c: a... UJ C "'V, I- W 0:: -0 ..D. ...0::: -Cl........ :S -E ....c ~-:::::J c: ).\........../ t: I, i '" 0 .- c: E 0 ////. 0 ~ '-<J 0... rn = Q) -.. 3:: .- Q) ~ ... <..) Gi L';.,::......//. w -- CI) .- ....... ..c 0 0 ....... ..... C A' ,<, Q..C?= ___ EL--oc...... ._ I- t:Y: ,..,.. 0:.0 Q.) Q).~ ......Q):'O~~ -g z W '-..l... U C en ...0 -0 U Q) 0 0 ~ ~ c (IJ >-.. 0 ;.,::/ => ::-;:.. !-.lJ ::::I......... cacn-;> ___ .... 0 ~. "'D 0 ':3 = 0 __ 0 0.. +-' ...Q 2 ........ ~ )\::'../ '"= 0 I-w s: C I..... -0 .- >.. I..... -0 _ Qi <D X ,- C e ;' // / ~"a.. 0 o 0"1 C ~ Q) ~ c: 0 ....c ....c Q) -6 0 1: /.,V/. I- U'> :z o ...Cl Cl) .- -c c en <3 c:J ~ ,"'7' uCla m a... -gBogj-+-,Q):5::22-g~~8tj />~Y/ wL5 t-<( "'U (J) -U:::::J..c Q) 0 c:'c /.............(/ z -..J u o E ~ Or;) 0 ........ '0 ...c:. E Cl _~ III <V W ,.......... .... z: 8 Q) Q) 0 Q)..c /~ ow ~o::: l: (l) ~ E -g ......... Q) <U Q) > ...c lU ....... c /.("..//:: U 0:::: 0 ....... > Q:) 0 Q) a.. U ...0 ...0 ..8 .3 ::S 0 0 ,........" ~ Ul 3= ..............0::: <u~...o~~:::::J~=BO.cnc-1..... B 3~ ...0 Q) L 0 ._ 0 ,,/ ./ 0:::: _ Q) (Ij 0"' ::J ..c :::J CT> <U 0'"0 A"Y' _".I 0 w Z _:-::::OU_CUJ(f)CIlCo.. IV......... ~........ ""U 2- ::= 3: c.:: c ::= ,- -- -CL -c ....... ':':) I.<)j, u.... - l.L ~ 0 0 3=- -0 <U en '+- -0 Q) U""'O ''././ f- -J (1)1.....'1... c..ca...ocQ.)a..<Uc: 'v, W--lO (f)..CIOOCllW"""",o Q).cQ~o ::-.c::::--' --.J ..o:::lQ)Q)..CI~ uQ)1(.........oou. u< ...JW :::;1"""'<..) u:::::J Q) (1) """0(1) Uu -0 03:: WO 1n en 1;) ~-~ EO a.> ...s::: ~ '''/' UlW 0(7) -oEE UJ..oc cnt"U-+-':"=-o /Y/ 0 """D <l.) :::J ::J -0 -g 0 0 -g ..c 5 -::; ~:;:: ~"'V" 0::: (/) 8 :z m~EE~""""'= CIlEcn.......3: -g-co ... "~ 00 "....., -- __ -. U) ....... (l) IZl ~... /: w l- :r:: I ~ c: c - " '- ~ L 0 '" '" ~ .., w , en c = .- ,_ c: = .9- 0 = a.. 0 U ~-= ....0 QJ I.<...v/ V1 ~ z: D- ~ ~ ~ < ':E ~ => -ex:: c: n.... lL. <( Q) 3:: a..:::i .....z- ~ '..;.,' w - U o _ _ " . _ ~ . . . ~"Z ci g-?:= ~~ /"y;, b ~ g :z: ..- N f"") ~ LO lO ....... l'- 00 m Q) c: ..- en :;t: ~a; 8((~ z -.--: (..) N CO ,; . N "- ''i " c o " l> c o ~ ~ . .. ItI ~. ... .... -0 Vl ~ ~ 2-u ~ .. (,) 0 +I .l:J W c..... ~ :J b DE ~.... + III c: z '0 '0 0 ~ g ~- E'E -0 E-c - L. ""ij ~ 1:... I) :.:: '0'0 f 01) 0 tl E -c "ii_ to tl-o "ijjC Eo..o +':.:....... -:> 0..0 c'- Il) ,!::: 0.... .c:;;.., ..s g-a::: 0'8 ~ o11:J 0 ~-o 0 . 0-0 _~o <:;.. Eo g- E a.~ .s _, c 0.... <:( 0.11.... III 0 L- ~ 00 ::J ~ -.J I) 0--0 r0- o I ~.........2 .go n ~ . 5 0 C) ll)C) '{jib ...... > tC 0 \.lJ Ul -oJ C l e .............. 88 r-- a.. LllO CI) "; ~ ) I- ... . "^"".. "!... _ .. LlJ .~" ~ ~~. ~ o ....", .. ,', w J I II..' Q:' -. ' (5 5i " " . , \.lJ ,.' C'" c J t;J .'9"" -J . 'II" . ~ <- 0: 4J .. .......1 '..- ..... E "':." II ,", ." '" c5 ,- '~""J' . -- ~ tn a=:: - - E ~ . ~ ~ ~.~ ~~ ~:...,-....:..:. .. ~ A: '.. . ...' '. '.. ".7' -J ~ , 1- - --11 -=-,~~~.-'-'c.:.'-,-:o...~_." II :!! f.::: ","" ::0" ~ 0 ~ In ~". .,:.... ,. ..-. '.. ~ < =;:~.~ ~~:.~'..' ~ g: , .' . . 0 -- -, -- ~"::::J -,. n '. 'iI. '.'! 0 ... ... .. -. '. -q ~ <... , ~n " '" c. () 0 _.~" 0 0 ~" ,,0 E .:--. .. .... .... 0 '. '.' (f) U , ,', ,'. -h-- '. " .. . U n~." ~j' ~ ~ ".... a.: ,s ""~.'~ ......... _ i ~ ~ L~ I. n - ~ .... ~-~ ~ < I --I o , _ - < 11 _'E--! V> < N o .. o " o ~ ~ " :g c o " ,a'-m\aJ-~l'l3\~u,l;)P\ \ 'Yfl1 6SD:6 sooz/m/9 '61'W~O-18P-gO\1<.l5 18<.l45 6U!MDJO nJl lJl\SOOZ\JUJVlJl \O\;lJ\5u]\:S ---- Sll\fBO l\fNSIS ::1I~~\f~1 \ \ C -I-l..~3l'O~d NOLl\fZIlVN91S ~lfj\fHl '."."'" """'0 "..o.".or ...~'" NOISIAIO 9NI1:I33NI9N3 * ~ 1D .~ \, I SOOl ltN ajl:)SA ~~1 ~~ WS8 :1lME(] N Q) m "mo." ! c ,.-' j ,,"'" "'""I,",,SH ''''''''"' MV ...."" J.LIJ YMOI .fO J.LIJ ~ g; Vi . JI'" \3 ""IIf\: 0 N(j~ ~\: 1..,- c\' .( UJ::;::':< ~ ~ ~ ~ ~ ~ ~ .. f.1 , 1 'T! ir\'',)\/j\ ~ ~ .... ~ ~ ~ ~ a 111 0 \O\J'.,fi~\ C\\\\~'1~I. ~ 0 0 0 0 0 0 0 ~ ~ ~~ . . '::! ~ i ~ ~ ~ ~ ~ ~ 1-l~~ u;. ~~ ci :::l u).. ...,....,............. Z I.L.. $(1) ~ o ~ -;:. - - - - - w o~u iIiO! l.J.J;I f- W I I ! I t I 3 ti~~ 8i WI g I co "'" .-- .... cD <D <D Cl ~olJ)?~:::tUl lL. u .... ., W O::o?' .c(,-,j W (I) '1' 'T .7 ? 'f _'1' .7 I I8SE 0 X5 5 1Il r- 1D ~ .-- .-- :? ~ ~ ~<Cl . l-g (lJf5 a... o !It .. '" "" ... x ... .. z~tj Co ~~ w ~ ;;; ~ ~ IQ IQ IQ IQ IQ ~ ~;;;lnti 91li i"".., c:: I- . ii'!i a!i ii1l i1Ii ii5 - ""W .:) w~ 020:::: 0 o ;> .l;k .!;;;. ..... ..... ..... ..... ..... ~o C1::::iI-:lt: 3t; 00< I- o - - - - - O:::O::ot;; w.....(i) u.... 'I f I I I I ~ 8Eciz ~m .....z8 i>r. <0 co co co <lCI co co <(DC Ou ..J oCE> <: w 4.1< >-....J x"'" Cl ~ I .. . . . . . . -.J ~o.~w ~~ (own.. Vi 1-...... ID 0:0 0:0 lO 0 0 0 0 (1)_;::) III 0 In o D.c. I I .I .t .1 .t .1 a... Wt-~.....Q ~ a...LLiz ~ Q.. ~ i-.. 'io 0 ...... N v CD 00(:300::: fltll 00::<<( ...... ::::l!:..Jl- m t;; !-~" ~ ~ a::: ~.....::::iiil. ~oz ~ of:5 <( r::;l"!.:d 0 ~Vli=!::: 0::: 21- a a a : . ~. (/)UI")> P'Vl W 0 ::t <( b~ J J J J J J J tn C)~ft1< g' !;fnf;: ~ l- 0< I") 1'1 ,...., f'F) I'l I"') I") <( zt;('I,l~ '" 0)(. 0 o (f) 1.>..6 :2: a~:zQ ~~ ~ ~ (.) .... e <( ~ (J). ~ ~ _ ~ ~ ~I..LJS:r: <~ ;;,cl"')w ~ ~ ~ ~ ~ ~r-= ~ ~ ~ ~ 2 g g i ~~frl~ ~~ ~:~ a: ~ e e 1-0 tt; I I I I I '-'<VllL.. 1-0:: __m (f) g.~ 00 Vl~ 0 ~ ~ _ "~ ~ 8~ ~ ~--1 b ~ ~ ~ g :g iD ~.-.i,..;...i :ni ~ .., 0 .2 E X. ~...... ....... 0 ~ 0- Ii ~&. 0 ...,. ~ 0 ... 'i:i ~ ..CI ~1>' g. [!J -a ~ ....: <=.: Co. t=.!! Oe.2e:o :;;;:a eZ ~.21?: .. E: Cl u .......... ~ :s <= 3~ ~~ n _ :: o~ --I .......!:> ....., ~..!! .g. &. ~ E ], E go&. ... :l .....!! 0_ 0' . ~~]~ ~ ~ .!!1>,H ~ ~ IQ <: 1Ii i:: :- 'UlW 0 ", ~ :., Q r I I I' '1.1 ~ ~- '"'Wi ~l ~ ~l . I-- t- B <=.... .U U) 0 8g .lJf ~SID!lb~ .l:)f ~ '5 ~~. lDlUD8.5." ~ ~ -g c..'" < 0 Vl.... ~ ~ ~~ ~ ~ e 7 L '" .2 t ,," I' ~ o " m a CD 0: -g ~~ .... ~ G -ga ~ CL ij ~~ I- ~~ oE~ Jil E ' E ~ E 0_ I I ~o~~ : ,~~ , 1 , ~<o~ --I .~... ... lit:..:;: = = = = = = = -:.. . ~ ~.., ~w r;J . +-' ...c o 't: 'f +-' -5 D~ ...,; ~ 0 c: t:: C>~ b :, 5 ........ E .~ 4) E g I U) ..... .3EE E ....is.. ;.... 0 Q) vo..... z~ Q) _ "" > .- " E W .E 8.g'K f & .-. l- ~"":;;E tnin________ i.. <tl .: ...._c: -. '- 0 .2-Z -g e U) O..n 0. ::::i- -: (!) 01= i1 . -, U) 0... J5{j5r-,. ~ 11..8 ~"t:I;eN "":.'. f-.,:: (l) (/) 041:g1ll -, ..c ::::iG:0...c .' ~ Q) . -' -<=- .": 0 g +-' ij, .. 0'> "- ....<=~ 9.. ~ ._ E Q) 30- _ -< en 0 L r~.o~ .....' ~ .;:: --. ... >< 00:::: 0 -a o~ 0 .0 0 f'\- +-' 0 ~<:Co. ~~ ~ - V UiBfr ..~ "C ~~.c _-------- I(5I(51B t- "~CO" E ~ U) c: ~g, 0::: ~ Q) +-'"_ 8 ~ oS r:n VI en :Eo::: ~ -..I ~S ~ E 0." 1" -+-' fJ} _ ::::J ':=115 ....... ...c:::::S E l.U C'I 0 U)._ J-,: .-...c -0 X ... Q) 00 on.~ ..J C/) ...c c Q) E B 2: ., E CO -C: :%: 0 Ol- L.. - ::::J'- cO ~:!~ E en c- '"'0"'____.... QQ[Q] .g '0 "~8 ----.... 000 . ~ g- 2> ~ *+-,u...~ ~'. ,0 ~ , I.!:; ~2 ~ -~ o ~ > -H Sll'v'130 1'v'N91S :JH~'v'~l 133l'Olld NOll'1ZIlVN91S ~1,H\ll!1 om .'"? ~"f"l\""'Q'" .or "",.." NOISWC DNU:l33NIDN3 '" a tD 900l \IN ~l\ }!tOOlJ:IWE.ll ~~C1~"SS :~ N CD 0 ""...s ,*" "'=., f""l:'- ->'x """"'" MV ...."" l.LlJ filO! /0 l.LIJ if ~ ~ ~ 1GQ:i J!,;:! \ 3 IIi', \0: 01 ~ (_11_'\1' '-'I C;.:'\l( +-' \1 ".},.-" "t-- U .,....- L. .J "...,..\./ lFj\'\IA o 0 I 0 '0. \ilI" ('II T .....,'J, \ i';n '" L -c-..r: LL ..::t. o +'-....... 0:':: - +-' V CD 0 -- a E Q) Q) L - EL" /I) o ~ 0 0 00 Co ~o L E L a Q.)L +-' ..c _ 'U 0 Q) Q.) - "'U '+- 0- "'Uu~ C ~o ..c~L 00 ~ cc~ ...c o>..oc +-'.E. '"0 00 ~ ....c...ooo ...c'Uo c2--=....c. ..c en;: .r:. ~ +-' 0 Ul ._ L.O en c:: (]'l== ...c >-- 0 .~. 0 c: Q) -+-' J 0 en .~ ..8 -0 -0 ~ 0 (l) 0 ~ a:: .- ~ ~ Q)';:::;:; o L (l) IV (j) "/1)::0 U ..... Q) IDu .- " (j) 0 o .- "'U +-' 0.........-0 > Q)~ Jo +-'~R ~L.~ ~ID.~~~ L L 0 en"""'c EOn... ......0..- (j) ,...-.- L...+-' 00 - ....,.., '-L.........._ '-La Q) to Q).-..... -+-'- u..r: ~c VeL OCw oo~ 0....... o .-......... . Q) (1) -0 U 0 -+-' .- 0 c..c c b 0 en Q} 1.._ (I) Q) _......... Q) ..c 0 Cf} Q} LU c: .ow a..(f.lcN -(/)1..... ID/I) E L 0'- 0 u - Q.) 2~~O _0 Q} .~c: ...c~c 0 C Q) <I)~D- 0 ...oUC~ 0000 ...cQ)~E> Q) ...em Q}W_ OU UEOOD Z L'4- -+-' (/):-+.= >,,== 0 Q) - C o....c.::: n.. 0 oocou :::l OO<l)(Jl 0 0 DL(f) Oil - lV u............c '+- .J::4- L C f- en c: C:;:; 00' ~ c E ~ +J -0 =€i 0 8 C ~ 0 :J :5 woo 0 L Q} 0 ._ Q.) 0 0 ........ Q) 0 +-' C -.J I- Q) :j:; U a.. U U (f) >. 0...1"") C 2 (f) ...c :;:; ~ .2 <:( o !r..... 0 0 0 ..Y. (!).1) 0...1.{) 0 c C"J 0 -+-' 0 '+- 0 c f- Z Q) == ~_..J CO"'>" 0 ...0 0- ..- ....c Q) W 0 -+-' 4-' 0 "> €i ~ {f} .J:: 0 0 L. 0 \J -0 E en - ~ c c > 0 .:-0.. Z ......J -+-'~ -+--,0 ....c:>o..Q) <( '+- rn....o o...Q)Q)a..Q) ~ - - c::( ~ ~':i c 0::3 ~ 0 > -0 0 ~ -2 0 E'L: 0 ~ -.J 0 a:: 000- -0 3: "U Q) ~ E e...c ~ >"- 0 ~ CO+-' en - z W +-'LCQ Co ..1) a.. I-- uJ Cl. Q)~ Q) ~:::J :z Q)oO...c OQ) DLo...Q)U) orrLa. ....coQ)...r::Q) 0 ~ 0 'f-. 0 fI) U c: U 0 o...n <( CD ~.2 0 3: 0...:5 I-- :5 ~ ~ ,- Cl ~ Z o "- '0 <D 0 c ~ ~ ~ e""3 1j (f) cuoS w .~~-g:g ti 0 ~.- . :::::ia..a..en <( III en 0 . '0" ....J .e1D~..!! I-I <( ~Jl~~ ==1 ~ 0=0'0 -111- ~ o a:!:: l: - ~~ ,lj{i'i2 _- ~~ " " 0 I '= . I . . - c W ~:J ~ 1 " u ~ ] ~ ~ 1 CIIC""" - ~ c~ ..r::; g ~ 02:.: 1::: c ::J I :c O:J 0 0 -g (J C)CT w)( 0 ;g. go I ",\o.!1 1'" U v 8.. .~-ol) -g.......:; vi c: >.-0..... c: E I 01"'},-," . c~=~oo 0::: _ C -4" E~'C:c~lD. I """'-I... E'- 0._ c......'ll ....;~~ g 5,e::: I ...-oa.._::J..... _ c I)CIIW~O - e.... t:i I) 0 g I .- ;&:..:JiC.-o._..... a. ~ .~3i~s 1 .......... 8:i~J:t=E5 ........_-... I ' , , , , , , , , , , , , , , ........... I ' , , , , , , , , , , , , . . . . . . . . . .(7\. : .............1)> ~ 1 I . . ." ....... :5 I 1 .............. ~~ ~ <:{ --l "" " ~ '" ' I <t: I I ''''''~cO'' , I- ............... g::3~.. <::( (f) N .... I I N <.g'2 ~ ~ ........ :::- .... 1D~a... <= I 1 N~C1V>, 0 0 ~ g::: ~ ....... gmo" =-- Z 1 I "" uo.., I-': ::l ........ ...~. 0 .......e.... U 1 I.'... ,- "E"" LU 0:: ..::::-- ~~i....... CI) '-' I I """,,00", ~ I I ...... u~V> ~ 1><<1 ...... ~ 1 ' ~ . ' ................... c: .... ~ ............... o ............ ili ........ c o '" o _ u _- o _- <( ~ . '0 , Il c o I ,,;": .' .e E .~.~ ~g ~ in ~ c "E m ~ .-- ....--....... 1 1\ \.,HI I ('f) r'" ' "j 183rol:kl NOI1'tZll'iN8\SOI:l:l'itll ""'" - -.........""" MV -.0 NOISING 9NI\:I33N19N3 0 16 ~ N\fld 8NI^~,d : G1 JOOJIS ~n<D pue pJe^8ln08 noas VN -. __w.l r<ss '""" ~ N l' ~ _ ""\ \ "\ 1\\'\ IG :lIIIU._ _ "",I _" X _ MV _ A.L1J YAWl .10 AlIJ LL ~ (/) i.\J:JV '__-"'.'(~' :'xC 00 T ~,' ~ ~ I I ~8- ,1,-"; I .\ '.,\-';\'-1". " ~~ l~ \ I , " C\'\-<~n~~j~l~s '2'2 fL'1 '9,~_-- I ON.IXJ I I \0\(':::', \ 1,\" ~J 1\ 5b~ -9- /'" -, T ~~ - lOll!) \(.)'l,' ~. - -. 00 :S ."'.... .~,...... 'WM301S ~;J;(II \ -~.. Lnn 11 0 rl~1 >lVM3~'~ I ij.-' g YTI I~. J-lJ UIB:l" - 1""+ <L w = l~ "''' 0;: I ~'" &<L,,--, '-~+\ \ "',,[;1(,/ \ i" 1-g,8 I I \1 I x~1l '\~ I 1-0 Iw~ r \"\ ~ I ; \ \ i ~ I I ~ j j'~~'l~/--//" J \ I ~ I 1 ~ 51 I I :ml~f&:~ I \/ 51? i ' '\ '" I- 1 n-; - - " '-''<Sj 0 r , I - I';'i ,1 ,"'~, \ I ~ \ I r-- ",: ~ lli:' ~<~1t '" II l,,1 I ~ ~ I ,. I ~ \\1 \ l'\9. I 0::1 I~ I~-- ~ I Q. r--"", 'I I"" \1 \ ->> I I ~ I'. ~ \ e- _ I _ _ - V""' -.., \ <( I @I .. Ii @ I") 1 ..0 0::: - '. 1- "" I I II-! ,L>.- .'\~\ ~ I~ ,I g........ .q .!.: I I 'I \ s;: I .j;~- ~l; 0::: I 1 t :; 1\ ' ~ I 1\ \~ W U I ~ .'.1\ s;: i m (J) <( ., . :>- II I \1 0 f5 'f 0= I I I I " i \ W ~ \ I-I \ I \ f- \ I \1 "]0 'f' I .!.:EJ \ I ~ 0 >- I I t ..1 \ l 0::: 0::: I ~ o.m 0 I ""'I 1 'I~ 1 ~ 0:::0 ) .' , i ' 'i-"-- 0) ww " I:' <8 ,\ It I \, ~ I Ii -.IiI- ~6 ~_ - ~.+-1 - ~....~~\ i~ I ~, \ o.:;'ii ~J I ..~I I ~' ...., I I / <J,ff"-.{ I I " \ \ ,~ "- \ I ~"'~ ~ I ~/~, \:it ~'J,"', I "'----~~ I") R ~ A-/~~; ~ ..... - I,. ) "" I \ ~."I,1I '" _ I ~ I i'f, .,.. / I \ I 0 "'1' (, r I \\~ r <( a ~~. t-l ~ I 0' 1 I I:\: tl~~ 1 ~I II I I 1.D(JJ;y;RrJJ'f I I "~'m ; '" I ' ' m f-- ~~,. CD 'f' ~ 4_ 3: \1 I \ ' ). '" f^!JO ~Jod no~s 1J 0 .1 .1. I VJl)~ ~ W I' I I ~ ';' \ I ~ I \! '. ~ :\' U I I I J ,I ~"")' '?:S \ ~U~ ~ ~~~ '+" <(EJ \ I;; Q :tY/-:') , f ~ I O'O'! I I I I ~i<'~~~~ \; ~~~':-..'.'or' ~ol V ~ i\ 1 ~ ll: \ ':if ~ ~ '" 2')i IN---l ~ I I ~\11 \ ll: ......... ll:., I'\<. ~ I \ ) I )11 I f- r' (+-. ...II~ I. I <( f- I .: ,SZ'BS+L 6? (J) <( .. '1 CIS Id I 0::: o I 0 O~ 0" ",,' I W 1 I 0::: 'I ' 4 'I" I f- I _ P' I ~ ' \ wi;; :r: Iii I \ II' ~ I to b r ' I I ""'\ \ -' I- \ ~ di~ ~ '-- ndil "i' I I I \ ~8 to I: I 8,L "liT:':;:: i;; .!bodI rP I _\ > U1 '-- I I 1 I 0 n nll'lldil~ ill I IJno;J no~S 1::1 I [;J~[;J :;:: W(J) I "'" 0 III r-- 8 .JJ.,dJ.'I,I/od/;;;D <oJ Q \ I 0 \ :;:: I 0 m 0::: '": II I > I L I'~ OWl- "0'I' I :>l I II <( 0 \",' I \'" I I 0. mOl I- I- If!'. ~ \1 0::: :;'ii ~ "]~ \ 'f '" I :11 I ~ ~ I 0 m II I ~ 0 I II I 3: ) I- 0. ;0,0 II 0 01 I' !f-~- oL\ I :;:: z81\ I T,lrt 1III I tJ I- _ I 1\ \ II I W ~ 2; \ I "" \ ~II I <Xl:S "] 1 I ~ i \ ~"\ .. ""- ~ (J) 2: I n I ~ I .1 EJ ~ I \ 1\ ft )> ~~ ! ~~;j ~b> I ~ I 0::: 0::: f5 I J, I i ~.,~ cc 0::: I <L III ~ :;:: \ \ \ }.. \ \ I ~l~lx ". ) III \ i ~.s. il'89f}) 0 I ,~I ~ '';; :1[1> 0 V 0. (R-' I I..: '9tS~\ T\--U : ~~ r I I II I I \ \ \ ' j I ; ~ I' x '- .; 0'1 'cr 1_ ':'" z::J ~ I" "l" I ,I, -+ 11"';' lit> , ' t~ \ ~- <( II ".,: r- ..,~g:,... "'~ )I" I \:=\ \&:1 ~~ ~ :;; \~~.7~'~~ 000 0 ~a~.~l~.~.~~tr~ I 1Cl, , ' E __ &1 ~ >\ <' ,., ,<~ ___1wN--. '..~ -.----J ~I---+& :'" 0 "@ ~ · ..,...,'1'<'" ~ = -/1" _ I" I" "Ii?! ". "."". - - -": ,- - -'\"".i'~ _ ~ a::l(f) ......~, ~ ~-/ . -"'_' -m-;l ~ ..~~ i~\ II 1.-\ 0 l~'~ p~ Ef~ '. -<>~.t....i?~ ~~ .'N11S< \ 1\ V I: _ \, _ ~JJ J;; .....'............' ......r I I L- . . g II \;; \tl; I \ \ ~ g I \ ~@ffl!D@~ lJlJ~,~ CJ l. 1 I Ill\ ":-'1 d 0 COO+LZ t? , \ I I II _ 8Z_ ~\ -d - ~ ~ : CJ '11 \' g I ~I g C:::::-, 1 qd <D I , \ 0 . MO~ OL 'I '" I D I '- 1\; I I' ~ rnl~ ~<ti I ~7 ...... Q II : \;~Id! ~ Q1~~7c'1 ~ ~~ 1 11.~. NI/:s''''~" i I;; - -1 - - e.J .iK. <D N )t;:j ~. :;Ii ~ ~ I I I ~ -----10 IV' 22 "li.~ <:t- Ill::' ..I ,I HUS'Y.~~\ :;;.~-t-/dr')ll~~~-- I II I 11.-- 8- ~,_ .J I, :> 0 / ": T l11L - \. ~. -~.-,o ~.~~ I \1 'f I \ ON JS1X3 "v~3alS * \ -~:. 9<f n 0 rtl;%7l~ >1'M301' ,8 \; I I ,$ 1 ',' I, ~Iffi!!. d<'3><' ~~I rO-;OIOJ-~N3\jW;,P\\ '\"!d H:::~r:n sooz!u/g 'DMp'ou!^od Zt-U\lSS 1sS4S Ol.l!MDJO niz ~1\O::;OO'1:\JUj\jt:ll\aVJ\6u3\:S NVld 8NW;/d l:)3rOtJd NOI1\lZIl\lN81S ::>1~~VtJl ,00< ... I-~'\; ~q;o" MY - NOISWO 9NIH33NI9N3 8_ lOOllS uno:J pue plBA6jnog noos \IN ~^ -..u.:IllAP.:IOO' Y'tS1l :lIIBIO "It: N ~ C\.l "".... _ ""_.1 _H 'x _ MY ~ lU;) fAWl dO lU;) if g: tj T'"' ,- LJ ,-,,'-/.:n_ ol 2-2W:':\ '. ~,'.' ~ ^"JU' \:.1 "\11 'v' \ ' , ~ k:c"'.:",-"":,,*c.]l n n~\fllw,:,:,:,',cc"";<'::~=.::cc,:.:c,.".t:=-- 7G~1 ". \ \ -=-::::J /1 .,. .,. JeU- ~~'\V'- ';r::::::"~'. ~ ' - - -- "-~ J. y:.:-:.:.:.:-:J.j ~ () ",r:~ w- _. -'I ';..1:', I 31' -~ ---- I \ =-....."~..-h Ww 1.-< I 8~ ~'"'H6.. C\.I ,,\~',-\r~\1'\ ",:;0 "-(XI NG \ \ .."" ,~,L ' ',',Slc"'I,'" \0"'1" C\' ,4.1 c" \ <'~ dd I I .... v'.," .~:;; I \ 0 I T I 10 ~g \ \ \ p I _ - ~ ID - -g.s I \ \ -;;ir- ~ t 6 00 T tD (P wUJ..... \ t '::;\1 ,.,.."g ~ : :'" "."' ~ ~ \ I. -W0 ' #.-~" I';' _ ~_~~ ~__'- ._--/,i ~ -~:=-~ r ~ IV\ ~ i(.- D DI81 D D~_@ST"" ~ t ~ ~~~ ) l)~' ..\:-'c....... ,+ '::-:-{ &-~~ I · 0- 'I~ It-- '- _ I ~:".---'r--- a W "" . ' ; ~(.: ,'~ '\<' Q I- \~ 0:: j ~ ..: I ~ !z \ In I Ui W il t tn r - "",~ - ;;; '~.n 1- (() , II'" I@ z 'S (1J :r:: @ I - - ~ :~.. f-- _ ~~~ --.J ~ I': <( '" .... T -' ~ I 1 ; I--~ -~ ,L 1Pl'1 ~ ~ 1'" I\. :1 ~ " I"'I~ t ~ m ; Z I 1'="" ':: ~ ~ I r] <Xl I W 1<(31 t. II' n~. 0:: er <( " f-- Lf) I . 1'\ I I wO:: I -00 ::g 0 I U i 3....... " 1 z <( ", w 3 I <( --.J .. ~ .j, tL t Uo w I w t I lX):5" N \ > 0::.,'. I tL I 0 I 0 I I r <(w<( r-: =" "er~er n I loJ - I <'. LJ- (() 10 rv I j ~ 0 ~ I .t.:. ,,'+ 1 .t TV G:I jO .. r ~ n I r I I 'I Ii:'. 1-<( PC Sta = 29+85,04 : I " I " , ", I I l {18 ~ I I I i -+ I ~ I I I '=: ~ :r: f-- I I 8- ,Lr I.. 1 I 3 F 1-- I iC -- Lf) I " I I I t5 i 3....... t I <( ~ r w 3 I I. I I "'_,....:. U t IltLl r lX)<(~ I ,I I, <( w <( :: 1 -' I I I MOll ,/JOt,,:. I 'I lero::o:: 1 I <(~<( I L '~' o::ererl I":~ ~ ! I + 1 I I 1 ~ ; .~ ~/ I I I r....... I I I I t-+- . J J t I I j I r I ~ I } I 1: I 0 ~ .. oc I r I I t I ~ 1 } ~ lor I I_ I.j,' TV 0 (6 '=:=- I f I ~ ... I 3....... , I j I I I ~ I w3 I I .[,: J \: I Uo " ~ lX)<( I t g I I ~ Ii I I it ~ I r l! + r I ~ I- l! J I <(w <( I }c III ~ <( .:c ero:: 0:: 1 1 N \ '" .... y i. ~ iJj 0 "",? I r :!!> I I ~ 0:: x :!!>:I I I I It ~ 1 I ~ ~; - - 1- ~ L' I t t ~ - I ~ I ti~t 1 ""'IJ I 3;, l- I j:&;; 1 I ~ I :&;;1 C3 I t~ r 1 I ~I ~I I T or.;;, I I <( I ~ .' I I- .t. ""/J I 0:: I I I Iii I I I ~1 ". ~ In ~ + II I-:I~ >.......~ +. -Vlzl -'.. WV 5:<:::1 I I F ~ I 3 M~ ~:: ~wv w ~ I : ~ 8- ,g ILl I .....JW ~ 0 . 'I' [- '" 1 ul8J I ..1-- -' L~ ..... I \ lX) -' " 1 - iJj lX) ',. -, ',' I I - -- '" I 1:5 I ..... g l ..... I \ <(8:J <( I. r I 1 tL .::: +:::.:., I if 0:: er 0:: I '" ... ~,<(w I" <Xl "~ ... I" a::: --' rv rv :: "'-, ':. ..... W < LL.. LJ- ... "''11 -. 'S I ~ go", 0- I I "'~ ~ .....:.. I I ! -<{ 1- .-N <{ e ~::. I"'):t I~ c. 1- ~ 1-" ."'PI wi _ "N !." I ~,',' ,'" ','. wv [i1 .n ~~ .<5:;; ~i " I ~.'.' - I~J\.IR. ':;'. ,,;:.L&: ~-lhl\ I ~ In' ~ ,&-), 11 :. p + ...u: f'Y.,<- I l@eN1 _ -'o..f":~ +-,L. ' '- "),N,:,.-.,..:J.' tnl s:. ,_, ~ <'I ~0 ..r: '.','c\" "3 in '" 0 ~ _ - ~ - J ",','.'.' "0',',:,:\ , I ... I ~ U; ~ V:":"cL4h ~r [l ii,il/l ~i . . t.=- o I I --1 0 --~/I'. ",:".:,-IJeI -Ul-l .Y;. .""'......,:",/y76 "l . ' I"} a -:::::::. L+-' .:::::: ;..-:-.-~/ 1<1 ~ -~, - ....~" "..-h. ,.~.? 1.:-:- 21::./:- I 68~l:~.,~. __ IJ ,~NsivJ - (-<). "''' ,:@:~:;; u UJ ~)7.<1~; .,,' , IL- . .,': _ _ ",,,.,, ..= ,"" dL '. S1J~ '" : I I 8- ,Ir : ,'" . I d d I I ~ '- I I I \D I T liD I I i A P I _ - ! 1 D ..~ o [, ",""r- I _ _ i:JSTlH1 I 0 -::f/ ~ t 6~00 I ltD 'V" ~ L ~ ......................:\i..1J~.. lJIl~ ~ lJ~.~s~ \] D \] D x~~'\,',','.,~ ._ P','.t:-:,.", r'" . "= - '"I I MOll 00' - - ~ NW - ~.,",,:::'~ - - - - - ff:,:.=/. ,~"'/ , - I , j.. , ,..-,.-;.</,?, .....--.. -....P- ~f.~X~ I ",'''.7. v..~ ~'/.'1-j7. '-- . I i k ~_~\1 n n I~ n r!'AI'~ 0,,""" . . ra-J~IOJ.-:::H,J3\iw<lP\\ '\"lit OZ;1>~:g SOOl/n/9 '5Mp'5U!hDd l~-H\l<lS laa~s DU!MOJO rOl C11\sooi\JIJJ\1i:l1\OVJ\6u]\:S ~(Y') ,c -r- UJ '" ~~ C0 ~z () . " · N ' . "' . . , , " "0: " 0 it Z . l- . , , , 9 " . "--,) z13" >- ~il' w r" '. 00 . , ; " > c'" , ' , F" 0 , 0 " 0 ' '0, <"'. ., . " 0 ' 0., 0'" '. " " ".-.' \0: 01 1/', · "" " ., . " 0 W ", n" " ".," " '. F ,_ ~ ~ ,'r"" ' ,3 '. G '''' < ,. .. ., ,., < ~ U.', .'1/ ~~I 'e 0 :!, ' " , " 0 ~ . "hI', "5 we 'li w~. · _ _. Z W "'"\-- .- fA · 0 · · " , . _'. " 0 " , ' .. '. · < 0 0 . " . I".,., . I,)", " ,. - · " "' , "'. 0 '" \" ". "' , . 0 "'" ~ 10;>.. "" ,> .. . ,'. Z " , oS, _, . ,,' . > o · '0, 00 < ", 0 ~ ' "'<< · ". Z ~ << -< u w "", Z . " , ., 0 "0 · N iil 0 ~ '" 01 <O~ <t: · · '. · " · , " 0 c 0" '. o. > 0 '0 " '0 .. " "', w. · ^ " "' , , 0 ,., oi " · 0 o' . . 0 ,,_ " ~, 0" " 0 .~. 0 0 LO - '0 ., . '0" 0 . · · ., · " · ,., w . o "' . 0 0 , TCl~ ""'0 " 0' . ." w , 'w " .. 0 . 0 0 . " ~ .. w . '". . tr ..... On.. C ~ "w ,c , <. . ., , "0 . ' '0 · 0 ". ,.. ' ',.. ., -, - w_ "' 0 ", m 0 , ", '.' -II-" 0 " 0 '., · ". 0 ,m.. .. " - .. , "', " " '" "" W .. w.. _. ~ .n 0 <I 0 ' " " ~ " " ~ Z I- 0 Z I- w co ~ ~.! P, ~ g~ '. ~ < N ~ tlI Q Z ' " .,' " ~ " ~ '1 ! " w w "'. . " J-:;;: r ~E x _ . - ., W a ' " ~ I " 0 ~ '" ~ , .. 2 _ · , Z . 'm , ~ ~ .. F ~ Z I- u , o. , W " "', (fJ A E " ~ 0 ~. -G:j ~u c _ . > ~ 0 E ID "- 0_ . s: "CO C!J tiE, v cr: ' Z . "<0 _ ' Z ,m a , W "' > " o ,'. < , ~ D~ ~ cr: . .; , ~ , I , o '1'", : is I I " 'm m , 2 0" . 0 , O ~c E Z B - "'~:o. b i= b ( . c. N Z i i W ";' 0 .. " . ... " . '" "" om. , . < (fJ 0 . ~ . . .' , . . . ' 0 ". 0 ! ! I W ,. a: z. CL "0 e i' ~m~ --' i m" <t: '1 u ~ ,I- J )1 ~ s g ,,~ ~ CI . " . , .. " , , ." . , " , . ~ g; J- !il1~ e:: (/)1 Wz . . · '0. , 0 '0 . " · , ", , '0 z_ . . . '. - · . . , "m . < " . l '''" '< '0' u ~g; ~ Z ffio ~I.J... U 0 '- :g r:; ;= i'ii 0 l) . . W , ' , . ~ '. , " . ~, , ~ ~ .. , . , ,~ .... ... . · . Z r, .m . . '- ,. . , ..0 , , , .. , . , l.. · i , :"i . , '. ". ~ "] m ~"'" ~ ' .,. , ~ ~ ' , ',- ' · 'cr:' 10....; . . . · · '. 0 !l'1; u r~ ~ ~ ~vi '"""'l = - " , .'. " a "'::l vili 'O'~ s;:'" 1;"; :0.. "l/i 'g ~!'!.. O',,!!l i"~ "- ~ .. ., ',-.'"' ." om ~ ,. " "".:. ,., ,. . ,~ t;l:'~w ,.mzm ~-,. '"~;o C""t " '"''''"'' '" moo . ' " ., -'. ',.. .,- ". 'C..)~ ."" · .. ',...... ,.. ' " , 0 om 0',....,." < '. , 0 .. . ...". . ." o '."> , .. """"., ". <w..~g'" '" -J-~"'<o~~~-, ?C,!I'e . 0 , , '""'.__ FJ-~ '''z ", ~"'~"'J-~ '<~'2mo ~ ~ ~ zotlg~ ~ o~~~~~ ~ ~aga ~ . \ t . I " I ENGINEER'S ESTIMATE OF COST June 13, 2005 City Clerk City of Iowa City, Iowa Re: 2005 Traffic Signalization Project Dear City Clerk: The estimated cost of this project is $370,000. Sincerely, ~~f Ronald R. Knoche, PE City Engineer I ~ ! ~~~~'t -"::'-';'~~aa.' .......~ CITY OF IOWA CITY 410 East Washington Street Iowa City, Iowa 52240-1826 (3] 9) 356.5000 (3] 9) 356.5009 FAX www.icgov.org r<:J .--'J Cfl ':--:; T\ w n ?:::: -'-1 .j :;::: /'" )> ~~_O <.J1 ~,,,J Printer's Fee $ I y:; ,'-1 CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, SS: THE IOWA CITY PRESS-CITIZEN FED. ID # 42-0330670 I, Orlene Maher, 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 / times(s), on the following dates(s): VUvtl' /(p ~()&) / ((9 J..~4A Q Lf'(LelhJ Legal Clerk Subscribed and sworn to before me this Ji.+h day of ~ A.D. 20 00::;- ~~ Notary Public ___ ".IA KROTZ ~~ CommlIlaIon Number 732lI11l . . "'0-..,1' ':J:- ....., WI. OFFICIAL PUBLICATION NOTICE OF PUBUC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR THE 2005 TRAFFIC SIGNAUZA- TION PROJECT IN TliE 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. fonn of contract and esti- mated cost for the con-struct1on of the "2005 Tratfic Signalizatioo Project in said city at 7:00 p.m. on the 21st day of June, 2005, 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, fonn of con- tract 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. Arty Interested persons may appear at said meeting of the City Council for the purpose of making objections to and com- ments concerning said plans, specifica- tions, contract or the cost of making said improvement. This notice is given by order of the City Coun-cll of the City of Iowa City, Iowa and as provided by law. MARIAN K. KARR, CITY CLERK 60041 June 16, 2005 LT:I Prepared by: Ron Knoche, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5138 RESOLUTION NO. 0')-709 RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF CON- TRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE 2005 TRAFFIC SIGNALIZATION 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 CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA THAT: 1. The plans, specifications, form of contract and estimate of cost for the above-named project are hereby approved. 2. The amount of bid security to accompany each bid for the construction of the above- named project shall be in the amount of 10% (ten percent) of bid payable to Treasurer, City of Iowa City, Iowa. 3. The City Clerk is hereby authorized and directed to publish notice 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 10:30 a.m. on the 19'h day of July, 2005, 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 19'" day of July, 2005, 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, 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 21 s t day of June ,20 05 c2-/w, ;5~ MAYOR ATTEST:~l_ER'~ II. cJ!o"AJ pweng\res\2005 Traff Signal app&s.doc 7~ City Attorney' Office (, it <{ex.. - Resolution No. 0'5-209 Page 2 It was moved by Bailev and seconded by adopted, and upon roll call there were: Wilburn the Resolution be AYES: NAYS: " x x x x " ABSENT: " Bailey Champion Elliott Lehman O'Donnell Vanderhoef Wilburn ADVERTISEMENT FOR BIDS 2005 TRAFFIC SIGNALIZATION PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 10:30 A.M. on the 19th day of July, 2005, 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. 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 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 19th day of July, 2005, or at such later time and place as may be scheduled. The Project will involve the following: Removal of 1100 SF of Sidewalk, Removal of 430 SY of Pavement, Install 2200 SY of 6" Granular Subbase, Install 1200 SY of 9" PCC Pavement, Remove and Reinstall 12 Storm Sewer Intakes, Install 1600 SF of 6" Sidewalk and Driveway, Install 168 SF of ADA Detectable Waming, and Install Traffic Signalization at Two Intersections. All work is to be done in strict compliance with the plans and specifications prepared by the City of Iowa City Engineers Office, of Iowa City, Iowa, which have heretofore been approved by the City Council, and are on file for public examination .in the Office of the City Clerk. Each proposal shall be completed on a fonm 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, lOW A, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and mainte- nance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days following award of the contract, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnish AF-1 --_.,------,-,----".,_._-~--_._----,.- a bond in an amount equal to one hundred percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of 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: 40 Specified Start Date: August 1, 2005 Liquidated Damages: $100.00 per day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at the Office of City Engineer in Iowa City, Iowa, by bona fide bidders. A $30.00 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 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 subcon- tract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully re- quired under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK AF-2 Kci 1i-\~ Prepared by: Ron Knoche, City Engineer, 410 E. Washington St., Iowa City, IA 52240 (319)356-5138 RESOLUTION NO. 05-251 RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE MAYOR TO SIGN AND THE CITY CLERK TO ATTEST A CONTRACT FOR CONSTRUCTION OF THE 2005 TRAFFIC SIGNALIZATION PROJECT. WHEREAS, Advanced Electrical Services, Inc, of Iowa City has submitted the lowest responsible bid of $401 ,958.00 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 Advanced Electrical Services, 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. Passed and approved this 1 'lth day of Tll1y ,20 n~ ~ ~_/4-! AYOR Approved by ~~~ City Att ney's ffice #~- ATTEST: ~A'~.-.J~ CITY ERK 7 II ""// cg- It was moved by Champion and seconded by adopted, and upon roll call there were: O'Donnell the Resolution be ABSENT: Bailey Champion Elliott Lehman O'Donnell Vanderhoef 1{ Wilbum AYES: x x x x x x NAYS: pweng/res;awrdcon-05signalization.doc Printer's Fee $ S'q Lj ;}... CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, SS: THE IOWA CITY PRESS-CITIZEN FED. ID # 42-0330670 I, Orlene Maher, 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 I times(s), on the following dates(s): ;I~(} &-nO") ~ YPN Hi^~~ Legal Clerk Subscribed and sworn to before me this S-M" day of ~ cr A.D. 20 0<; ~ /(~<.~ Notary Public UNDA KRO.,c: ~ Co........... Number 732619 . . Myc."....iIIIion Expires ......, %7. 2008 OFFICIAL PUBLICATION ADVERTISEMENT FOR BIDS 2005 TRAFFIC SIGNALIZATION PRO- ,!ECL- Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 10:30 A.M. on the 19th day of July, 2005, orata later data 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 bylaw. Sealed propos-als will be opened imm~di-ale-Iy there-after by the City Engio'lieLpf designee. Bids sub-mit- ted by fax.machine shall not be deemed a "sealed bid"-for purposes of this Project. pro-posmnrnrbe acted upon by the City Council at a meeting to be held in the Emma d; tlarvat Hall at 7:00 P.M. on the 19th daY.9LJuly, 2005, or at such later time and p(ace as may be schedlJled. The Project will Involve the following: 'Removal of 1100 SF of Sidewalk, Removal of 430 SY of Pavement, Install 2200 SY of 6" Granular Subbase, Install 1200 SY of 9~ PCC Pavement, Remove and Reinstall 12 Storm Sewer Intakes, Install 1600 SF of 6" Sidewalk and Driveway, Install 168 SF of ADA Detectable Warning, and Install TraffIC Signalization at Two Intersections. All work is to be done in strict compli- Ance with the plans and specifica-lions prepared by the City of Iowa City Engineers Office, of Iowa City, Iowa, which have hereto-fore been approved by the City Council, and are' on file for public exam i-nation in the Office of the City Clerk. Each proposal shall be completed on a form fumlshed 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 shalf be made pay- able to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be for- feited to the City of Iowa City in the event the success-ful bidder fails to enter into a contract within ten (10) calendar days of the City Council's aw~rd of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and mainte-nance of said Project, if required, pursuant to the provi- sions of this notice and the other contract docu-ments. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) _calen- dar days following award of the contract, or until rejec-tion is made. Other bid bonds will be retulTled 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 hun-dred percent (100%) of the contract price, said bond to be issued by a respon- sible surety ap-proved 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 orany kind caused directly or indirectly by the operation of the con~ tract, and shall also guarantee the mainte-nanee of the improvement for a period of fIVe (5) year(s) from and after its com-pletion and formal accep-tance by the City Council. The following limitations shall apply to this Project: Working Days: 40 Specified Start Date: August 1, 2005 Uquidated Damages: $100.00 per day The plans, specifications and proposed con-tract documents may be examined at the office of the City Clerk. Copies of said plans and specjfi-cations and form of pro- posal blanks may be secured at the Office of City Engineer in Iowa City, Iowa, by booa fide bidders. A $30.00 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 City of Iowa City. Prospective bidders are advised that the City of Iowa City desires to employ minor- ity contrac-tors and subcontractors on City projects. A listing of minority contrac- tors can be ob-talned from the Iowa Department of Economic Development at (515) 242-4721 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcon-tract. This list shall include the type of work and 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 quanti-ties, unit plices and extended dollar amounts. By virtue of statutory authority, pref- erence must. be given to products and provi-sions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully re- quired under Iowa Statutes. The Iowa recipro-cal resident bidder preference law applies to this Project. The City reserves the right to reject any or all Proposals, and also reserves the light to waive techni-calities and irregu- larities. Published upon order.of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK 60072 July 1, 2005 I ~ I -....= -.... i..--....... ~~~~'"!. ~~~..IIII." ......~ CITY OF IOWA CITY ENGINEER'S REPORT 410 East Washington Street Iowa City, Iowa 52240-1826 (319J 356-5000 (319J 356-5009 FAX www.icgov.org October 14, 2005 City Clerk City of Iowa City, Iowa Re: 2005 Traffic Signalization Project Dear City Clerk: I hereby certify that the construction of the 2005 Traffic Signalization Project has been completed by Advanced Electrical Services, Inc. of Iowa City, Iowa in substantial accordance with the plans and specifications prepared by the Iowa City Engineering Division. The final contract price is $412,091.12. I recommend that the above-referenced improvements be accepted by the City of Iowa City. Sincerely, -z:.....J r. /':.. . .I Ronald R. Knoche, P.E. City Engineer ....., 0 = = ~o c.n 0 C") o:.:! ...... 11 ;::<!G &" f- _ r m m :bo 0::0 :J:: 0 ~^ ..g )> &" &" PERFORMANCE AND PAYMENT BOND Advanced Electrical Services, Inc. 1233 Gilbert Court, Iowa City, lA, 52240, as (insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and United Fi re & Casualty Co, . (insert the legal title of the Surety) Cedar Rapids, IA , 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 Four Hundred One Thousand Nine Hundred Fiftv-Eiaht Dollars ($401.958.00) for the payment for which Contractor and Surety hereby bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, Contractor has, as of , entered into a Jul y n. ?005 (date) written Agreement with Owner for the 2005 Traffic Signalization Project; and WHEREAS, the Agreement requires execution of this Performance and Payment Bond, to be completed by Contractor, in accordance with plans and specifications prepared by the Engineers Office of 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 B. Owner. Whenever Contractor shall be, and is declared by Owner to be, in default u~r the o => Agreement, the Owner having performed Owner's obligations thereunder~ur~ may :3>=:1 C"") promptly remedy the default, or shall promptly: O::;J --l .,., 1. Complete the Project in accordance with the terms and c~ns~f th.:"" m :z., m Agreement, or ~5i? ~ .::; 2. Obtain a bid or bids for submission to Owner for completina>the P!Piect in accordance with the terms and conditions of the Agreement; and upon determina- tion by Owner and Surety of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available, as work progresses (even ~ though there may be a default or a succession of defaults under the Agreement or subsequent contracts of completion arranged under this paragraph), sufficient funds to pay the cost of completion, less the balance of the Contract Price, but not PB-1 exceeding the amount set forth in the first paragraph hereof. The term "balance of the Contract Price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Agreement, together with any addenda and/or amendments thereto, less the amount properly paid by Owner to Contractor. C. The Contractor and Contractor's Surety shall be obligated to keep the improvements covered by this bond in good repair for a period of five (5) years from the date of formal acceptance of the improvements by the Owner. D. No right of action shall accrue to or for the use of any person, corporation or third party other than the Owner named herein or the heirs, executors, administrators or successors of Owner. IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, in accordance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, firms or corporations having contracts directly with the Principal, including any of Principal's subcontrac- tors, all claims due them for labor performed or materials furnished in the performance rlU the - = Agreement for whose benefit this bond is given. The provisions of Chapter 573, C~e) lo~ are )>- n a part of this bond to the same extent as if it were expressly set out herein. -:::J ..... -n 0--' - -0 s:- r .;:<~ :Do m -:-n :x 0 ~;A 'P. )> s:- s:- SIGNED AND SEALED THIS 22 DAY OF Jblly 20~. IN THE PRESENCE OF: . United Fire &Casualt (Suret ) ~ (Title) G~ ~~\u~ . \ Witness Da vi d act PO Rnx 7~qOq llR ?no Avp SF (Street) Cedar Rapids, IA 52407 (City, State, Zip) 319-399-5700 (Phone) PB-2 UNITE!) FIR!: " C~U~ t'/' COMf!ANY tjOMEOFFICE; -CEDAR RAPIDS,JOWA CERTIFIED COPY OF POWER OF ATTORNEY (Original on file at Home Office of Company - See Certification) KNOW ALL MEN BY THESE PRESENTS, That the UNITED FIRE & CASUALTY COMPANY, a corporation duly organized and existing under the laws of the State of Iowa, and having its principal office in Cedar Rapids, State of Iowa, does make, constitute and appoint DAVID G. WINEGARDEN, OR CRAIG WELT, Oil TERRY L. IICDONALO, OR JEAN A. WILSON, OR DENISE K. BLOUGH, OR L.J. WEGMAN, OR CARLTON JOHNSON, OR BETH AIIBRISCO, ALL INDIVIDUALLY of IOWA CITY IA its !(ue and lawful .A,ttprney(s).in-Fa91with po",erand authi'rity hereby eonferred II' sign, seal and e~ecuIll.i~ its behalfalll~wfUI bonds, undllrta~I~gs and other obl~atoryinstruments of~imHar nal~rllasfoll~WS: A1lY~lld ~l:~onds and to bind UNITED FIRE & CASUAL TY COMPANY thereby as fully and tothe same el<lent as if suchinslruments Were signed by the duly authorized officers of UNITED FIRE & CASUALTY COMPANY and all the acts of said Attorney, pursuant to the authorily hereby given are hereby ratified and confirmed, The Aulhorily here.bY granled Is continuoUs and shall remain in fulilorclland effEl91unYirevokedbyUNITED FIRE & CASUALTY COMPANY, This power C1f Attorney is made and el<ecutedpursuf'ntto and by a~orityof!hEl fplloVl'i~!1By-L~w duly edoptecj by Board of Oir~Ors oflhe CO!J'lpany on April 16, 1973. "Article V - Surety Bonds and Undertakings" Section 2, Appointment of Attorney-in-Fact, "The President or any Vice President, or any other officer of the Company may, fro!J'l timetp time, appoi~t by written certificates attorneys-In-fact to act in behaif of the C()!J'lpany Inlhe execution .of polioies of inSUrance, bond~, undlilrta!<ings and other obligatory instruments of like nature, The signatQre()1 anyoffioer authorized hereby, and the Corppratll sllat;!J'la)' be affixed by facsimile tl:> any power of attorney or special power 01 at!orneyor certification of eithllr authori;r:edhereby; SUch signature and seal, when so used, being adopled by the Comp~~yas the original sl\l~alUrll of such I:>fficer and the original seal of the Company, to be valid and binding upon the Company with thll same/orClil and effect as thOUgh manuallya\fixlld, .such attorneys-in fact, subject to the limitations set forth in their re~p~ctivll certifioates of authorily shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thereto. ThePresident or any Vice President, the Board of Directors or any other officer of th~ompany may at any time revokllallpOWerand authority previously given to any attorney-in-fact. . ........Q ... . ~ IN WITNi;:SSWIlEREOF, the UNITED FIRE & CASUALTY COMPANY has caused th~ents::mbe signed by 4'; ...~its vi"'lPresidenl~nd its corporate seal to be hereto affixed this 7th day Of~ulY, ...~~~ .~ fl. "~ ~\ UNITED FIRE & CASUAL'TYCOM~ ;- ml ~!) ./17 m:J>> ._il! By 'fa--f q ~ i~re;nt 0 stale of Iowa, Counlyof l.inn,sS: )> :t:" :t:" On7tl1~Y of,JU1y,20Q,5,.b$'fore me persona11y came Randy A. RamIo to me~pown, who being by mE! duly sworn, did depose and say; that he resides in Cedar Rapids. Statjil "flowa; thaI he. is aVice President of the UNITED FIRE & CASUALTY COMPANY, the corporation described in and which executed the above instrument; that he ~pows the seal of said corporation; that the seal affixed t() the said instrument i~ such corporate seal; that it was so affixed pursuant ~~~~~~~~~~v:~~~:~eb~~~~da6:~~~~~~~ "dt~~~~6;o;ra;;i~~.and thalhe Signi9.~A~~lhe(j!t~ pv:suantto tikll,"th~rily, and ~ ~"i~~ j~_t~ I, the undersigned officer 01 the UNITED FIRE & CASUALTY COMPANY, do hllreby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Section of the by-iaws of said Company as set fOrth in said Power of Attorney, with Ihe ORiGINALS ON FILE IN THE HOME OFFICE OF SAID COMPANY, and that the same are rorrect transcripts thereof, and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect. 6;\ :~i~es~m/o~he~:~f ~tavett~e'j!J; sUbscribe~~~l[]J.l; and affixed the corporate seal of the said Company .ui: /1 ~._,,-~~ fJ~ #' ~ Secretary BONDOO19 0802 01 1'-' "., ~ ~ Prepared by: Ron Knoche, City Engineer, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5138 RESOLUTION NO. n<;-~'n RESOLUTION ACCEPTING THE WORK FOR THE 2005 TRAFFIC SIGNALIZATION PROJECT WHEREAS, the Engineering Division has recommended that the work for construction of the 2005 Traffic Signalization Project, as included in a contract between the City of Iowa City and Advanced Electrical Services, Inc. of Iowa City, dated July 21, 2005, be accepted; and WHEREAS, the Engineer's Report and the performance and payment bond has been filed in the City Clerk's office; and WHEREAS, the final contract price is $412,091.12. 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 , Rth day of Oc.tohp.r ,20 0') ATTEST:}~~~;~ ~ ~AA) ~.-h~ YOR Approved by J/(~fc:x tity Attorney s Office ---'" / e-j1? - - I~ /IJ~r It was moved by Champion and seconded by adopted, and upon roll call there were: O'Donnell the Resolution be AYES: NAYS: ABSENT: x x x x Bailey Champion Elliott Lehman O'Donnell Vanderhoef Wilburn y x x pweng\res\2005 signal accepl.doc 9/99