HomeMy WebLinkAboutSTREET/DUBUQUE ST/FOSTER RD INTERSECTION IMPROVEMENT/2004
--~--------_._------ --
STREET/ DUBUQUE
STREET/ FOSTER RD
INTERSECTION .
IMPROVEMENT/
2004
i /~ 0 ~~ I of 0<
S+r~ / Du.6~...~ S!-<4..C ~.... ,"')cod.. I ",-t~~;Oh.
( ""' frw~m."'.J-
oh-tlw- D1: l(=k+ill'L 04-JDD CLLL-tbri.i'''-(j ~-(. QC8....iSi.j.iQh or r~eriy
i~e......sfs f\~eeSSCi.r-o ~r c.ons+rL<.C..{.;'!:I'\.- 0+ bLt. b'1<<-~ S+re.A / r::;:,s-feY"
Koa..cl. (,J~(Sec.-l:,~ I~.....ooern:f.nt PrDje.c..f.
oG,-.t)P12 -04 F?~so(u...-+;~ D4- 93 CA..u.fhC,('; z.;rJl} -I-~€. M~".-I-o Si?Jh wd ~e.. O;+.;
Cle.rK --h ~+ ~_ (;;~ D.ep<<...I-m.e~ O+/ra.nSfO,..rltL-I-;~ Fwud:l-1.3
.Q~t'~"'.e.n+ ~r +J.~ J)....b"'8k.~ <;,.J.,.<a-e4/hs.i~... ~ ];.J~;/T>-,.
:r"",p"o~e.Yr\.~ ~qj~c~ <;7 P - U - ~ 7/5 (fo "-5) - - 7() - Sd.
'.:l,'-\..:;:s<>.......-\J.$ q\c..."'-'.> "'^~ ~""<..~\\ '--"'\\()"'::, \:;",_ ~\>..\o"'~"-- S'\<....A \
'f-o So -\-..r ~o "-ck. --:t.,,-\-..V's~dt\O~ ~M,,'r~"~w\~~ ~n~ ~
/-t-'.:.s.-D5 ~.esoll.L+","" 05-44- S.~*;n3 CLpuh/;C he.",r-:""'I 0,\ fl<t",,~ o:"f,...c:.J:;q~:ilrJS
t-~rM 0+ ctn+r<tC+ ~ <<'....\.:I>'\;i.iv crf cost .j:or .f-ho. c.o"o1rxcJ-:~ Df- IL
bu.bUfJv..L- ~-I-r~/ r::;.-I.u' f?/)...,j ~rMJ..'O>-..TmprD\Je""en.+ rf-o,j-ed
c/.:~J:ll~ C.;~;r C/~,.JL)" r6J;.sh 17()+:Ce ().t.-s<c.d h~<lr"'J / dNcl-:"j
4 C;" E"J;n-e.a -Iv f'tclce.. sc..;c1 p\<cns. 0->- --t~ (.Q. -e:.... r/:"; c.. ;I'l(\fed;o-.
Ala+ ice 0+ Pu..bl;c ./-\.w....: n}
/5-r:et3-o6 1(eso/L.<.J:~ 05 - ~5 cyprDv;n'J p{c..l')s/. sf-(.c; (.:C.ct.f,'IDV\s J ~
esf:mQ,,!L. of ere+- f'vr +~ COnst"'tAc-}~cn-.- o+- the. [)<<:~ 5+~.ef J
-f:,s+... Y' Road ;L....h..- s-ec+;rP-\. -;I" r>7f'Y''OI7................--t- fr.aj e<.-t- [S7P-(/- 37/.5 (tod. 5)-.-
70- 5:1.] ~ d:,.-e.('\-:Vl'3 (:;-f,Y f!!..."J< fo p",-b);sh. a.dtHi"j;'&tQj<#"/1- hI'"
b; d,s Qr.d 4:.: K~V\'J J.: Yrt-l CiM[ plcn'l- 1&1" r-t.<e~-:>I- o.t: /:; :cis.
-
S .h....tc: J- / 0 <.{ b '-<8A~ s.+...e. ,d-j Fa s -k V" Rtx<..,L P~-e. ~ of' 00>/
:I:,-h,.<;,-<.c...};Oh. .LmprotJe..-n-<.r\+
Proo c.. o!:. PiAl, /;cC<.f;<:rY1. - J)<-t.bGLBlJJ> S+-..-~e.+ / {;,s,J.'<.V"" ROti.c:L -R,6}~~
u ~,.:,"8
f\\ of-j C-L ~'iJ 13 ~dd~ V'~
~D+ic..-Lf-.o B:,;dd~V'.s .. -fV"'~ v-C ~b(;c:.",-4;DV'.-
....:::.\-,:;,,,"'" '}..:J~\<<.s- ::::S)'\':'~"-'r~"'-- ~\OO~ <>~~\,)b~;<:..'-\.-\..,~
05 -03- 05 1<;e..sd'-L-4-;DYl 05- 175 f4Vq-rd"'"'8 co c+ a.rd a.u..+J..or; z:.; "'8 -fh.<2 Mo.'fr-lo
S; 1JfI o..rd -H...e. C;-fy c./€rK-. -fa odJ-~f Q c.orJ~ ~f CDns.J-r-<-d;oH..
o-F- ~ -f),^.bL<...~-<2- S.)..,..-e.-e.i-/ Fbs-/.e.Y" Y('Do.d --:;:;'-IeV'.se.c.i-i0 '"'- Tnproverntvd
-fJ(t)j-e.c.+ STf- Ll-37/.5L6C1S)- 76-SCl P\"'eJ~c-+'
05-US-DS f\:'{,~"'M"'-'(1C '" tSord j G:m+rev:.. 1- j ~ rM.nt. ~ ~(" fYl. rr+ -:I.n.9...<Y'(u) ce.,
C'o - [kc - {)(p Enp~ K!e.I'Dr--f
1;),- Ope.- 00 ~!lSOk-\-IO"'- ob-.37tJ C(CCrt:f\.~ fltfL u)od~ ~..- -t-~ Dv-b~LA-L S+1'l<e.t I
FO"5+\?.Y" f?vad I vthrS~"Dr-- 1{'f'o\J<l..rr...eY\.+ ?"oj.Q.c.+.
----- -
PRciS' ~
.'
.' 20
Prepared by Ron Gaines, Civil Engineer, 410 E. Washington St., Iowa City, IA 52240 31 S-356-5145
RESOLUTION NO. 04-100
RESOLUTION AUTHORIZING THE ACQUISITION OF PROPERTY
INTERESTS NECESSARY FOR CONSTRUCTION OF DUBUQUE
STREET/FOSTER ROAD INTERSECTION IMPROVEMENT PROJECT.
WHEREAS, the City of Iowa City desires to construct the Dubuque Street/Foster Road
Intersection Improvement Project ("Project") which grading, paving, storm sewer, water
main, sanitary sewer, traffic signalization and all related construction work; and
WHEREAS, the City Council has determined that construction of the Project is a valid
public purpose under State and Federal law, and has further determined that acquisition of
certain property rights is necessary to construct, operate and maintain the proposed
project; and
WHEREAS, City staff has determined the location of the proposed Project; and
WHEREAS, City staff should be authorized to acquire necessary property rights at the
best overall price to the City,
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA
CITY, IOWA, THAT:
1. The City Council finds that it is in the public interest to acquire property rights by
warranty deed, quit,claim deed, and/or easement for the construction of the
Dubuque Street/Foster Road Intersection Improvement Project ("Project") which
Project constitutes a public improvement under Iowa law, The City Council further
finds that acquisition of said property rights is necessary to carry out the functions
of the Project, and that such Project constitutes a valid public purpose under state
and federal law.
2, The City Manager or designee is hereby authorized and directed to negotiate the
purchase of property rights by warranty deed, quit'claim deed and/or easement for
the construction, operation and maintenance of the Project. The City Manager or
designee is authorized to sign purchase agreements for the purchase of property
and/or easements, and offers to purchase property and/or easements.
3, The City Manager or designee, in consultation with the City Attorney's Office, is
authorized and directed to establish, on behalf of City, an amount the City believes
to be just compensation for the property to be acquired, and to make an offer to
purchase the property for the established fair market value.
4, In the event negotiation is successful, the Mayor and City Clerk are hereby
authorized to execute and attest easement agreements and agreements in lieu of
-------- ------- ---- ---- ----
"
. Resolution No, 04-100
Page 2
condemnation. The City Attorney is hereby directed to take all necessary action to
complete said transactions, as required by law.
5_ In the event the necessary property rights for the Project cannot be acquired by
negotiation, the City Attorney is hereby authorized and directed to initiate
condemnation proceedings for acquisition of any and all property rights necessary
to fulfill the functions of the Project, as provided by law,
Passed and approved this 6th day of April ,20~.
d:.-J w, ~L -
AYOR
Approved by
ATTEST: ~.....,:",.Ai'./ k. =;?AA.J ~.~~ 31~/Uf-
~i y Attorney's Office
CITYERK
It was moved by Vanderhoef and seconded by 0' Donne 11 the Resolution be
adopted, and upon roll call there were:
AYES: NAYS: ABSENT:
X -- Bailey
X Champion
X Elliott
. Lehman
X
X O'Donnell
y Vanderhoef
x Wilburn
pweng\res \dubfoster2.doc
\ B.D0 ~
Prepared by: Ron Gaines, Civil Engineer, 410 E. Washington St., Iowa City, IA 52240; (319) 356-5145
RESOLUTION NO. 04-93
RESOLUTION AUTHORIZING THE MAYOR TO SIGN AND THE CITY CLERK
TO ATTEST AN IOWA DEPARTMENT OF TRANSPORTATION FUNDING
AGREEMENT FOR THE DUBUQUE STREET/FOSTER ROAD INTERSECTION
IMPROVEMENT PROJECT STP-U-3715(625)-70-52.
WHEREAS, the City of Iowa City, Iowa has negotiated an agreement with the Iowa Department of
!ransportation, said agreement being attached to this Resolution and by this reference made a
part hereof and
WHEREAS, the City Council deems it in the public interest to enter into said agreement with the
Iowa Department of Transportation for STP project STP-U-3715(625)-70,52 for the construction
of Dubuque Street/Foster Road Intersection Improvement Project.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA
CITY, IOWA, THAT:
1. It is in the public interest to enter into the above'mentioned agreement, and the agreement
is hereby approved as to form and content.
2. The Mayor is authorized to sign and the City Clerk to attest the agreement in duplicate
between the City of Iowa City and the Iowa Department of Transportation.
3, The City Clerk shall fumish copies of said agreement to any citizen requesting same.
Passed and approved this 6th '"yol ~il ,20~.
~~ -
. ..,/ 10. -
AY
Appr ved b . ~~ ,J1~/t!J<f-
ATTEST: ~~""') If. ~~
CI K ttorney's Office
It was moved by Champion and seconded by O' Donne 11 the Resolution be
adopted, and upon roll call there were:
AYES: NAYS: ABSENT:
X Bailey
X Champion
X Elliott
X Lehman
X O'Donnell
X Vanderhoef
X Wilburn
pwenglresldubfoster.doc
-----------------
September 2002
lOW A DEPARTMENT OF TRANSPORTATION
AGREEMENTFORFEDE~AID
~ SURFACE TRANSPORTATION PROGRAM (STP) PROJECT
RECIPIENT: City of Iowa City
PROJECT NO.: STP-U-3715(625)-70-52
lOW A DOT
AGREEMENT NO.: 6-04-STPU-14
This is an agreement between the City of Iowa City (hereinafter referred to as the
RECIPIENT) and the Iowa Department of Transportation (hereinafter referred to as the
DEPARTMENT). Iowa Code Sections 306A and 307.44 provide for the RECIPIENT and the
DEPARTMENT to enter into agreements with each other for the purpose of financing
transportation improvement projects on streets and highways in Iowa with Federal funds. The
RECIPIENT proposes a Surface Transportation Program (STP) project for funding under
Sec. 133 (b) ofTitle 23, United States Code.
;
The Transportation Equity Act for the 21st Century (TEA-21), enacted in 1998, reestablished
the Surface Transportation Program (STP). Federal regulations provide that the STP funds
are to be administered by the DEPARTMENT_
The OMB (Office of Management and Budget) Circular A-133 requires the RECIPIENT to
report the CFDA (Catalog of Federal Domestic Assistance) number and title on all Federal-
Aid Projects. The RECIPIENT will use CFDA #20.205 and title, "Highway Planning and
Construction" for this project. lIDS information should be reported in "The Schedule of
Expenditures of Federal Awards".
Pursuant to the terms of this agreement, applicable statutes, administrative rules, and
Programming by the Department and the Johnson County Council of Governments, the
DEPARTMENT agrees to provide STP funding to the RECIPIENT for the authorized and
approved costs for eligible items associated with said improvements.
In consideration of the foregoing and the mutual promises contained in this agreement, the
parties agree as follows:
I. The RECIPIENT shall be the lead local governmental agency for carrying out the
provisions of this agreement.
2. All notices required under this agreement shall. be made in writing to the
DEPARTMENT and the RECIPIENT's contact person. The DEPARTMENf's
contact person shall be the District 6 Local Systems Engineer. The RECIPIENT's
contact person shall be the City Engr., Public Works Dir., or Consul. Engr.
STP Project Agreement
Page 2
3. The RECIPIENT shall be responsible for the development and completion of the
following described STP project:
PCC Grade and Replace, Dubuque St. from Taft Speedway to 700' south ofI-80.
4. The RECIPIENT shall receive reimbursement of Federal STP funds for authorized
and approved project costs of eligible items. The portion of the eligible project costs
paid by Federal STP funds shall be limited to a maximum of either 80 percent of
eligible costs or the amount stipulated m the
Johnson County Council of Governments current Transportation Improvement
Program (TIP) and approved in the current Statewide Transportation Improvement
Program (STIP), whichever is less.
5. This agreement will become null and void if the project described in Section 3. drops
out of the Johnson County Council of Governments current TIP or the approved
current STIP prior to obligation of Federal funds.
6. If any part of this agreement is found to be void and unenforceable, the remaining
provisions of this agreement shall remain in effect. I
I
,
I
7. It is the intent of both parties that no third party beneficiaries be created by this I
I
agreement. I
8. This agreement shall be executed and delivered in two or more copies, each of which
so executed and delivered shall be deemed to be an original and shall constitute but
one and the same instrument.
9. This agreement, as set forth in items 1 through 9 and EXHIBIT 1 paragraphs 1
through 30 herein, constitutes the entire agreement between the DEPARTMENT and
the RECIPIENT concerning this project. Representations made before the signing of
this agreement are not binding, and neither party has relied upon conflicting
representations in entering into this agreement. Any change or alteration to the terms
of this agreement must be made in the form of an addendum to this agreement. Said
addendum shall become effective only upon written approval of the DEPARTMENT
and the RECIPIENT.
- -~--
, .,
STP Project Agreement
Page 3
IN WITNESS WHEREOF, each of the parties hereto has executed this Agreement Number
6-04,STPU-I4 as of the date shown opposite its signature below.
App.roved By
RECIPIENT: City ofIowa City ~~~~ "fJI'24i/&
cf2. Ci~ Block (C'<y Pro).'" Only) -.-. - --,
By _/~. *' - Date Apri 1 6 , 2004
Title Mayor
I, Marian K. Karr , certify that I am the City Clerk of Iowa City, and
that Ernest W. Lehman . who signed said Agreement for and on behalf of
the City of Iowa City was duly authorized to execute the same by virtue of a formal
Resolution duly passed and adopted by the City on the 6th day of
April , 2004.
Signed ~A~ f( - ~AA)Date April 6 2004
,
City Clerk ofIowa City, Iowa
County Signature Block (County Projects Only)
This agreement was approved by official action of the
County Board of Supervisors in official session on the day of
'-'
County Auditor Chair, Board of Supervisors
IOWA DEPARTMENT OF TRANSPORTATION
Highway Division
Byf ~C)r~ Date A-pv: I 13 LOCJ J
,-
Roger R. Walton, P.E.
Local Systems Engineer
District 6
January 2003
EXHIBIT 1
Standard Provisions for Federal-Aid
Project Agreement
1. Since this project is to be financed with local and Federal funds, the RECIPIENT
shall take the necessary actions to comply with applicable State and Federal laws and
regulations.
In all programs and activities of Federal,aid recipients, subrecipients, and
contractors, no person in the United States shall be excluded from
participation in, be denied the benefits of, or be otherwise subjected to
discrimination on the grounds of race, color, national origin, sex, age or
handicap/disability. The DEPARTMENT will determine a Disadvantage
Business Enterprise (DBE) Commitment on all Federal-aid projects.
2. The RECIPIENT must receive notice of FHW A authorization from the
DEPARTMENT before beginning any work for which federal-aid
Reimbursement will be requested. The cost of work, occurring prior to securing
FHWA authorization, will not be reimbursed with federal-aid funds. The
RECIPIENT must contact the District Local Systems Engineer to obtain the
procedures necessary to secure FHW A authorization.
3. The RECIPIENT shall take the appropriate actions and prepare the necessary
docwnents to. fulfill the FHW A requirements for project environmental studies
including historicaVcultural reviews and location/design approval. If farmland is to
be acquired, whether for use as project right-of-way or permanent easement, the
RECIPIENT shall submit the U.S. Department of Agriculture Farmland Conversion
Impact Rating form, when required, to the U.S. Natural Resources Conservation
Service (NRCS).
4. The RECIPIENT shall obtain agreements, as needed, from railroad and utility
companies and shall obtain project permits and approvals, when necessary, from the
Iowa Department of Cultural Affairs (State Historical Society of Iowa; State Historic
Preservation Officer), Iowa Department of Natural Resources, U.S. Coast Guard,
U.S. Army Corps of Engineers and the DEPARTMENT, etc.
5. The project plans, specifications and project cost estimate (PS&E) shall be prepared
and certified by a professional engineer licensed to practice in the State of Iowa. The
RECIPIENT shall submit the plans, specifications and other contract documents to
the DEPARTMENT for review and authorization to let the project.
EXHIBIT 1
Page 2
6. If Federal,aid is requested for in,house engineering services, the RECIPIENT will
follow the procedure outlined by the DEPARTMENT. The RECIPIENT, desiring to
claim indirect costs under Federal awards, must prepare an indirect cost rate proposal
and related documentation in accordance with the requirements of Office of
Management and Budget (OMB) Circular A-87 - Cost Principles for State, Local,
and Indian Tribal Governments. Reimbursement eligibility requires an indirect cost
rate proposal to be certified by the governmental unit designated cognizant agency or
the Federal agency providing the largest amount of Federal funds to the governmental
unit.
7. If Federal,aid is requested for preliminary and/or construction engineering costs, the
RECIPIENT will select a consultant(s) in accordance with the DEPARTMENT's
consultant selection process.
8. The RECIPIENT and the Consultant shall prepare a consultant contract for
engineering services in accordance with Title 23, Code of Federal Regulations, Part
172 _ Administration of Negotiated Contracts (23 CFR 172). This is required only if
the RECIPIENT uses federal funds for engineering services.
9. After the contents of the consultant contract have been mutually approved, the
RECIPIENT shall execute thc contract and forward the same to the DEPARTMENT
for authorization only if federal funds are used for engineering services.
10. If preliminary engineering is federally funded, if the "do nothing" alternate is not
selected, and ifright-of,way acquisition for or actual construction ,of the road is not
started by the close of the tenth fiscal year following the fiscal year in which the
Federal-Aid Project agreement is executed, the RECIPIENT will repay to the
DEPARTMENT an amount equal to the amount of Federal funds made available for
such engineering.
II. The RECIPIENT shall acquire the project right-of-way, whether by lease, easement
or fee title and shall provide relocation assistance benefits and payments in
accordance with the procedures set forth in the DEPARTMENT's Right of Way
Manual. The RECIPIENT shall contact the DEPARTMENT for assistance, as
necessary, to ensure compliance with the required procedures, even if no federal
funds in Right of Way purchase are involved. The RECIPIENT will need to get
environmental concurrence before acquiring any needed right,of-way. With prior
approval, hardship and protective buying is possible. If the RECIPIENT requests
Federal,aid participation for right-of-way acquisition, the RECIPIENT will need to
get environmental concurrence and Federal Highway Administration's (FHWA)
authorization before purchasing any needed right-of,way.
12. The RECIPIENT shall comply with the Policy for Accommodating Utilities on City
and County Federal-aid Highways Right of Way and the Policy for Accommodating
Utilities on Primary Road System when on State's right of way. Certain utility
relocation, alteration, adjustment, or removal costs to the RECIPIENT for the project
may be eligible for Federal,aid reimbursement in accordance with the FHW A rules
applicable to the type of utility involved and Iowa Code Chapter 306A.
.,
EXHIBIT I
Page 3
13. Traffic control devices, signing, or pavement markings installed within the limits of
this project shall conform to the "Manual on Uniform Traffic Control Devices for
Streets and Highways" per 761 Iowa Administrative Code (lAC) Chapter 130. The
safety of the general public shall be assured through the use of proper protective
measures and devices such as fences, barricades, signs, flood lighting, and warning
lights as necessary.
14. The RECIPIENT shall forward a Federal,aid Project Development Certification and
final PS&E to the DEPARTMENT. As a condition for the Department to let project,
. the RECIPIENT agrees that the RECIPIENT has the financial resources to proceed
with the project if bids submitted are 110% of the project cost estimate or less. If the
RECIPIENT is a city, the RECIPIENT shall comply with the public hearing
requirements of the Iowa Code section 384.102.
15. If the project is to be accomplished via a contract awarded by competitive bidding,
the project will be let by the DEPARTMENT in accordance with its Ilormalletting
procedures. After bids are received and reviewed, the DEPARTMENT will furnish
the RECIPIENT with a tabulation of responsive bids received.
16. When let by the DEPARTMENT, the DEPARTMENT will prepare an Iowa DOT
Staff Action for concurrence to award the contra~t. The DEPARTMENT will mail
three (3) originals of the unexecuted contract(s) to the RECIPIENT.
17. The RECIPIENT shall take action to award the contract or reject all bids. Following
award of contract and signature by the lowest responsive bidder, the RECIPIENT
shall forward to the DEPARTMENT two (2) copies of the fully cxecuted contract,
two (2) copies of the performance bond, and two (2) copies of the certificate of
insurance.
18. If Federal-aid is requested for force account construction, the RECIPIENT will
follow the procedure outlined by the DEPARTMENT.
19. The DEPARTMENT will prepare the Federal,aid Project Agreement and submit it
for Federal Highway Administration (FHW A) approval and obligation of Federal-aid
funds.
20. The RECIPIENT shall comply with the procedures and responsibilities for materials
testing and construction inspection according to Department's Instructional
Memorandums (LM.'s). The DEPARTMENT will bill the RECIPIENT for testing
services according to its normal policy.
21. The project shall be constructed under the DEPARTMENT's Standard Specifications
and applicable special provisions. Prior to their use in the PS&E, specifications
developed by the RECIPIENT for individual construction items shall be approved by
the DEPARTMENT.
----------- -- --- ---
EXHIBIT I
Page 4
22. If the project right-of,way is federally funded and if the actual construction is not
undertaken by the close of the twentieth fiscal year following the fiscal year in which
the Federal-Aid Project agreement is executed, the RECIPIENT will repay the sum or
sums of Federal funds in the right of way to the DEPARTMENT.
23. The RECIPIENT may submit to the DEPARTMENT periodic itemized claims for
reimbursement for eligible project costs. Reimbursement claims shall include
certification that all eligible project costs, for which reimbursement is requested, have
been completed in substantial compliance with the terms ofthis agreement.
24. The DEPARTMENT shall reimburse the RECIPIENT for properly documented and
certified claims for eligible project costs, either by state warrant, or by crediting other
accounts from which payment may have been initially made. If, upon audits of
contracts, the DEPARTMENT determines the RECIPIENT is ovcrpaid, the
RECIPIENT shall reimburse the overpaid amount to the DEPARTMENT.
25. Upon completion of the project described in this agreement, a professional engineer
licensed to practice in the State of Iowa shall certify in writing to the
DEPARTMENT that the project was completed in substantial compliance with the
plans and specifications set out in this agreement. Final reimbursement of Federal
funds shall be made only after the DEPARTMENT accepts the project as complete.
26. The RECIPIENT shall maintain all books, documents, papers, accounting records,
reports and other evidence pertaining to costs incurred for the project. The
RECIPIENT shall also make such materials available at all reasonable times during
the construction period and for three years from the date of final Federal
reimbursement, for inspection by the DEPARTMENT, FHWA, or any authorized
representatives of the Federal Government. Copies of said materials shall be
furnished by the RECIPIENT if requested.
27. The RECIPIENT agrees to indemnify, defend and hold the DEPARTMENT harmless
from any action or liability arising out of the design, construction, maintenance,
placement of traffic control devices, inspection or use of this project. This agreement
to indemnify, defend and hold harmless applies to all aspects of the
DEPARTMENT's application review and approval process, plan and construction
reviews, and funding participation.
28. The RECIPIENT shall maintain, or cause to be maintained, the completed
improvement in a manner acceptable to the DEPARTMENT and the FHW A.
29. Implementation of Clean Air Act and Federal Water Pollution Control Act
(Applicable to Contracts and Subcontracts which exceed $100,000):
a. The RECIPIENT stipulates that any facility to be utilized in
performance under or to benefit from this agreement is not listed on
the Environmental Protection Agency (EPA) List of Violating
Facilities or is under consideration to be listed. This is issued
pursuant to the requirements of the Clean Air Act, as amended, and
the Federal Water Pollution Control Act, as amended.
i.... .,'
. EXHIBIT I
Page 5
b. The RECIPIENT agrees to comply with all of the requirements of
Section 114 of the Clean Air Act and Section 308 of the Federal
Water Pollution Control Act, and all regulations and guidelines issued
thereunder.
30. If the RECIPIENT elects to levy special assessments as a means of raising the local
share of the total project costs, the RECIPIENT shall reimburse the DEPARTMENT
in the amount that payments of Federal,aid and collections of special assessments,
excluding interest and penalties, exceed the total cost of the public improvement as
established by the provisions of Iowa Code Chapter 384.384 (Cities) and Iowa Code
Chapter 311 (Counties). The RECIPIENT agrees that at such time as its collections
(exclusive of interest and penalties which shall be retained by the RECIPIENT) from
special assessments levied for this project exceed the local share of total projects
costs, the RECIPIENT shall refund to the DEPARTMENT all funds collected in
excess of the total project costs (including interest and penalties associated with the
amount of the excess) within sixty (60) days of the receipt of any special assessment
payments, The RECIPIENT shall notifY the DEPARTMENT when any lands
specially assessed no longer qualifY for an agricultural deferment of the special
assessment have been satisfied. The DEPARTMENT shall credit reimbursement
billings to the FHW A in the amount of refunds received from the RECIPIENT.
----------- ______n________
- ,
Z-I
WWW~~~~NNNNNN~~~~~~~~~~wOO~m~~WN~Om
N~OW~~m~~WN~OW~~m~~WN~O . ~
NNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNN~
~~~~~~~~~~~~~~~~~~~~~~~~~oooooaom
~~~~*?~~~N~~N~~~~TTT~~~T~~~~~~~~S:
6666 ~6bNAm oowom~~~~mN~~boo6 NNN6
~~~~ ~~~~~~ N~OWOOOOO~N~~~Nro ~~~OOO
0000 ~ooNN~gmoN~~wwWAN~NON~N~~~~
ooooo~ooR~o oo~~~www~~o~o~rn~wooao
2~~~8828owgm~88~8og~~g~2~8aggg@~8c
AOO~Naoooa~~O~OONmaoo ooaaao~oaa~m
~~~~o~oooomGl~"Gl~I~~OOOOOO~~ooGl~ooo"mmmo
~~~~~m~~X~mm~ooam~~~mm~~O~OOXXX, 0
~~~~zz~~o~~~~~"ooooo~ooO~om~~ooom
OOOO~~cc~ZO~zc -OOOOICZ-O~OO~~~~ C
ZZZZ~ooo~C<Oc~~~~~~~<~rC~~~Q~~~~ ~
.00.00.cn.OOm;uc!c!"I;:~~S;:~><<' oooooo~3!~S;:gJror"""z C
nono~Q~~o~~~~~~~~CCCo~~~~8g~ooo~ D
~~~~~~~~zm><~~~m. ~~~~O~~~~Z~~~~Z C
0000~0000p~00~;uo~~80000c~;uom~~~0000 m
~;U~;Um"OO~^~<~~r Z;U;U;U OZC~O-oo!;s;:rGl C/l
~~~~~mzzoo~~m~~~~0~~~~IoorOO~~I~oo~~ ~
mmmm~mOOoor ~Q><~~;u~~~ Iom5 ~ooooooc ~
-.. - r~~Nr~mz~x~mooo -m ~z~~~m ~
N~~~~ ~~o rZQC~r~noo ~~ ZOowoo~ m
'::"())(1JN)> --,--, )>~ ::ocmm \.lIs:: 0- ~ ~. z m
----;= m,m Z Om;"oo' ~~~ . ~ ~~oo~C~Gl -I
~~~~- ~~ zWm m<<< ~~ wc~)>ZO _
oooo~;u~ ~ f-- z~~~ ;um C;U~oooo~ -n
---- Ou; 0 w . ."."." ,,;u mm~"CO 0 0
~~~~ mo ~ 0 000 I~ Gl~om~~ ~
gp:! .0 'o~ !;!;s;: r ~~ /i;?(::::j -<~!6
rr 0 000000 "0 r m 0 m_
<~ r 0 000000 -< mO m~z '" C/l~Z
mZ J> m ""C m o::a .,,~_
;um 00 00 .0.0.0 m z;"o _-I~O
,,0 00 ~ 000 ~ 00 m O"tl'"
c--C ~ r - Co ' Oz
00 0"" S;:!;!; ~ Z;u :;EC>O
- ;u m 000000 0 ~~ N>WO_
C ~ 000000 0 ~O '" -..j "
C/) ~ wwwZCD::: o' r:..~z"tJ
I 000 "r <1I-IAI
m 0 C C C ~ m OlD 0-:::: m 0
00 ;u;u;u 0 ~ xw.
00 C ~~~ r ~ 6zll:;:OC/l~
,,;u mmm " ""C/l~ >
~ ~ EEE ~ almm
m i5 .~.~.~ ~ z~~h;
- ~coO> 0<1100
Z 0__ ON
' -zz zo
~ ;z:.' C _
X Z ~~
-I "tl
-< AI
~~~~rroo06r006~6roooooooo~~~60~00000~~ ~
oooo~m-<-<-<zoo-<zozoo-<-<-<-<~~~z-<~-<-<-<-<-<;u::::j m
IIII I mC/) ~
o m
N~ .::..~~ ~ ~O~m ~ ~~~~~ C ~
~NN~~~ffiOO(1JOO~N~o~~W~.to.NN~~~O~~ID~mm~>
'o'o.o'oom. oommo' o. . . o. ~NOO(1J~R' . . N. Nmom.to.~_.Z "tl
. 000' 00'::" Oogo . (1J(1J. vl(1JO~~NOOOOO~
00000. 00660bO 0000. bOOOOo~ob666g' o~ ~
08 000 0 ogoo 0 0000 ~ e
m
c: 0
Z -I
. '" -1-
~ '" '"
~~~~0 ~0 ~ 0 ~ ~~ ~ ~~
'::"(1J(1J~~ ~W~~(1J~~'::"~O~~~~wNm~m~ ~~ (1J~
(1J(1J(1JN~~NN~~OW~N~OW'::"WN~NN~NO~~~~~o_
999~~9~~~~9~~~~9~~~~9~~~~99~~~~90
oooooo>oooooogoooogggoooogo~oooggm
000000000000 0000 0000 oc.nooo ,. Ilfl \../\\0'
'CIIV' JI A.. 'J \11';' 1
>"~ iU:=ll~) ILl:)
'" '" '" s: -I
'" '" '" ~ '" '" '" '" '" ~ '" '" '" '" '" 0 m ~noz
~~~ ~'::"N(1JW'::"~W ~ c.nm~ m ~ ~'::"~m~~ _ J~
~~.~",!"."'.~.O>."'."'.N.CO",r:.r:..",r:.!"."'.CJ)",.N",,,,!"r:.."'."'.N.O>.CO.~ C! ~ Hd ~Z l,uf
OO~~~O())IDmIDOO(1JmOONoo.::..c.n~NID(1JW~m~(1J(1J~W~WZm
88g~8~rng~~88~g~8~~~~~~~~~~ffi~88~~~
. . . , . , . , , , . , , , , . . , , , , , , , , , , , , , .. C~, -1-11-1
00000000 000 ooomooooc.no.::..oooo 000 f
000000008000800000000000 0 0 0 0 8 0 0 0 \._J':::::'---l
--
~~~~~~mm~m~m~mmm~m~rn mmmAAAAAtAAAA"'~"'''''''~", ~;;j
N~aw ~ ~ ~N~aw~~ ~ ~ N~omoo~m~ WN~OW ~m~ w
. ;;:
NNNNNNNNNNNNNNNNNNNN NNNNNNNNNNNNNNNNNNNN~
m~m~mmmmmmmmmmmmmmmrn m~mmmmmmmmmm~mrnmmmm~m
W~WNNNNNNNNNNN~~~~~~ g~~tt~~~~~~~~~~~~~~~~
~~~~f~~~~~~~~~~~~~TT
ww t ~~IDm 0 NN~~~
WWID NNN8~goo~~~~rn~ ~ oowwwww~~ ~ NN~O
oo~oo ommm m aO~~~NNN AamOOONNNN~OOOOOO~~~~N~8
aoornmowww 8~oo~m~mm~ ma~agmmmm ~~aaa~~a~ 0
~~8=~Nwwoa o~~a8 NOO oosma oaooa~o8~m ~NOO
m ~~"'~~~~~~~ a~"''''w~",
aam~a~~awawaaaaoo~@~~ a~OAm AoomN Oomow mm
~~~~~~~~~~~OIm~oooww ~~ww~wwwww~~wZZZzww~
~~g~~~~~~~~~~~~~~~BB m~~~m~m~~~mm~~~ ~cc~
~ ~ ~ ~ ~~o~~~~ww~
o -Q~~~o~~o~ooo~~w~~ o~~mommmmmoo~^^^^~~~
aICG>"o m" :::o:c-l
~6~~O~~~oo~oo~~~~~~~ ~~~~<~~~~~<< mmmm w
m~~m~~~~~mmw~~' ~__.
m~--1 (') oo~~w~~~~;~~o^~ r ~-w-----ww~ ~ ZZo
Z ~ ~~~~~ ~
- 0 ~ ~-Z ..' Q~~~~~~~~~bb ~m~~O~O
_zO z~~m<~o~w ~~~Q~~
~~z ~~ro~m~~~~Q~oo300 ~o a~NNNNN;o;omONwwCmZ
m~ ~~o ~r ZZ~~" .. ~~ ~aaaa8~~~ ~ ~~o
zw 0 rmm~~moo<oomOO < mQ 0000 c 0 !";O
mW;oz~oooo WW~ 0 ~om
~w r~~~~ w~ES~OO~~~ ~wco ooooom~p _ ~~
Om 02 -1-1 z-l zz~(')o mm~~~wwwww~ ~ ~ ~~~
~~ 0 15~ 000
ZW ~r~ Z ~ ~~~0~~ Z r~~~~~~~mm m ~ ~
r G)m- r _ <mm --I --I ~m ooooo;o;o~ 0 ~~
ffi zQz^ r 0 ~~~0~m oom~~~~~~~n ~ Z
~ ~~~~~~-- o~,
w ~mQz Gi z .m.mo. o ~~. . . . . ~ ~ 0 ~ s;: 0
rzcnQ :I: OJ ~oom~O).Jlo, Z_~N~~~mmm _
w.o SJl ~ ~ ~ZZ:XlZz 0~~ ~~~~Qrm cn~
m~m_____~mcn ~.
~ ~ ~ m ., m. , ~~r~Z~z~~w~ 0-
~ ~ 0 w ~ _.~mooooo w ~ -l
-t~hi .m ~~~>>>>~~~~ ~ ~
m m }> f\.)
~ ~ z a ~o-t' . . . - ~>o ~
OJ OJ 0 -n ~OI '-tz ~
o 0 ~ ~o~ IO -
~ ~ r . w' Z ~ ~ ~
z z C -t~O Zm 0
m m ~
o 0 Z _:Xl "'0 -
-Zm ~c ;..
~ ~ ~ $! 0 Z~
' cncn;v ,C . r-
o 0 m m ~ ~
~ ~ ::: r 0
~ '"
z z o '"
~ ~ ~ ;z:
, ,
ro ro ;z:
~ ~
w w
m m
0 0
~~~~~~~~~r~~~rwwwrww ~b~~rrrrrrrr~~~~~~r~i
ooo~woo~~wooo~~~~~~~ ~z0~~-n-n-n-n-n-n-noooon0-n0~
ZZ ZZ ZZZ :t: ZZIZZZ I en
0
~ ~ :::w "'f\.)W~~ ~..... a~ ~.Jlo, c
~~~@~W~~&~~~m~mm~~~i ~m~W~~2~~f\.)m~~~~~wmm~>
. " .' .. ooW OOW ~ooOO ~ . ~~. ogoo" g2
ago g86~~aba6oo' . ~. ~ ~ooooa~gab8bo o08g~ ~
o 00 0 oOooobIDtrJoWWID
o 000 000 ~o 0000 00 0 0 ~
c
~ ~ ~ I' Z
(A ~tR'ElH:A-&,}:::::C
l~"'''' ~lll a",,,,
1:-" ~ P m .-'" ~ ~ tR .0) ....J1. ~O) r -~ _...J1..!"3.-'"_w.WtR m "'lJi
~NO~~8~...J1.tROAO (A tR~$mtR (AOO(A~m~-&'}(AtR(A(AooOOOO~N~ oo~
ga8~8 ~"'~gaam~"''''",~~~ r~8rno~~~~~~o88888rnm~-
. P. ~. P~~P. PPPP~~~~. ~ . . , . . , , . . . . . . . . . . . . . 0
oooogooooogoooaaogogooaogooaoogoaoaooooom
"\I\()I I. 0 a 0 a a a a a 0 a a a 0 a 0 a 0 coo 00 a a 0 0 a 0 a 0 a a 0 a
1\ \_ I, II'" "'/."11\ II
\J!t=Tl;~"-" ./. ~'I
'il._, ,.... ,\10 )> ~
'" ;;: ~
, I "'''''''''' ~'" '" r r '" "'''' '" '" r '" 0 m
J ./J ~G"vr I~"'''''''~~'''r g~"''''~'''lll'''r '" "''''~'''~m''''''r'''~''''''~''' "'~r CZ
v, j"_- g :1.-'" c.w~~_oo~""'. -&'}. _CD,m.oo~co~_ ~...... J)).~9).CD~W.W~""".""'91~.~~ .VJ_A9191_0~W.""'~N~A~ C
t ~No"""~~~~coo80~A-'"~OOA~A~.....,O)oawA-,"NNNO)~moo~mAAf\.)Zm
- 8S8gg g~~8 8g~~ ~ffioo~co~g~~~~~m~~~gg8gg~~~~
'r' ",..".,...,.."",.,."".,.,.,.,..,., 0
'I 0 0 accoooo A~AmNN 0 a coo a 0000 0
\.. j d::1 a 8 a g 8 8 a a a a a a a 8 ~ a a a a a a 8 a 8 a g 8 a a a 8 8 a 8 a a a a g a
.
ffi~~~~~~ .....,. --oJ.....,......,.....,,, ~ ~
. O)....,Q)CJ1AW. :s:
"->~"'I\)"'N'" '" I\,) '" I\.) N tv =i
0>0>01010'10'10'1 ~~~~~~ m
00<0(0(0<0(0
7'"tCftp<PCPCP 'PI"I"~I"I" ==
~~:g~~~m (()(X)(D W(.oJ
~~~~~~~ ~~gJgJ:::f::j 0
tOOtnC1l00CO 0
~~~~g8g 8~~~ga C
...........f;lr,.aoc.Qco 0101\)0)t\J@ m
OOOOC-<)>;:", ~~~~~~
5m;:mOmO
mm;:<O::O ~ni~rrirrim
1~S2oo"~>z
z-<O ZGl 0::0:>3:>3<<
"GlO~O' ~~~~~~
::o)>z m,,)>
Ozm-<ooiS
-<0< m. ozzzmm
m mO-<ooo E~OO:a
o"zcmo-t
I~~rn~~zrn Cf) ceoa
-<-00<<
I~::!::omo~r ;:z::!:::!)>F=
. r-- ;;tI;:o m"O mG>r-rr
I; N A.-t en -i):to Z mm<<
OZZI'V-<m~ -I --mm
OGl' ...OO",z ::O::OlJJtc
o OO--<)>Gl 0000
"U~mz"U .Z.Zxx
~ =<0;:0- ..... 0) - -
tv_~m
() "T1); ;:R _ZN-
m )>. . Z, -Z_
r 0 ~ . Z'-oj
00 m '" . m
6 Z ==
::0 .
! 0
>
-
::0
,
~
...
~
)> c:
Cf)nenrrrr ~rrr~~ Z
O;:O'TIcncn"ll"TI (')lJJ"'Tl"(')() =i
m :I: :I: :I: en
D
... ~ "'0> c:
-oj ~~:"'..........<o(1) ~c:~ffi~;-l' J>
C)"l' 1\). . co 01
0 ' <0"'80'"8 a..ooaZ
-oj 808 08 088000 :j
> ::;!
r
c:
z
'" :::j
'" "'~ '" '"
....1. .01.-" -EFt ...... _..J.~ "tI
I\JrOOHA'" ~~r~~a ;:!!
.....0 80...1.01
'rIMOI M!8 'I/MOI ~99, p!'Vp p~~~pp 0
8888888 0018000 m
ao 000
>I1JJl:J )dJ:J ...
-~ >m
..... ==~
II :1] Hd 112 u~r gaoz ~ I,,: '"
~ ..... tRMtn '" om
U. .....~~~......N..... r"'''''''~ c: Z
ACJ1 c:.n......c..Jm - .N......J...>. fn C
(] ~.I._. i l::l ~ ~-co<ooCn~1-.> coooaacn 2m
0 ~~~sSP~ ~~~~ss -Ie
N
0 8888888 888888
Dubuque StreeUFoster Road Intersection Improvement
City of Iowa City, Iowa
LIMESTONE VENEER
STP-U-3715(625) - - 70-52 '"
0 =
=
en
PART 1 GENERAL :?O c-
:=;> -l ~ 11
-<' ::a.::
1.01 SUMMARY 0' N ,--
-----j:.-:. r
_-<::r- ;-n
fit -u
SECTION INCLUDES ,-,
A -...,., - i .
rJ'-'~ ....J
'- -:::- .r::-
s/ '
~-
1, This part of the Specifications includes all labor, materPcirs, -
-
equipment, and supervision required to construct the Limestone
Veneer, 4 in.
2. This section includes the specifications for limestone (native Iowa
limestone) and limestone accessories.
1.02 MEASUREMENT AND PAYMENT
A Basis of Measurement: SF, Measurement based on actual square feet of
Limestone Veneer, 4 in. Split Face installed.
B. Basis of Payment: Payment for Limestone Veneer, 4 in. includes all labor,
materials, equipment, and supervision required to install limestone veneer
& CMU block as shown on the drawings.
C. Unit Price for Limestone Veneer, 4 in. includes stone, CMU block, stone
accessories, anchors, delivery to site; installation, mortar, shimming,
cleaning and repair and all incidentals required for construction of
limestone veneer as shown on the drawings.
1.03 QUALITY ASSURANCE
A Materials and methods of construction shall comply with the American
Society for Testing and Materials (ASTM) and applicable requirements of
local governing authorities.
B. Limestone Standards:
1. Native Iowa limestone - Calcium chloride as CaC04 - minimum
content = 55%.
2. Compressive strength (ASTM C170 - 50):
a. Minimum - 6500 psi.
LIMESTONE VENEER 04460 - 1
I
Dubuque StreetlFoster Road Intersection Improvement
City of Iowa City, Iowa
b. Average - 7500 psi.
3. Absorption (ASTM C97 - 47) -- maximum = 7.0%.
4. Specific Gravity (ASTM C97-47) - minimum = 2.3,
5. Modulus of Rupture (ASTM C99-52) - minimum = 910,
6. No Fossils
7. Anticipated color shall be "BufF
C. Installation: Performed only by experienced stone wall builders with
satisfactory record of performance on complete projects of comparable
size and quality.
D. Provide all limestone from one quarry to ensure consistent color range
and texture.
E. Do not change source or brands of materials during the course of the
work.
1.04 SUBMITTALS
A. Product data for stone and accessories required.
Limestone: Samples required; include the color and texture proposed for the
work. 0 "-0
C;:'
=
~ en
",,::0 <-
Anchor samples and anchorage details -'-'":::J :::>
l-) ---< -- IJ
'-
~,-." '"
.&:- i'-
Mortar: Product data and color ~-< ;~! :11
m v
O~l =.-;: ;--,
1.05 DELIVERY, STORAGE, AND HANDLING 5/-' .%:- \..J
,- ..
~
-
A. Stone: -
1. Deliver, store, and handle limestone materials in accordance with
stone suppliers recommendations.
2. When blocking and packing use non-staining materials.
3. Protect stone from damage and soiling.
LIMESTONE VENEER 04460 - 2
Dubuque Street/Foster Road Intersectlon Improvement
City of Iowa City, Iowa
B. Stone Accessories: Deliver, store, and handle masonry accessories to
prevent weather damage and deterioration.
C. Store cementitious materials off the ground, under cover, and in dry
location
1.06 PROJECT CONDITIONS
A. Do not use metal accessories with loose coatings, including ice, which will
reduce bond.
B. Protect partially-completed limestone work against weather damage and
moisture, when work is not in progress. Cover tops of limestone with
strong, waterproof, non-staining membrane.
C. Cold Weather Construction:
1. Do not use frozen materials or materials mixed or coated with ice or
frost.
2. Do not build on frozen ground or frozen work. Remove and replace
stone work damaged by frost or freezing.
D. Protect adjacent work from damage, soiling, and staining during masonry
work operations.
E. Staining: Prevent grout or mortar or soil from staining the face of masonry
to be left exposed or painted. Remove immediately grout or mortar in
contact with such masonry.
F. Protect base of walls from rain-splashed mud or mortar splatter by means of
coverings spread on ground and over wall surface. b ...."
=
=
.20 en
,- <-
~- ;L-.".
-'
PART 2 PRODUCTS -- -<' Z;.;.:: 2J
() , ""
-Ie .c- ,-
. " r--/
2.01 LIMESTONE fTl -0 : I I
;::::: -:) ::11: c-!
'--..1:::'::'" I
~/', - j I
A. Surface finishes: Split face ):>, -
-
B. Sizes:
. Height - 7-5/8" actual
. Thickness - 4" nominal
. Length 24" to 36"
LIMESTONE VENEER 04460 - 3
---l
Dubuque StreeVFoster Road Intersection Improvement
City of Iowa City, Iowa
C. Grade/quality: Standard.
D. Provide sound limestone uniform in color and texture, free from mineral
stains, other foreign matter, and defects detrimental to appearance and
durability.
E. Color range, texture, and finish of limestone shall be within range of
Engineer's accepted samples,
2.02 SHIMS
A. Furnish and set to maintain level lines.
B. Hard plastic.
2.03 MORTAR MATERIALS
A. Portland Cement: ASTM C16-50, Type I, except Type III may be used for
cold weather construction. Provide natural color or white cement as
required to produce required mortar color.
B. Hydrated Lime: ASTM C207 Type S.
C. Aggregate for Mortar: ASTM C144, except for joints less than y." use
aggregate graded with 100% passing the No. 16 sieve.
0 .'.0
=
D. Water: Clean and potable. :~C\ "'"
o.r,
J:> -:: s..
-/ -~
C)-< ~ I~
E. Mortar Color: To be selected by Engineer. ' .
--j r"" ru .--!
-<' . .::- r-
. ,r-
2.04 MORTAR MIXES '_ ril -:E r-f'-
Q:J::; , I
..... r-,
;;:: ..-""\ .c- \J
A. General: Do not add admixtures including coloring pigment?' air- -
entraining agents, accelerators, retarders, water repellent agents, anti-
freeze compounds or other admixtures, unless otherwise noted.
B. Do not use calcium chloride in mortar
C. Mixing: Combine and thoroughly mix cementitious water, and aggregates
in a mechanical batch mixer; comply with referenced ASTM standards for
mixing time and water content.
D. Mortar for Unit Masonry: Comply with ASTM C270, Proportion
Specification, for types or mortar required, unless otherwise indicated.
LIMESTONE VENEER 04460 - 4
--- -----
Dubuque StreeUFaster Road Intersection Improvement
City of Iowa City, Iowa
1. Limit cementitious materials in mortar to Portland cement-lime.
2. Use Type S mortar for all masonry "",,
0 CJ
=
~o ""'
2.05 STAINLESS STEEL ACCESSORIES <:....
J>- :..~
-j - 11
c:l-....- N
A. Stainless steel anchors - A/SI Type 304 -,!e; .c- r-
--< j--- !-D
fT! -",
O;'"Q - -1
\.j
<"" /'~ .c-
PART 3 EXECUTION .~
j> -
-
3.01 INSPECTION
A. Examine substrates and installation conditions.
B. Examine subgrade grade and confirm CIP concrete ledge is level.
C. Do not start limestone retaining wall construction until unsatisfactory
conditions are corrected.
3.02 PREPARATION
A. Establish lines, levels, and coursing.
B. Do not use stone units with unacceptable chips, cracks, voids, stains, or
other visible defects as determined by the Engineer.
3.03 INSTALLATION OF STONE
A. Set limestone in accordance with drawing details for stone work.
B. Shim for proper setting of stone.
C. Erect limestone walls plumb and true with joints widths and alignments as
shown on the drawings.
3.04 CONSTRUCTION TOLERANCES
A. Variation in Mortar Joint Thickness: Do not exceed bed joint thickness by
more than plus or minus 1/8", with a maximum thickness limited to 1/2"',
3.05 MORTAR BEDDING AND JOINTING
A. Lay stone units with completely filled bed and head joint; butter ends with
sufficient mortar to fill head joints and shove into place.
LIMESTONE VENEER 04460 - 5
Dubuque StreetJFoster Road Intersection Improvement
City of Iowa City, Iowa
B. Maintain nominal'joint width of 3/8", except for minor variations required to
maintain bond alignment.
C. Rake joints 3/8" deep.
3.06 CLEANING AND REPAIR
A. Remove and replace stone units which are loose, broken, stained, or
otherwise damaged. Provide new matching units, install as specified.
B. Upon completion of the work, remove from site all excess materials,
debris, tools, and equipment. Repair damage resulting from stone
masonry work operations.
C. Final Cleaning: After mortar is thoroughly set and cured, clean masonry
as follows:
1. Remove large mortar particles by hand with wooden paddles and
non-metallic scrape hoes or chisels.
2. Test cleaning methods on sample; leave Y2 column uncleaned for
comparison purposes. Obtain Engineer's approval of sample
cleaning before proceeding with cleaning of masonry.
3. Protect adjacent stone and non-masonry surfaces from contact
with cleaner by covering them with liquid strippable masking agent,
polyethylene film, or waterproof masking tape.
4. Saturate wall surfaces with water prior to application of cleaners;
remove cleaners promptly by rinsing thoroughly with clean water.
END OF SECTION
0 ~
~n 2;{
::i~ --.c:.' !;;-
~.
C)--, ---'"
- .)]
.~ f\)
-Jr......
.;-.<i'::....' .J:'- r--
-JTJ
Q ::'0 ;;Z 1/7
s> ,'"7
,,'
').: ."... '--'
~ '.
--
--
LIMESTONE VENEER 04460 - 6
,
,
IOWA DEPARTMENT OF TRANSPORTATION
To Office: Contracts Date: September 7, 2004
Attention: Scott Hanson
Ref.: STP-1-5-(69)-2G-52
Johnson County
City of Iowa City
Water Distribution System
From: Roger Walton, P.E.
District 6 Office
Subject: Public Interest Findings Memo
This memo is being written to document that the City of Iowa City is requesting they be allowed
to specify the following water distribution equipment for the Dubuque Street! Foster Road
Intersection Improvement project, in Iowa City.
. Tapping Valves - Encasement
. F-6114 Polyethylene encasement as manufactured by Clow Corporation, or
. Engineer-approved equivalent
. Valve Boxes - (On Water System)
. Series 6650 as manufactured by Tyler, or
. Engineer-approved equivalent
. Hydrants - Primer and Paint
. Series 2H Primer and Series 10 Finish as manufactured by Tnemec, or
. Engineer-approved equivalents
. Valve Boxes - (On Raw Water Mains)
. Series 6855 Item 668A as manufactured by Tyler, or
. Engineer-approved equivalent
'"
Tracer Wire - Ground Rod 0 =
. =
<"' ""
. As manufactured by Copperweld, or ::---::0 c..
i'> --; "'~
. Engineer-approved equivalent - -. Il
O~~ ~
N -
Corporation Stops - (On Water System) -JG .c- -
.
. As manufactured by A.Y. McDonald, Mueller or 0<'- ;Tl
fn v
Engineer-approved equivalent Qold. ~. ,--,
. \ '
--...I
<;:/... J:'"
Curb Stops - (On Water System) <..
. ):> -
. As manufactured by A.Y. McDonald, Mueller or N
. Engineer-approved equivalent
. Curb Boxes - (On Water System)
. As manufactured by A.Y. McDonald or
. Engineer-approved equivalent
. Curb Boxes 2 inches and Smaller shall be purchased from Iowa City Water Division.
.
.
The Dubuque Street corridor through the City of Iowa City is a minor arterial carrying over 20,000
vehicles per day within and through the City. The City has existing water distribution facilities
previously and currently under construction using the above items both on and off the corridor
and routinely specifies the above manufacturers and models. Immediate availability of in-stock
parts will help to ensure efficient maintenance of the facilities. Cost savings resulting from the
use of compatible parts will reduce future expenditures related to maintenance & replacement.
As a result, it is in the public's interest that the use of these proprietary items be used on the
project for the reasons stated above. The DistriCt approves this request.
""
0 =
=
>0 <.n
r---:~ <-
./ --i :=
0.< :0::: 11
'" -
:0 .;::-
~-<:: r- 11
ni -u
022 ~- ;--,
- \..J
~/'... .c-
<:
)> -
'"
'- ' -
SPECIAL PROVISION 2528.7575000
TRAFFIC SIGNALIZATION
(Insert lOOT Project No.)
PART 1 GENERAL '-'
=
1.01 - Section Includes 2 =
c..n
<..0 '-
A. Electrical "", -n
J>::; ~
B. Conduit ...( N .-
0 ~ 1-
-,r' m
C. Concrete Bases and Handholes -.'--
/,--
c-"'h " 0
D. Poles -~:o -'-
,~-- r
E. Signals '5/-
)> -
F. Mast Arms N
G. Controller
H. Fiber Optic Cable
I. Video Traffic Detection System
1.02 - Description of Work
A. Electrical
This item includes furnishing and installing all electrical components in accordance with the
Contract Documents.
B. Conduit
This item includes furnishing and installing conduit fittings associated with traffic signals in
accordance with the Contract Documents.
C. Concrete Bases and Handholes
This item includes furnishing and installing bases and handholes associated with traffic
signals in accordance with the Contract Documents.
D. Poles
This item includes furnishing and installing the poles associated with traffic signals in
accordance with the Contract Documents.
E. Signals
This item includes furnishing and installing the signals in accordance with the Contract
Documents.
F. Mast Arms
This item includes furnishing and installing the Mast Arms in accordance with the Contract
Documents.
G. Controller
This item includes furnishing and installing controllers in accordance with the Contract
Documents.
H. 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.
, 1
March 15, 2004
,- , -
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 SpecifiClltions.
Shop Drawing approval shall not relieve the supplier of the responsibility for errors in the
Shop Drawing or the requirements of the Specifications.
E. Submit catalog cuts of each component incorporated into the project, showing the selected
equipment meets the specifications.
1.04 - Delivery, Storage and Handling
A. Deliver only materials that fully conform to these Specifications, or for which substitution
has been approved as set forth in General Conditions.
1. The Bidder awarded the Contract shall complete the equipment list by writing in the
name of the equipment manufacturer and catalog number of each item listed which he
proposes to install. Before beginning Work on the Project, the CONTRACTOR shall
submit three copies of the equipment list, and three copies of catalog cuts for all
materials supplied by the CONTRACTOR.
2. Prior to ordering any materials the CONTRACTOR shall provide certification from the I
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 @h the Giihtract
Documents. :2: 0 c
~- ",. -n
Y-;:7":':: I
,1.05 - Scheduling and Conflicts n -< N ,-
A. Schedule Work to minimize disruption of public streets and facilities. -j c; .::- iT1
B. Discontinue Work which will be affected by any conflicts discovered or any~ges ;;'i;eded;:J
to accommodate unknown or changed conditions and notify the ENGINEER. ~ 7, -7.
1.06 - Special Requirements )> Z;
A. The use of explosives is not permitted unless provided for in the special provisions of the
Contract Documents.
B. All work and materials incorporated into this Project shall conform to all applicable local,
state, and Federal requirements.
C. The CONTRACTOR shall be prepared to furnish, upon request from the ENGINEER, a
sample for evaluation, of any item or material which he proposes to furnish for this Project.
D. Any modifications of the installation are subject to the approval of the ENGINEER.
E. Unless otherwise specified in the Contract Documents, the installation of all signal
equipment shall be in accordance with the Traffic Signal Manual of the International
Municipal Signal Association (IMSA).
F. The painted surface of any equipment damaged in shipping or installation shall be retouched
or repainted in a manner satisfactory to the ENGINEER.
PART 2 PRODUcrS
2.01 - Electrical
2
March 15, 2004
'-
A. Service Conductor (power Cable) shaH be 600 volt, single conductor cable shaH comply with
4185.12 of the Standard Specifications and shall be U.L. listed for type "USE." The sheath
shaH be black for the positive cable and white for the negative cables.
B. Signal cable shaH 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 shaH conform to the requirements of IMSA 50,2, latest revision
thereof.
D, Detector loop wire shaH conform to the requirements of IMSA 51,S, latest revision thereof.
The encasing tube shaH be polyvinyl chloride. Detector loop sealant in pavement saw cuts
and holes shaH be a flexible embedding sealer.
E. Connectors shaH be either insulated spring steel connectors or insulated set screw
connectors. The spring shaH have sharp edges, round edges wiH not be approved.
The set screw connectors shaH be Ideal, Series JG 20G; Holub, Catalog Ne. III 307, Medel
SS 2 or approved equal.
Connectors shall be approved by the ENGINEER prior to incorporation in the Work.
F. Communication and Interconnect Cable (For Underground InstaHation)
1. Pairs. There shaH be six pairs of conductor.
2, Conductors. The conductors shaH be of No. 22A WG solid annealed copper.
3. Insulation. The insulation shall be high-density polyethylene or polypropylene.
4. Color Code. The color code used to identify the individual conductors and pairs shaH
be the Standard Telephone Paired Color Code.
5. Twining. Individual conductors shall be twisted into pairs with varying lays to
minimize crosstalk and with specified color combinations to provide pair identification.
All pairs shall meet electrical requirements.
6. Cable Assembly. All pairs shall be assembled in a single group, and packed with a
petrolewnjelly like compound.
7. Core Covering. The core shall be covered with a nonhydroscopic dielectric tape.
8. Shield. The core and core covering shaH be completely surrounded by an electricaHy
continuous, conugated, .008 inch thick, polyolefin coated, alwninwn tape, applied
longitudinaHy with overlapped edges.
9. Jacket. The overall jacket shall be made of virgin, black, low density, high molecular
weight polyethylene. '"
10. Electrical Characteristics Q =
=
"",
a. Capacitance Unbalance :<:0 L
)>::::i ~ -'n
I. Pair to Pair 100pF /kft -<'
r, . N --
, , ~
ii. Pair to Ground 800pF/kft --10 ill
=-<r-
b. High Voltage Test. d-c Voltage for 3 seconds. rn '" 0
0:0 :r;:
i. Conductor-to-conductor 3600V ':/' .r:-
:?:
ii. Conductor-to-shield 10,OOOV )> -
w
c. d-c Conductor Resistance @ 20 deg. C 17.4 Ohmslkft Maximwn
d. Resistance Unbalance
i. Maximum Average 1.5%
ii. Maximum Individual 4.0%
e. Mutual Capacitance Deviation
i. Maximwn rms 3.0%
f. Average Mutual Capacitance 83_+7 nF/mile
3
March 15,2004
'-
g. Far End Crosstalk loss 150kHZ @ 20 deg.C.
h. rms Minimum 73 dB/kft
1. Minimum Individual 63 dB/kft
i. Minimum Insulation Resistance @ 20 deg.C.
J. 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 petroleumjelIy.
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. _
<c;;
J. All ground wires shall be #6 A WG, bare, solid annealed copper wirerupless oWerwise
specified on the plans. ~ 0. ~ 11
K. All electrical equipment shall conform to the standards of the Natio~1: EI!@ricar::::
Manufacturers Association (NEMA). All Work shall conform with the requfrementsrof the.1I
National Electrical Code. All miscellaneous electrical equipment shall be ap~~~~. ~, b
L. Circuit breakers shall conform to manufacturer's requirements. n 1l J::'
"2:. /.... .~
M. Video Traffic Detection System: :z: _
I. The following requirements apply: Y v:>
a. Cameras shall be color.
b. Cameras shall use 5-112 twisted pair cables (5 pairs plus I ground) from detector to
controller cabinet. Coaxial cable shall not be used.
c. Detector processing shall be within the camera unit.
d. Cameras shall use a windows based installation wizard for camera programming and
setup.
e. The video detection system shall use global contrast algorithms to maintain
detection integrity. Fog loops or other types of supplemental detection will not be
accepted.
2. Wide Area Video Vehicle Detection System
a. This part consists of the equipment and installation requirements necessary for the
construction of a wide,area video vehicle detection system complete, in place, and
operational as described in the project plans and these Special Provisions.
b. The system shall consist of but not be limited to the video camera system, machine
vision processor (self-contained with sensor), in-cabinet sensor interface panel, and
detector port master.
c. The system shall show real-time detector actuations superimposed on the live video
as viewed on a video monitor. The detectors shall flash or otherwise visually
indicate actuations on the live video when a vehicle passes over them in the
designated direction of travel.
4
March 15, 2004
------ -
3. Video Camera System
a. Machine Vision Processor (MVP) Sensor
i. All system components shall be ISO 9002 certified. The MVP shall be
self-contained with the camera in one enclosure.
ii. The MVP sensor shall be:
. An integrated imaging CCD array with optics, high,speed, color, image-
processing hardware and a general'purpose CPU bundled into a sealed
enclosure.
. Equipped with a sunshield to reflect solar heat and to shield the CCD
array from direct exposure to the sun. I
. Equipped with a faceplate heater to melt accumulated ice, snow, or fog
from the view of the camera
iii. The CCD array shall provide high video quality for detection that has virtually
no noise to degrade detection performance.
iv. The optics and camera electronics shall be directly controlled for optimal
illumination for traffic detection.
I v. The lens shalt be pre-focused at the factory, as required for.operation.
vi. It shall be possible for the user to focus the lens, as required for operation.
! vii. The MVP sensor shall operate at a maximum rate of 30 frames per second
when configured for the NTSC (US) color video standard.
viii. The MVP sensor shall process a minimum of twenty detector zones placed
anywhere in the field of view of the sensor.
ix. The video output shall have the ability to selectively show overlaid graphics
indicating the current real,time detection state of each individual detector
defmed in the video. .
x. The sensor output NTSC or PAL color video shall be viewed with any
compatible video-display device.
b. MVP Sensor Detector Types
I. The MVP sensor shall be able to be programmed with a variety of detector
types that perform specific functions. The general functions performed,by the
detectors shall include: 0 5\
.?
. Presence/passage detection of moving and stopped vehicl~ 0: ~ 11
. Enable detection based on the direction of travel and/or-exclusively for::::
. ~ -.... ..t:'"' \
stopped vehIcles. -.i ( J i-"-1
-<, -0 ,I
. Measure speed. '- 93 ::;;: G
,....\~
. Generate a variety of alarms based on measured traffic con~tiOns. -:::-
. Combine the output of several detectors with 10gicaIJ:operato13~ and
optionally modify the cumulative state based on delay or extension timers
and the state of any associated signal phase state.
. Each of the detector types shall optionally be made visible in the live
video output of the sensor.
ii. The allocation of these functional detection capabilities to programmable
detector types is described below. Different detector types shall be selectable
via software. Detector types shall include:
. Count detectors outputs traffic volume statistics. Generates traffic counts
and occupancy.
5
March 15, 2004
-- -- -- -- ---- -- -------~-----
. Presence detectors indicate presence of a vehicle, stopped vehicle, or
vehicles traveling in the wrong direction.
. Speed detectors provide vehicle counts, speed, length, and classification.
. Detector Function combines outputs of multiple detectors via Boolean
logic functions.
. Label displays information on the MVP video output and passes input
information to other detectors.
. Detector Station collects and reports traffic data gathered over specified
time intervals.
. Incident detectors monitor traffic parameters for conditions that suggest an
incident has occurred, such as an accident or a staIled car that produce a
sudden reduction in roadway capacity or throughput.
. Schedulers define plans that can be used by other detectors to specify
different parameters for each time-of-day plan,
. Contrast Loss detectors monitor the quality of the video image that the
MVP is processing.
. Speed Alarm generates alarm outputs based on user -defined algorithms
using speed.
c. MVP Sensor External Interfaces
.....)
=
i. The external interfaces to the MVP sensor shall include: 5 ~
. A detector port specifically to exchange detector scltCcaata ~th lht1
-- ~ -- \
Detector Rack Card. P / -~ -
--Nr~
D'fii '1 I "d 0 ~
. 1 erentia co or VI eo out. ==i Cl - \f\
. 24 V AClDC power to operate the sensor. ~< ~ ~ d
- ,-.
d. Supervisor Communications Port Q :;:::. €
7-
i. There shall be a supervisor communications port to configqre and P.!'9vide
general communications,
ii. The MVP sensor shall use an RS-485 multi-drop network protocol to facilitate
conummications via a network of Rack Cards or detector port master to a
remote or local PC client I server application.
iii. The communications port shall allow the user to update the embedded software
with a new software release and interact with a PC client I server application
for all of the various detection requests supported by the MVP sensor.
e. Detector I/O Port
i. The MVP sensor detector port shall provide a dedicated interface between the
MVP sensor and a detector port master such as a Rack Card.
ii. The real-time state of phase inputs shall be transmitted to the MVP sensor.
Hi. The MVP sensor shall exchange input and output state data with the detector
port master every 100 Ms.
iv. A detector port master shall subsequently translate the detection states, in an
electronically compatible manner, to a traffic signal controller.
f. Differential Video
I. The MVP sensor shall output full motion video using a differential video port
in either NTSC or PAL format.
6
March 15, 2004
--------
g. Power
I. The MVP sensor shall operate on 24 V ACfDC, 50f60 Hz at a maximum of 25
watts.
h. MVP Sensor Operations Log
I. The MVP sensor shall maintain a non-volatile operations log, which minimally
contains:
e Revision numbers for the current MVP sensor hardware and software
components in operation.
e Title and conunents for the detector configuration.
e Date and time the last detector configuration was downloaded to the MVP
sensor.
e Date and time the operation log was last cleared. I
e Date and time conununications were opened or closed with the MVP I
sensor.
e Date and time oflast power,up. I
e Time,stamped, self-diagnosed hardware, and software errors that shall aid I
in system maintenance and troubleshooting. I
i. MVP Sensor Vehicle Detection Performance '-'
=
I. The following are a set of guidelines to be considered to optimize the ~ time
'-'
detector performance of the MVP sensor: ~ Q e Il
e The traffic application to perform. -;. :2 ;:::; r
. I . C ) ..,-,
eMVP sensor mountmg ocation. =j (2 :n
e The number of traffic lanes to monitor. '::::. \::\2. ~ CJ
. e The sizing, placement, and orientation of vehicle detectors. Q ~ .r;:
z _
e Traffic approaching and/or receding from the sensor's field afview. w
e Minimizing the effects oflane changing maneuvers.
j. Detection Zone Placement
i. The video detection system shall provide flexible detection zone placement
anywhere and at any orientation within the field of view of the MVP sensor.
Preferred detector configurations shall be:
e r>etection zones placed across lanes of traffic for optimal count accuracy.
e Detection zones placed parallel to lanes of traffic for optimal presence
detection accuracy of moving or stopped vehicles.
II. A single detection zone shall be able to replace one or more conventional
detector loops connected in series.
iii. Detection zones shall be able to be overlapped for optimal road coverage.
iv. In addition, selective groups of detectors shall be able to be logically combined
into a single output by using optional delay and extend timing and signal state
infonnation.
k. Detection Zone Progranuning
i. Placement of detection zones shall be by means of a portable or desktop
computer using the Windows 98, Millennium, or Windows NT 4.0, 2000, or
XT operating systems, a keyboard, and a mouse.
II. The VGA monitor shall be able to show the detection zones superimposed on
images of traffic scenes.
7
March 15, 2004
iii. The mouse and keyboard shall be used to:
. Place, size, and orient detection zones to provide optimal road coverage
for vehicle detection.
. Modify detector parameters for site geometry to optimize perfomlance.
~ 'Gf.
· Edit previously defined detector configurations. 9 0 ';::. _II
. Adjust the detection zone size and placement. ~ 3_ ';':::' ?
. Add detectors for additional traffic applications. g, n s:- '01
. Reprogram the sensor for different traffic applicatio~:(chang?5 i~C)
installation site geometry, or traffic rerouting. Q ~ s;: I
iv, It shall be possible to: ~ -z:, I
. Download detector configurations from the computer to the MVP sensor.
Upload the current detector configuration that is running in the MVP ,
.
sensor.
. Back up detector. configurations by saving them to the computer's
removable or fixed disks.
. Perform the above upload, store, and retrieve functions for video
snapshots of the MVP sensors' view.
I. Detection Zone Operation
i. The MVP sensor real,time detection operation shall be verifiable through the
foliowing means:
. View the video output of the sensor with any standard video display
device (monitor).
. The video output of the MVP sensor shall be capable of selectively
transmitting:
- Camera video only. I
- Video overlaid with the current real-time detection state of each
detector.
- Camera video with overlaid, scaled cross-hairs that are useful for
aiming the sensor (during installation).
- Individual detectors shaH have the option of being hidden.
. ElectricaHy monitor assigned contact closure pin outputs from a detector
port master interface card or Detector Rack interface card. Each pin of an I
interface card shaH have one associated LED output to reflect its output
state. I
. V i~w the associated output LED state on the detector port master: I
- An LED shaH be ON when its assigned detector output or signal I
controller phase input is on.
- An LED shall be OFF when its assigned detector or signal controller
input is off.
m. Optimal Detection I
i. The video detection system shall provide optimal detection of vehicle passage
and presence when the:
. MVP sensor is mounted 10 m (30 ft) or higher above the roadway.
. Image sensor is adjacent to the desired coverage area.
8
March 15. 2004
--- --
. Distance to the farthest detection zone locations is not greater than 10
times the mounting height of the MVP sensor.
ii. The recommended deployment geometry for optimal detection also requires
that there be an unobstructed view of each traveled lane where detection is
required. Although optimal detection may be obtained when the MVP sensor
is mounted directly above the traveled lanes, the MVP sensor shall not be
required to be directly over the roadway.
iii. The MVP sensor shalI be able to view either approaching or receding traffic or
both in the same field of view. The preferred image sensor orientation for
optimal detection shalI be to view approaching traffic since there are more high
contrast features on vehicles as viewed from the front rather than the rear.
iv. The MVP sensor, when placed at a mounting height that minimizes vehicle
image occlusion and equipped with a lens to match the width of the road, sha1l I
be able to monitor a maximum of 6 to 8 traffic lanes simultaneously.
n, Count Detection Performance
i. Using an MVP sensor instalIed within the optimal viewing specifications
described above for count station traffic applications; the system shall be able
to accurately count vehicles with:
~
. At least 96% accuracy under normal operating condition~y an~ght).
. At least 93% accuracy under artifact conditions. Artiflfcf. Cllnditions are
combinations of weather and lighting conditions that resu1?frjlIn s~llows} I
fog, rain, snow, etc. Cj _.-: ~ \--
o. Demand Presence Detection Performance ;:!. t~ -0 pJ
II, ____ .
i. Using an MVP sensor instalIed with the optimal viewing-sP.ecifications-..J
described above for intersection control traffic applications; theiYrtem sli;;.1I be
able to accurately provide demand presence detection. )> W
ii. The demand presence accuracy shall be based on the ability to enable a
protected turning movement on an intersection stop line, when a demand exists.
iii. The probability of not detecting a vehicle for demand presence shall be less
than 1, percent error under all operating conditions.
. In the presence of artifact conditions, the MVP sensor shall minimize
extraneous (false) protected movement calIs to less than 7%.
. To ensure statistical significance, the demand presence accuracy and error
shalI be calculated over time intervals that contain a minimum of one 100
protected turning movements.
. These performance specifications shalI be achieved with a minimum of 2
presence detectors coupled with a signal detector function (Type-9) to
provide adequate road coverage to sample the random arrival patterns of
vehicles at the stop line.
. The calculation of the demand presence error shalI not include turning
movements where vehicles do not pass through the presence detectors, or
where they stop short or stop beyond the combined detection zones.
p. Speed Detection Perfonnance
1. The MVP sensor shalI accurately measure average (arithmetic mean) speed of
multiple vehicles with more than 98% accuracy under all operating conditions
for approaching and receding traffic.
11. The average speed measurement shalI include more than 10 vehicles in the
sample to ensure statistical significance.
9
March 15,2004
I
,
I
iii, The MVP sensor shall accurately measure individual vehicle speeds with more
than:
. 95% accuracy under all operating conditions for vehicles approaching the
sensor (viewing the front end of vehicles).
. 90% accuracy for vehicles receding from the sensor (viewing the rear end
of vehicles).
iv. These specifications shall apply to vehicles that travel through both the count
and speed detector pair and shall not include partial detection situationsseated
by lane changing maneuvers. ~ () -;;
4. Sensor Hardware );> j ;]; 11
a. Sensor 0--" N
~C; .j:" !
i. The sensor shall: =< ~, -0 m
,I' _.. r~
. Use medium resolution, color image sensors as the video~~e fqJeal''-./
time vehicle detection using either NTSC or PAL fannats. "As a
minimum, each image sensor shall provide the following caIfabilitie&:.:;
- hnages shaH be produced with a CCD sensing element with horizontal
resolution of at least 500 lines and vertical resolution of at least 350.
lines. hnages shall be output as video conforming to NTSC or PAL
specifications.
. Provide software JPEG video compression.
. Provide usable video and resolvable features in the video image shall be
produced when those features have luminance levels as low as 0.1 lux at
night.
. Provide usable video and resolvable features in the video image shall be
produced when those features have luminance levels as high as 10,000 lux
during the day.
. Provide usable video and resolvable features' in the video image shall be
produced when the ration of the luminance of the resolved features in any
single video frame is 300: I.
. Provide direct real-time iris and shutter speed control.
. Be usage for video surveillance.
. Provide an optical filter and appropriate electronic circuitry shall be
included in the image sensor to suppress "blooming" effects at night.
. Have gamma for the image sensor preset at the factory to a value of 1.0.
b. Sensor Optics
1. The MVP sensor shall be equipped with an integrated zoom lens with zoom
and focus capabilities that can be changed using either configuration computer
software or hand,held controller.
c. Sensor Enclosure
1. The MVP sensor and lens assembly shall be housed in an environmental
enclosure that provides the following capabilities:
. The enclosure shall be waterproof and dust,tight to NEMA4
specifications, and shaII have the option to be pressurized with dry
nitrogen to 5 ;, I psi.
. The enclosure shall allow the MVP sensor to operate satisfactorily over an
ambient temperature range from -34 degrees C to +74 degrees C while
exposed to precipitation as well as direct sunlight.
10
March 15, 2004
. The enclosure shall alIow the image sensor horizon to be rotated during
field installation.
. The enclosure shalI include a provision at the rear of the enclosure for
connection of the factory-fabricated power, communications and video
signal cable. Input power to the environmental enclosure shall be 24
V ACIDC and either 50 or 60 Hz,
. A heater shall be at the front of the enclosure to prevent the fonnation of
ice and condensation in cold weather, as well as to assure proper operation
of the lens' iris mechanism. The heater shalI not interfere with the
operation of the image sensor electronics, and it shall cause interference
with the video signal.
. The enclosure shall be light-colored and shall include a sun shield to
minimize solar heating and glare. The front edge of the sunshield shall
protrude beyond the front end of the environmental enclosure and shall
include provision to divert water flow to the sides of the sunshield. The
amount of overhang of the sunshield shall be adjustable to prevent direct
sunlight from entering the lens or hitting the faceplate.
. The total weight of the image sensor in the environmental enclosure with
the power, communication and video signal cable connected, shall be less
than 2.7 kg (6 pounds).
. When operating in the environmental enclosure with the power,
communication, and video signal cable connected, the image sensor shall
meet FCC class B requirements for electromagnetic interference
emissions.
d. Sensor Electrical
I. The video output of the MVP sensor shall be isolated from earth ground.
ii. All video connections from the sensor to the interface panel shall also be
isolated from earth ground. I
iii. The video output, communication, and power stages of the sensor shall include
transient protection to prevent damage to the sensor due to .-!oltage !Jimsients I
occurring on the cable leading from the MVP sensw to oili& field I
terminations. ~ 0 ? 'Tl
iv. Connections for video, communications and power shalI be made~to the> image::
. sensor using a single I8-pin circular metal shell connector. '~ C' ..,- '\1
v. The mating cable shalI use a right-angle shell. ,-< l-r, -0 t:J
--r: -"""
5. MVP Sensor Field Interface Equipment ~ ~ -7.
a. Communications Panel Requirements )> ~
1. A communications panel shall be provided with each MVP sensor for
installation. The communications panel shall provide:
. A terminal block for terminating power.
. Terminated, four twisted,pair wiring to the image sensor.
b. The MVP sensor communications interface panel shall provide 24 V AC input
power, at less than 25 Watts 50/60 Hz.
6. Detector Port Master
, a. Description
! i. The detector port master shall provide a simple and reliable interface between
multiple camera MVP and any standard traffic controller or other device. It
11
March 15, 2004
----
shall monitor phase colors and gather detection information from up to eight
MVP's.
ii. The detector port master shall be a single-card device that can stand-alone or
slide easily into a detector rack. It shall have an advanced microcontroller
based communication circuitry that passes real-time detection states or camera
traffic alanns as discrete detector outputs to a traffic controller or other control
system. The camera MVPs shall configure the input and outputs on the
detector port master automatically.
iii. The detector port master shall be suitable for the camera detection system Type
TS I or TS2 cabinets. The real,time detector outputs from the rear edge
connector or front connector shall be fully compatible with existing loop
detector systems. The design shall use a single circuit board and faceplate to
allow easy insertion into a 4-channel slot of a standard detector rack or
equivalent enclosure. It shall quickly install in any existing traffic cabinet.
iv. The detector port master shall have visual indications to show the operational
status and health of the port and the networked MVPs connected at the
Communications Interface Panel (CIP). Together, they form a single point of
maintenance for the video detection system by providing connection for a
laptop computer and optional video monitor.
b. Compatibility
I. All input and output signals shall be fully compatible with Type TS 1 traffic
controllers. Red and green phase color inputs to the front connector increase
stop line detection effectiveness. As an alternate to the front panel I/O
connector, it shall be possible to divert four inputs and eight outputs to the rear
edge connector for custom applications.
ii. The detector port master shall support up to g camera MVPs by regular polling
for the current state of detectors in each MVP. This data shall then be relayed
to the controJler via discrete out-puts.
c. Hardware
i. The detector port master shall slide freely into rack card guides having a
nominal slot width of 0.075" and a maximum slot width of 0.125". The front
panel shall be minimally 0.090" sheet aluminum finished with durable
protective coating. It shall have an aluminum handle on the front panel to
allow easy remove from rack. Nominal outer dimensions of the handle shall be
1" x 2-1/2". The unit may be inserted or removed, from a powered detector
rack.
ii. Visual queues for easy set up and maintenance shall include:
. Four tri-color indicators showing the operational status of C9llll11unications
and the health of the first four camera MVPs. ~ 0 f
. Eight red LED indicators showing the state of each of the 8:inp1;1ts. =-:: \1
. Sixteen red LED indicators showing the state of each of 16(o~~~ts. ~ --
d. Inputs ~( r::;::, -0 ITl
,t: ""'r" r:
i. g optically-isolated inputs to monitor signal controller phases_~ or Q:ther '~J
~"." ..t:
conditions. <: .,
)> -
e. Connectors W
I. Female 9,pin metal shell D subminiature connector with female jackscrews
Female 25-pin metal shell D subminiature connector with female jackscrews.
f. Power
i. 20 to 28 VDC, 100 milliamps, not exceeding 5 watts (operates at 24 VDC).
12
March 15, 2004
I
g. Dimensions
i. Not to exceed 4.5" x 2.335" x T' (H x W x D) 114.3 mm x 59 mm x 177.8 mm
(HxWxD).
h. Environmental
i. The detector port master shall operate under temperatures ranging from 34 deg
C to 74 deg C and 0 to 95% relative humidity (non-condensing over the entire
temperature range).
1. Warranty
l. The detector port master shall have a minimum of two'year manufacturer
warranty.
7. The ACU shall output a constant call for each enabled detector output channel if a loss
of video signal occurs. The ACU shall output a constant call during the background
learning period.
8. The camera shall be housed in an environmentally sealed enclosure pressurized with dry
gas to minimize the formation of condensate and extend the life of the camera and lens.
The housing shall be field rotatable to allow proper alignment between the camera and
t)Ie traveled road surface.
2.02 - Conduit
A. Galvanized rigid steel conduit (R.S.) shall meet the requirements of ANSI Standard
Specification C 80.1, latest revision. The number and size of conduits shall be as called for
on the plans. Conduit shall be of standard length with each length bearing the UL approved
label.
B. Polyvinyl Chloride (PVC) conduit shall be Schedule 80. Conduit shall be of standard length
with each length bearing the UL approved label. t'-.'
C. Conduit fittings shall conform to the requirements of ANSI StandardSpecificatioj}.fC 8004,
latest revision. All fittings used with rigid steel conduit shall be galvanized:(tee~. Fittmgs of
~\. - --:p -~l
aluminum or zinc alloys are not acceptable.;? :':5, -: :: ~.._
D. Unless otherwise specified, all conduit used for the electrical system shall) bii. gaiXimize.c!...,
rigid steel having the Underwriters Laboratories approval. ~t"" -0 ~.~.I"
E. Conduit couplers shall be threaded-type. .- '-:-l :::; 1.../
Sl:- .r:-
":......1'...., ..
2.03 - Concrete Bases and Handholes >. _
A. Concrete for bases shall be Class "C" structural concrete, C-4 mix. ):> ~
B. Reinforcement for bases shall meet the requirements of Section 2404 of the IDOT Standard
Specifications for Highway and Bridge Construction, Current Series.
C. Plastic loop handholes shall be Pencell PE-IO, FiberProTek FCI800, Strongwell(Quazite)
PTILT, 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 shalIbe Type 2000-D.
G. Handhole cable hooks shall be galvanized according to ASTM A 153.
2.04 - Pole and Mast Arm Assembly
A. General
1. The mast arms, support poles, and luminaire arms shall be continuous tapered, round or
octagon steel poles of the anchor base type. The poles and mast arms shall be a
13
March 15, 2004
-- .-
------ -
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
AS1M A595, Grade C, and A606, Type 4 sheets (with minimum chemical requirements
of A588, Grade D), and the base and flange plates shall be fabricated from A588
structural steel. After manufacture, poles and mast arms shall have a minimum yield
strength of 48,000 p.s.i. The base plate shall be attached to the lower end of the shaft by
a continuous arc weld on both the inside and outside of the shaft.
It may be pennissible to fabricate poles and mast arms by welding two sections together.
The method used for connecting the sections shall result in a smooth joint and shall be
factory welded as follows:
a. All longitudinal butt welds, except within one foot of a transverse butt-welded joint,
shall have a minimum 60 percent penetration for plates 3/8 inch and less in
thiclmess, and a minimum of 80 percent penetration for plates over 3/8 inch
thiclmess.
b. All longitudinal butt welds on poles and arms within one foot of a transverse butt,
welded joint shall have 100 percent penetration.
c. All transverse butt welds for connecting sections shall have 100 percent penetration
achieved by back-up ring or bar.
d, All transverse butt welds and all specified 100-percent,penetration longitudinal butt
welds on poles and mast arms shall be examined 100 percent by ultrasonic
inspection according to the requirements of A WS D 1,1.80.
Welding, fabrication, and inspection shall conform to the Iowa Department of
Transportation Supplemental Specification for Structural Steel, a separate Specification.
Personnel performing nondestructive testing shall be qualified in accordance with the
American Society for Nondestructive Testing Recommended Practice No. SNT,TC-IA
and applicable Supplements B (Magnetic Paricle) and C (Ultrasonic). Evidence shall be I
presented for approval of the ENGINEER, concerning their qualifications. A report
shall be required showing that welds have been inspected and either found satisfactory
or found unsatisfactory but repaired and reinspected and found satisfactory. The cost of
all nondestructive testing shall be paid by the supplier and will be considered incidental.
2. Pole manufacturers shall certify that only certified welding operators in accordance with
Iowa Department of Transportation Supplemental Specification for Structural Steel
were used. The welding consumables used shall be in accordance with the approved list
I furnished by the Iowa Department of Transportation.
I B. Mast Anus
I 1. The mast arms shall be designed in accordance with the AASHTO Standard
I Specifications for Structural Supports for Highway Signs, Luminaries and Traffic
I 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
I 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 ann and horizontal shall be 4 degrees, unless
approved by the ENGINEER. ",
<5 ,~~
=
~-=o '.en
- ' c__
~.."'-: ;:..>
-~ 11
C-) --:.. ~
c>., .--
=---=:. ,"---': .c' ~-_._-
~.<:,-., ,iI
1",1 "
~2:-~ ~. ,--,
<J
14 .r-
::---. ..
-March 1 S,-2004
.s:.-
C. Poles
1. The pole shall be designed to support the mast arm so when it is equipped with the
traffic signals and/or signs it will provide a minimum of 15.0 feet and a maximum of
19.0 feet clearance from the street surface to the bottom of the signal heads or signs.
2. The pole shall be equipped with two reinforced handholes with covers (4"x6-1I2"
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 Ann Loading
1. Traffic signal poles and mast arms shall be fabricated according to the standard
Specifications assuming the following signal head and signing loads:
a. Maximum Loading for Anns 36 to 47 Feet Long
5-section head on end, 24"x30" sign centered 2 ft. inboard, 3-section head 12 ft.
inboard, 3,section head 24 ft. inboard, 18"x60" metro sign centered 28 ft. inboard, 2
3-section pole mounted heads, 2. 2,section pole mounted pedestrian heads,
luminaire, 6" backplates on all signal heads.
b. Maximum Loading for Anns 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- I
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 Ann Mounted Signs
l. 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. Sign mounting accessories shall be given one
(I) coat of primer and two (2) coats of high -quality black enamel. ,.....)
3. The above Work shall include furnishing and installing all necessary $}gns, mounting
_ cro
brackets, stainless steel banding, and miscellaneous hardware to complete thc-sign
installation in place. ;.> } ~~ Il
4. A ],hook wire support shall be provided 6" to 12" above and 90 degrees~~~ resRict to=
the opening for each mast arm and luminaire arm. The I-hook shall be.:a,c~rve4/8';-;1
diameter steel bar - '-'-, :3: .-,
. D~ 1..../
F. Finish :? /'. ~
..,.,-
I. The poles and mast arms shall be powder coated over galvanized per the Tollowing:-
a. Surface Preparation
Steel plates shall be blast cleaned as necessary to remove rolled-in mill scale, I
impurities, and non,metallic foreign materials. After assembly, all weld flux shall
be removed.
15 I
March 15, 2004 I
-- --- ---
The iron or steel shall be degreased by immersion in caustic solution, pickled by
immersion in sulfuric acid, and rinsed clean from any residual effects of the caustic
or acid solutions by immersion in a fresh water bath.
Final preparation shall be done by immersion in a concentrated zinc ammonium
chloride flux solution with an acidity maintained between 4.5,5.0 pH. The
assembly shall then be air dried to remove any moisture remaining in the flux coat
and/or trapped within the product.
b, Zinc Coating
The assemblies shall be hot-dipped galvanized to the requirements of either ASTM
Al23 (fabricated products) or ASTM Al53 (hardware items) by immersion in a
molten bath of prime western grade zinc maintained between 810-850 degrees
Fahrenheit. Maximum aluminum content of the path shall be controlled to 0.01%
and Flux ash shall be skimmed from the bath surface prior to immersion and
extraction of the assemblies to assure a debris free coating.
c. Top Coat
All galvanized exterior surfaces visually exposed shall be coated with a Urethane or
Triglycidyl Isocyanurate Polyester Powder to minimum film thickness of 2.0 mils.
The coating is to be electrostatically applied and cured in an oven by heating the
steel substrate to between 350 and 400 degrees Fahrenheit. r-<1
c:--=.
- c::">
d. Color 0 ~n
~c (l (_
The finished color shall be a dark bronze closely matching other {o1~in ui6.:in thel
City which are Valmont's Green. n -< N ;::::
\_-' ,J:"" t
P ka' -, " -,-'
e. ac gmg J'o'" \ , 1
...... -0 _1
All parts shall be packaged, wrapped, or cradled in a manner wl!id[~wilr-:insuie,..J
arilval at the destination without damage to the surface. Si. j< J7.
G. Hardware ~ N
/' Ul
I. 'The mast anns 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 anns 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 v.~th
weathering steel poles shall be painted to match the weathering steel poles. Items
supplied with powder coated galvanized poles shall be powder coated to match the
poles.
H. Luminaire Extension
I. All mast arm assemblies will require luminaire extensions as noted in the plans. The
pole for the luminaire extension shall provide a continuous shaft as required for the mast
arm.
2. The pole for the luminaire extension shall be vertical, unless approved by the
ENGINEER. Luminaire arm shall be a single curved arm, unless otherwise noted on the
plans.
16
March 15. 2004
3. The end of the luminaire arm shall provide a 30,ft. luminaire mounting height, unless
othetwise noted on the plans.
2.05 - Signals
A. General
1. The signal heads shall be complete with all fittings and brackets for a complete
installation. Each signal shall consist of a main body assembly, optical units, necessary
screws, wing nuts, eyebolts, etc., .and shall be delivered completely assembled. All
hardware including hinge pins, wing nuts, eye bolts or latch bolts shall be made of a
solid non-corrosive metallic material to prevent seizure or corrosion by the elements,
Each signal shall be smooth both inside and outside and shall contain no sharp fins or
projections of any kind. The doors and visors shall be flat black. All metal parts shall
be painted with one coat of primer and two coats of a high grade Federal Blac~_~name1.
All parts of the vehicle signals shall be in compliance with the last- ITE ReJ10rt on
Adjustable Face Vehicle Traffic Control Signal Heads. ~ 0 ~
2. The electrical and optical system of the signal head shall be designed 00" Op~rate-;6n I i5D
volt, single phase, 60 Hertz alternating current. 0 -. ~ \.-
3. ~n '-n
All exterior surfaces shall be black. , --( r- .." '.-,
4. Main Body Assembly of the signal unit shall consist of one or mo;~ycar~mat~J
sections have integral cast serrations so when assembled with the prop~or:acke~ey
may be adjusted in increments and locked securely to prevent moving)>The sections
shall be designed so that when assembled they interlock with one another. All joints
between sections shall be waterproof. The sections shall be held firmly together by
locknuts or other means approved by the ENGINEER. Any open end on an assembled
signal face housing shall be plugged with an ornament cap and gasket.
5. Doors and Optical Units
a. The doors shall be made of polycarbonate. Each door shall be of the hinged type
and shall beheld closed by a wing nut or other approved means. The hinge pins
shall be designed so that the doors may be easily removed and reinstalled without
the use of special tools. Each door shall have a polycarbonate visor designed to
shield each lens. The inside of each visor shall be flat black.
b. The optical system shall be so designed as to prevent any objectionable reflection of
sunrays even at times of the day when the sun may shine directly into the lens.
When the door of the 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.
c. The reflector shall be parabolic in design and made a specular Alzak aluminum.
d. The reflector holder shall be of non,ferrous or rust proofed metal and designed to
separately support the reflector and socket in proper relation to the lens. The
reflector holder shall be hinged to the left-hand side of the signal body when viewed
from the front. On the right,hand side, the reflector holder shall be held in place by
a spring catch or other quickly releasable means.
e. Both the hinge device and the spring catch or equivalent shall be of a flexible nature
which will permit the reflector holder to be pushed inwardly for at least one-
sixteenth of an inch and to align itself correctly with the lens when the door of the
optical unit is closed and pressed against the rim of the reflector holder. By such
means, the joint between the reflector holder and the lens shall be rendered dust,
17
March 15, 2004
I
tight. It shall not be necessary to remove any screws or nuts in order to swing the
reflector holder out of the body section to obtain access to the light socket.
f. The socket shall be arranged with a lamp grip so it will be impossible for the lamp
to be loosened by vibration.
6. The wire entrance fitting shall be made of malleable iron or other approved material
equipped with a standard I -112" 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 Signals shall meet the
following requirements:
a. All red, yellow, and green indications shall use Light Emitting Diode (LED)
Vehicle Signal Modules.
b. All lenses shall be prismatic and long range. The lenses Shall be 12 inches in
diameter. All lenses shall be made of vandal resistant polycarbonate or acrylic
plastic free from bubbles and flaws. The lenses shall meet the light transmittivity
and chromaticity standards established by the ITE Standard for Adjustable Face
Vehicle Traffic Control Signal Heads,
c. The lamp socket shall have a 3" light center length. Each socket shall be provided
with one black lead from the socket and one white lead from the shell. Lead shall
be of 18 gauge, stranded wire per MlL-W,76A Specifications.
d. Visors shaH be of the tunnel type not less than eight inches in length and shall be
designed in a manner such that the visor may be easily installed or removed from
. =
the SIgnal head. 0 ~
e. A tenninal block shall be mounted in the back of the second sec~~n;3f th~ignaln
head. The terminal blocks shall be secured at both ends. / _~ ;:::; ;::::::
f. S.ignals shaH be shipped completely assembled with tunnel visor~~Ehed'to the-n
SIgnal door. :"- :\"'i -0 ,~
---'..,.., -::!: \....../
C. Pedestrian Signals 0 ~ r-
. / '
I. In addition to meeting the requirements of Section A., Pedestrian Signal~lI m~ the
foHowing requirements: .r:-
a. Pedestrian signals shaH consist of two signal sections with rectangular lenses and
mounting attachments. The upper section shall display either a "Hand" symbol or a
"DON'T WALK" message, per City requirements, and the lower shall display a
"Walking Person" symbol. The two sections shall be of such design and
construction as to fit rigidly and securely together with or without a spacer. No
spacer shaH be more than Y, inch thick. The signals shall operate with LED.
, b. The lenses shall be either sanded or prismatic lenses. The lenses shall be made of
vandal resistant polycarbonate or acrylic plastic. The symbols on these lenses shall
be at least 9 inches high and shall be designed to produce a maximum visibility both
day and night. The Walk symbol shall be White LED modules and the Don't Walk
symbol shaH be Portland Orange LED. Both messages shall be screened on the
lenses with a material which will not crack or peel. The background or field around
both messages shaH be black.
18
March 15, 2004
---- -~
~
=
..- ~
c. Each signal lens shall be equipped with a visor not less than sc~ in,che~ len~\
which encloses the top and both sIdes of the lens. ',;.0, ::" ~
? / r
D. Optically Limiting Signal Heads CJ ~. ~ n1
I. Optically limiting signal heads shall meet all of the applicable requiie'm'ents o4iectio~
A through Section B except as hereafter provided: '::'tD, ::r; \~./
a. Optically limiting signal heads shall permit the visibility zone ofth~icati~ to be
determined optically, The field of light coverage verticallyJ=;lateralIy;. and
longitudinally shall be controllable within one degree of any axis, without the use of
tunnel visors or louvers. The projected signal indication shall be visible or
selectively veiled anywhere within 15 degrees of the optical axis.
b. The signal section shall be provided with a rigid connection that permits tilting from
at least nine degrees above to nine degrees below the horizontal while maintaining a
common vertical line through couplers and conduit. Head assemblies shall be
adaptable for mounting on conventional mounting fixtures Or in combination with
conventional signal sections. The signal section shall be capable of mounting and
servicing with ordinary tools.
c. The optical system shall include 120 volts, 150 watt, three prong sealed beam lamp
with an average rated life of 6,000 hours with an integral reflector, and optical
limiter-diffuser,.an objective lens, and optical masking tape.
I. The optical limiter-diffuser combination shall provide an imaging surface, at
focus on the optical axis for objects 900 to 1,200 feet distance, and permit an
effective veiling system to be selectively applied as determined by the desired
visibility zone.. The optical limiter shall be composed of heat resistant glass
and provided with positive indexing means.
ii. The objective lens shall be a high resolution, planar incremental lens
hermetically sealed with a flat laminate of weather resistant acrylic plastic.
The visible signal indication shall be at least 10-3/4 inches in diameter for
circular indications, and the visible arrow indication shall conform to the
requirements of the Institute of Transportation Engineer's Standards.
d. A voltage reducer shall be supplied to provide dimming of all the optically limiting
signal lamps as the ambient light intensity drops below approximately three-foot
candles.
e. Each signal housing shall be constructed of die-cast aluminum conforming to the
Institute of Transportation Engineer's alloy and tensile requirements and shall have
a chromate preparatory treatment. The exterior of the signal-housing, lamp housing
and mounting flange shall be finished with a high quality baked enamel prime and
finished painted flat black. The lens holder and interior of the signal housing shall
be optically flat black.
f. Each signal lens shall be equipped with a visor, which encloses the top and both
sides of the lens. The interior and exterior color shall be optical black.
E. Mounting Assemblies
1. Mounting assemblies shall consist of 1,1/2 inch standard pipe and fittings. All members
shall be so fabricated such that they provide plumb, symmetrical arrangement, and
securely fabricated assemblies. Construction shall be such that all conductors are
concealed within assemblies. Cable guides shall be used to support and protect.
conductors entering assembly through poles. All threads shall be coated with rust
preventive paint during assembly.
2. Support brackets, trunnions, and fittings shall be made of cast aluminum, steel, or cast
iron. Bracket parts except for stainless steel parts shall be given one prime coat of metal
primer and two coats of high quality Black exterior enamel.
19
March 15, 2004
3. Mounting assemblies shall be watertight and all open segments of the fittings shall be
plugged with an ornamental plug and a gasket.
4. Mast ann mounting brackets shall be furnished with a completely adjustable stainless
steel strap around ann, malleable clamp casting, vertical support tube, top and bottom
signal head support with set screws, bolts, hole with rubber gronunet in mast arm, and
all incidentals necessary for complete installation.
5. Brackets for mounting the signal head on top of a pedestal shall provide support for both
the top and bottom of the signal head.
F. Each signal shall be packed or crated separate and complete by itself. The outside of each
package or crate shall clearly show the manufacturer, type, catalog number, Purchaser
purchase order number and project. Mounting attachments may be shipped separate from the
signals, but the boxes or crates shall be marked clearly with the same information as the
signals. Mounting attachments of different types shall not be mixed in one box or crate.
2.05.1 - Traffic Signal Lamps
A. LED Vehicle Signal Module
1. LED Vehicle Traffic Signal Modules shall comply with the latest reVlSlon of
the "Equipment and Material Standards of the Institute of Transportation Eni!neers:
Chapter 2a: VTCSH Part 2: Light Emitting Diode (LED) Vehicle~i~,al Modules
(Interim)" 5- ~ ~ 11
f--.-<.. -
Note the following: ('.) I
'- } .r:-
::::iC tf1
0 "Section 5.5 Dimming (Optional)" is not required. ""r--
..:-"'--rn- -0 0
"Section 5.8 Failed State Impedance (Optional)" is required. ;-..::;:TJ -,>.
0
~.-' /' .c-
o Compliance with all other sections of this standard is required. Z -
)> .r:-
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 2Yz,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 - Alnminum 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,aluminurn base with a handhole. The size of the
handhole shall be at least 8Yz inches by 8Yz 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 4Yz 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 %-inch anchor bolts spaced evenly
around a 12%,inch diameter bolt circle.
2.05.4 - Pedestrian Push Button Detectors
A. Push button shall be a highly vandal resistant button with essentially no moving parts. It
shall be pressure activated, and can withstand an impact from a baseball bat or hanuner.
When the switch activates, the push button unit will emit a beep and an LED lights and stays
on until the walk cycle
20
March 15, 2004
I
I
1. Body Material: Aluminum, powder coated
a. Color: Black
2. Button Material: Aluminum, Hard Nickel Plated
3. Piew Driven Solid State Switch:
a. Operating Temperature: ,30oF to 1650F (-340C to 74OC)
b. Operating Voltage: 12-24V AC or DC
c. Switching CUlTent: .3A fused (auto resetting)
d. Operating Life: Greater than 20 million operations.
4, LED:
a. Operating Mode: Latching - Activates only during non'walk phases and stays on
until the beginning of walk phase.
b. Operating Voltage: 6 VDC requires transformer (850,26) to be mounted in ped
head and connected to "Don't Walk" power. One pair of 18,22 AWG wires must be
routed from isolated power supply to push button. 5 g
c. Luminous Intensity: Greater than 1200 mcd (ultra bright red) ? 0. t: II
. . 0 J:? >----\ :;...- ---
d. Vlewmg Angle: 160 /. N f-
5. B (),~ ~\1
eeper::::::, c .. I.
"r'" '_1
a. Sounds simultaneously with LED flash. c<- S1 ~:\..)
b. Different tones for press and release, 2.3 kHz & 2.6 kHz. ~. 7: ::;.
....--- -
c. Beeper uses power from switch wires. y .0:-
2.06 - Controllers
A. General Design Requirements
l. Purpose. It is the purpose of Section A of these specifications to set forth minimum
design and functional requirements for all actuated controllers included in this
specification.
2. Electrical Requirement
a. Power
1. Nominal Voltage and Current. The controller shall be designed to operate
from a nominal 120 volt alternating current, 60 hertz power source.
ii. Voltage and Current Ranges. The controller shall operate satisfactorily within
a voltage range of 95 to 135 volts alternating current and a frequency range of
57 to 63 hertz.
b. Controller Connections. NEMA Connection Requirement. The controller shall
contain a circular twist lock type connector meeting the requirements of Part 3,
Section TS 1-3.05 "Pin Connections", paragraph A. NEMA Traffic Control
Systems Standard TSI-1983.
c. Overcurrent Protection. The controller shall contain a front panel mounted AC
power input fuse of suitable size to provide over-current protection.
d. Automatic Reorientation. In the event of a power intenuption, the controller shall
be capable of automatic reorientation upon power resumption and shall require no
manual initiation or switching. .
3. Constancy of Intervals. Minimum Requirements. The length of any interval or timing
setting shall not change by more than +,100 milliseconds from its set value, 50 long as
the voltage and frequency of the power supply and the ambient temperature inside the
controller cabinet remain within the tolerances specified in these specifications.
4. Interval Sequence
21
March 15, 2004
a. General. The controIler shaIl provide the proper intervals and interval sequence as
required in the following section of these specifications.
b. Required Interval Sequence. The phase and interval sequence shall be
programmable to provide from two through eight phase dual ring operation with 4
overlaps as described in the latest revision of the NEMA Standards for traffic
control systems.
c. Skipping of Actuated Phases. If, prior to the end of the green interval of the
terminating phase, neither vehicle nor pedestrian memory indicates a need for the
next traffic phase, the intervals which comprise that phase shaIl be omitted from the
interval sequence. However, once the green interval has been terminated, the phase
causing the termination may not be omitted.
This does not, however, preclude the use ofrecaIl switches which when in the "on"
position, shall cause the phase to be displayed even though no detector actuations have
been received. .
5. Interval Setting and Functions
a. Provision for Setting. The controller shall provide for the setting of each interval,
portion of interval, or function by means ofa keyboard.
1. Keyboard entry shall have a user friendly interface such that in every case the
meaning of a number being displayed shall be clearly evident without reference
to the sequence of key strokes preceding the display and without reference to a
manual or instruction sheet. The method of finding current data and of
changing data shall be intuitive to the extent that little or no training is required
and keystroke sequences do not need to be memorized except for security
access codes.
b. Location of Controls. The interval and function controls shall be located on the
front of the controller and shall be properly designated as to the function each
control perfonns.
c. Required IntervalsIFunctions and Ranges. The required intervals, portions of
intervals, and functions for each phase of operation are listed in Table I.
,->
0 =
=
<J'
zO '-
- il
Y-i :::'"....
/ ~ -
C)--- N j-
~r, ,$:" iT1
/,
':-"m -0 , .-,
-~ ::= '--~
O-~
~ r
Z -
y r
22
March 15, 2004
.--
TABLE I
Functions and Timing to be Provided On Each Phase of Operation
.. Minimum Range Increment (Sec,)
(Sec. )
Minimum Initial 1-99 1.0
Maximum Initial * 0-99 1.0
Added initial Per Actuation 0-9 0.1
Passage Time 0-9 0.1
Minimum Gap 0-9 0.1
Time To Reduce to Minimum Gap 0-9 0.1
Time Before Reduction 0-99 1.0
Time Before Reduction 0-99 1.0
Maximum 1 1-99 1.0
Maximum 2 1-99 1.0
Yellow Change 0-9 0.1
Red Clearance 0-9 0.1
Walk 0-99 1.0
Pedestrian Clearance 0-99 1.0
Red Revert (One Per Controller) 3-9 1.0
* Maximum Initial may have fixed value of 30 Sec.
d. Interval and Function Indication
i. Indication. Long life light emitting diode indications or approved eqUljuhall be
provided and appropriately labeled on the controller (~ facilt~te the
determination of operation and termination of the interv~s. cB9d ~ctions
contained therein. Indication shall include but not necessarily;be:limitlid to thcil
following: ~ N ['-
0'
-l~.") ,f:'" '-rl
.Phase( s) next .Dwell -<' - -0 \, ,
- ~ rn -,
, :
.Phase( s) in service :Walk ?:::::) - --'
:...J- r
.Initial interval .Ped clear </'
-- -
.Vehicle interval .F orce off )> ,f:'"
. . Yellow change interval .Hold
.Maximum termination .Red clearance
.Gap termination
ii. Call Indication. Indication shall be provided on the controller to display
presence of vehicle call including memory and detector actUJItions and presence
of a pedestrian call when pedestrian timing functions are included.
e. Vehicle Recall Switch(s). A recall switch shall be provided for each actuated
vehicle phase which, when asserted, shall cause the automatic return of the right-of-
way to that phase in accordance with the specified interval sequence.
f. Maximum Recall Switch(s). The recall switch(s) shall provide a maximum recall
position which when asserted for a phase, shall cause the automatic return of the
right-of,way to that phase for the duration of the maximum green interval in
accordance with the specified interval sequence.
23
March 15, 2004
---
g. Vehicle Detector Non-Lock Memory Switch(s). A switch shall be provided for
each actuated vehicle phase which, when placed in the non,lock position, shall
cause the vehicle detector memory circuit for that phase to be disabled.
h. Pedestrian Recall Switch(s). A recall switch shall be provided for each actuated
phase that includes pedestrian interval timing function, which when asserted, shall
cause the automatic return of the controller to that phase and related pedestrian
interval(s).
i. Flashing of Pedestrian Clearance Interval Functions. Means shall be provided to
control the flashing of pedestrian signals during the pedestrian clearance interval(s).
6, Signal Circuits.
a. General. The controller shall be provided with suitable load switches, external to
the controller, for closing and opening signal light circuits. Such shall be sufficient
in quantity to provide the interval sequence as described in Subsection AA.2 of this
specification. Solid state load switches will be required for solid state controllers.
b. Closing and Opening of Circuits/Minimum Capacity. The closing or opening of
signal circuits shall be positive without objectionable dark intervals, flickering of
lights, or conflicting signal indications, Each switch shall have a capacity of not
less than 10 amperes of incandescent lamp load at 120 volts AC.
c. NEMA Triple Signal Load Switch(s). External jack mounted load switches shall be
provided in accordance with Part 5, "Solid-State Load Switches", Sec. TS 1-5.01,
NEMA Traffic Control Systems Standards, TSI-1983.
7, Conflict Monitor Minimum Requirements. For actuated controllers of solid state design
and construction or actuated controllers utilizing solid state load switches, a separate
external signal monitoring device shall be provided to monitor the occ\!ITence of
conflicting Green or Walk indications and shall cause the signals ggO in<<ffJ;lashing
operation should such conflicts be sensed. This shall conform to P :-- t~ T~ln
1983. The monitor shall have an LCD Screen. ~i?:::C. ;;.; ._:-
8. " -(, N r-
Flashing of Signals "'.-" n ~ 'n\
a. Mini~um Requir.em~ts. Mean~ exte.rnal t~ ~e controller shall=b~'::l1rovj~~ t~-']
permIt the substitution of flashing Signal mdlcations for the normal spei:lfiea
,.-" .1:
interval sequence. The indications to be flashed shall be as specified;Jrere or ill the
included interval sequence chart on the plans. :p -:;.
i. Flashing Rate. Flashing shall be at the rate of not less than 50 nor more than 60
flashes per minute with approximately 50% on and 50% off periods. Flashing
rate shall not vary so long as the power source remains within the specified
limits.
ii. Capacity. The operation of the flashing circuit shall be accomplished in such a
manner as to avoid undue pitting or burning or other damage to load switches at
10 amperes of tungsten lamp load at 120 volts, 60 hertz AC for 50 million
times.
b. Control of Flasher Mode.
1. Police panel switch, Operation of flash mode from police panel shall put
operation of controller into Stop Time Mode,
ii. Inside switch. An "auto-off-flash" mode switch shall be provided inside
cabinet.
c. Flashing of Vehicular Signals. Flashing of vehicular signal indications shall be
obtained from one or more flashers, each of which is a self-contained device
designed to plug into a panel in the controller cabinet. If the flashing is provided by
24
March 15. 2004
I
two flashers, they shall be wired to assure that the flashing of all lenses on the same
approach is simultaneous.
d. Flashing of Pedestrian Signals (pedestrian Clearance). When pedestrian interval
timing functions are included, means shall be provided to permit flashing of the
DON'T WALK pedestrian signals during the pedestrian clearance interval.
e. Solid State Flasher. A solid state flasher with no contact points or moving parts
shall be provided. The solid state flasher shall utilize zero point switching. This
shall conform to Part 8, NEMA Traffic Control Systems Standards, TSI-1983.
I 9. Manual Control.
I a. Manual Control Enable. When specified, manual commands shall place vchicle
calls and pedestrian calls (when pedestrian timing is included in the controller's
sequence of operation) on all phases, stop controller timing in all intervals except
vehicle clearances, and inhibit the operation of the external advance input during
vehicle clearance.
b. Operation Without Pedestrian Timing. When concurrent pedestrian timing is not
provided, one actuation of the interval advance input shall advance the controller to
Green rest, from which it will immediately select a phase next and advance to the
Yellow Vehicle Clearance, subject to the constraints of concurrent timing
c. Operation With Pedestrian Timing. When concurrent pedestrian service is
provided, two sequential activations of the interval advance input shall be required
to advance through a Green interval, the first actuation shall terminate the WALK
interval, and the second shall terminate the GREEN interval including the
Pedestrian Clearance Interval. I
I
d. Automatic Timing . of Vehicle Change/Clearance Intervals. All Vehicle
Change/Clearance Intervals shall be timed internally by the controller. Actuations
I of the interval advance input during Vehicle Change/Clearance intervals shall have
no effect on the controller.
10. Stop Timing. Suitable input from auxiliary equipment or other external soWE~s, shall
I cause cessation of controller timing during assertion of such input. C!pon refffoval of
I such input assertion, the interrupted interval, which was timing, slui!!: ~um~l).ormall
timing, Provisions shall be made to insure that there is no conflict beiWe~ the~~oUS:::
inputs to this function which would result in a stop time signal for one gng.affeJtifig ilien
condition of the other ring. :tr' -0 \-1
II. . . - a;, ::r: \J
Coordmation . ?) ~ .r:-
a. Minimum Requirements. Means shall be provided within the controlliii: 'to perOiit its
interconnection into a: coordinated traffic signal system when coordiliating devices
are added. All a minimum, this should include the provision of Yield circuit or Hold
circuit, accessible to interruption by commands external to the controlleL
b. Hold Feature. The controller shall contain a Hold Feature which when asserted for
a particular phase shall hold that phase in a rest condition. Upon release from the
Hold, the phase shall immediately advance into the appropriate clearance interval or
other unexpired portion of the green, provided there is an actuation on an opposing
phase.
c. Force-Off Feature. The controller shall contain a Force-off Feature which, when
asserted shall cause termination of the current phase provided that phase is in the
extension portion. In no case shall assertion of force-off cause termination in a
clearance interval or during a minimum green for vehicles or pedestrians.
d. NEMA Coordination Requirements. In addition to the minimum coordination
requirements specified above, the controller shall contain the coordination features
25
March 15, 2004
--------
for the applicable configuration included in NEMA Traffic Control Systems
Standard TSI-1983.
e. COMTRAC Compatibility. The controller shall be fully compatible with an Eagle
Signal Company Comtrac computer controlled signal system. It shaH allow fuH use
of all optional functions of that computer system. The Local Adapter Unit (LAU) is
a separate item and is not a part of this specification. The LAU must be an Eagle
DGS 352,BDQ and its dimensions are 6 3/8 inches wide, 7 3/8 inches high and II
1/2 inches deep.
12. Environmental and Testing.
a. Minimum Requirements.
\. General. The controller shall maintain all of its programmed functions and
timing intervals when the ambient temperature and humidity are within the
specified limits of this specification.
11. Ambient Temperature. The operating ambient temperature range shall be from
-30 degrees to +165 degrees F.
iii. CoolinglHeating Devices. No heating or cooling devices other than standard
vent fanes) shaH be required for proper operation of the controller.
iv. Humidity. The controHer shall be designed to operate properly within a relative
humidity range of 0 to 95% up to 110 degrees F.
b. NEMA Requirements.
\. Environmental and Operating. The controller shaH fulfill the environmental
and operating requirements as described in Part 2, Section I, "Environmental
and Operating Standards", NEMA Standards TSI-1983.
ii. Testing. The controller shaH fulfill the testing requirements as described in
Part 2, Section 3, "Test Procedures", NEMA Traffic Control Systems Standard
TSI,1983.
13. Cabinet.
a. Basic Construction. The controHer and aH associated equipment shaH be provided
in weatherproof metal cabinet of clean-cut design and appearance. The controHer
cabinet must be large enough to accommodate a future master control unit (under
separate contract, unless specified in the plans). The cabinet must be fiber ready.
i. Construction Material. The cabinet shaH be constructed of sheet or cast
aluminum.
ii. Door. A hinged door shaH be provided permitting complete access to the
interior of cabinet. When closed, the door shaH fit closely to gasketing
material, making the cabinet weather and dust resistant. The door shalI be
provided with a strong lock and key.
The door shaH be designed to be opened only with the standard controHer
cabinet key cUrrently used by the City ofIowa City. A sample key wiH be made
available to the successful bidder.
iii. Auxiliary Door. A small, hinged and gasketed "door-in-door" shaH be included
on the outside of the main controller door. The auxiliary door shall not allow
access to the controHer, its associated equipment, or exposed electrical
terminals but shaH aHow access to a small switch panel ~d conJP.:artment
containing a signal shutdown switch, a flash control switch, a'ntJ-Other specified
. ~-'...) ~
functions. )> -; :!'.: 'il
-./":"- I
The auxiliary door lock shall be. equipped with.a strong 10ck~1ili~ing ~s ~f:a:
different deSIgn from those proVIded for the mam cabmet door.~ ~ i-n
If! -0 ,~"
--T == l ~
O=.'" _J
26 -c/o r
~-"'" ..
j";March-tS,2004
U1
I
The auxiliary door lock shaH be designed to be opened only with the standard
auxiliary door key used by the City of Iowa City. A sample key will be made
available to the successful bidder.
iv. Door Stop. The controHer cabinet door shaH be provided with a stop and catch
arrangement to hold the door open at angles of both 90 degrees and 180
degrees, z 10 degrees.
v. Mounting Shelves. The cabinet shaH contain strong mounting table(s) or
sliding way(s) to accommodate the mounting of the controller and all included
auxiliary equipment. The mounting facilities shall permit the controller and/or
auxiliary equipment to be withdrawn from the cabinet for inspection or
maintenance without breaking any electrical connections or interrupting
operation of the controller.
vi. Mounting Screws. Screws used for mounting shelves or other mounting
purposes shall not protrude beyond the outside wall of the cabinet.
vii. Outlet and Lamp. An electrical outlet shall be furnished and located in an
accessible place near the front of the cabinet and each cabinet shaH be provided
with a light mounted in the cabinet in a manner which will provide adequate
light to service all parts of the cabinet interior during nighttime hours and
controHed by a toggle switch mounted on the inside control panel.
b. Size, Type and Mounting.
I. Size. The cabinet shaH be of such size to adequately house the controller, all
associated electrical devices and hardware, and other auxiliary equipment
herein specified.
II. Mounting. The cabinet shall be arranged and equipped for concrete base
mounting. Sufficient galvanized anchor bolts, clamps, nuts, hardware, etc., as
rllfluired for the specified mounting type shall be furnished with each cabinet.
c. 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 controHing the fan shaH be
manually adjustable to turn on between 90 degrees F and 150 degrees F with a
differential of not more than 10 degrees F between automatic turn-on and turn-off.
The fan shall intake air through filtered vents located near the bottom of the cabinet
or cabinet door and exhaust it through a weather-proof, screened duct located near
the top of the cabinet. Fiberglass type dry filters shall be used to cover the air
intakes into the cabinet. These filters shaH be easily removed and replaced and be
of standard dimensions commerciaHy available. The filters shaH be provided with
positive retainment on aH sides to prevent warpage and entry of foreign matter
around the edges.
'"
0 =
=
:::>0 en
'-
p-) ,.... -fl
~
O~, N -
~O .::-
:<r [T!
_m -0 -~
02 ::r: L;
</'. .r-
)3; -
en
27
March 15, 2004
-- --- --- -- - -- -I
d. 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 shaU 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 aU
connectors on the controller (or auxiliary device).
II. Panels and Wiring. Each cabinet shall be furnished with suitable, easily
accessible wiring panel(s). All panel wiring shall be neatly arranged and firm.
a) Wiring Terminals. Terminals shall be provided, as a minimum, for the
following:
Terminal with N.E.C. cartridge fuse receptacle, fuse, power line switch or
magnetic circuit breaker, with integral power line switch, for the incoming
power line.
Terminal, unfused, for the neutral side of the incoming power line.
Minimum 16 channel back panel with plug-ins for signal load switches,
and outgoing signal field circuits.
Terminals and bases for signal flasher and outgoing signal field circuits.
Terminals for detector cables.
Terminals for all required auxiliary equipment.
Terminals for all conflict monitor inputs and outputs.
Terminals fC}r all NEMA defmed inputs and outputs
Terminals for all inputs and outputs defined by the controller manufacturer
which may be in addition to the NEMA defmed inputs and o'!tputs.
b) Clearance Between Terminals. Adequate electrical clearance shall be
provided between terminals. The controller, auxiliary equipment, panel(s),
terminals and other accessories shall be so arranged within the cabinet that
they will facilitate the entrance and connection of incoming conductors.
c) Signal Circuit Polarity. The outgoing signal circuits shall be of the same
polarity as the line side of the power service; the common return of the
same polarity as the grounded side of the power service.
d) . Grounding Conductor Bus. An equipment grounding conductor bus shall
be provided in each cabinet. The bus shall be grounded to the cabinet in
an approved manner.
e. 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: 5;2 ~
!. Controller mechanism ~ 0 ~,
2. Cabinet fan :; :=j "'0 11
, N-
3. Conflict monitor =::j C) .:;:- r--
4. Detector amplifiers ~< 1=;; " iT)
5. Flash transfer :5 2-d =.: \ )
......::.: ""'" :- ~
j> .:.:.
28 c.n
March 15,2004
I ----- -- ------ -
iii. Light & Outlet Fuse. A 15 ampere fuse and indicating type of fuse holder, wired
in advance of the main circuit breaker for protection of the AC power input
circuits to the cabinet light and the convenience duplex receptacle shall be
provided.
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 - 200400 volts. A second such
device shall be provided on the AC power line to the controller unit.
I f. Painting. The cabinet shall be natural, unfinished aluminum. All mounting
, attachments shall be natural, unfinished aluminum or finished with two coats of
high grade aluminum colored paint.
g. Plastic Envelope. A heavy-duty clear plastic envelope shall be securely attached to
the inside wall of the cabinet door. Minimum dimensions shall be 9 inches wide x
11 inches deep. I
14. Guarantee. The equipment furnished shall be new, of the latest model fabricated in a
first-class workmanlike manner from good quality material. The manufacturer shall
replace free of charge to the purchaser any part that fails in any manner by reason of
defective material or workmanship within a period of 18 months from date of shipment I
from the supplier's factory, but not to exceed one year from the date that the equipment
was placed in operation after installation.
15, Wiring Diagrams and Documentation
One documentation package shall be supplied in each controller cabinet and three
additional copies will be supplied for office use. Each package will consist of the
following list of items for the cabinet and load facility and for each model of controller,
conflict monitor, load switch, and flasher.
a. Complete schematic diagram, accurate and current for unit supplied.
b. Complete physical description of unit. r.;:?,
c. Complete installation procedure for unit. 0 ~,
d. Specifications and assembly procedure for any attached or asso.~~d eq!iipmenD
required for operation. Y -j ;::; ;:.:::: I
e. Complete maintenance and troubleshooting procedures. 0, C s:- '<-n
f. Warranty and guarantee on unit, if any. :2. r :9. (-\ I
g. Complete performance specifications (both electrical and mechanical),o<;funit.-" _..J
h. Complete parts list - listing full names of vendors and parts nOt4dentificla by I
universal part numbers such as JEDEC, RETMA, or EIA. J;; U1 I
1. Pictorial of components layout on chassis or circuit boards.
j. Complete stage-by,stage explanation of circuit theory and operation.
B. Multi-Phase Traffic Actuated Controllers I
1. Purpose. It is the purpose of this section of the specifications to set forth minimum
design and operating requirements for multi-phase (two through eight phase) traffic
actuated traffic signal controllers.
2. General Design Requirements. The General Design Requirements in Section A of this
specification shall apply in addition to certain design, operational and functional
requirements hereinafter described.
a. NEMA Design Requirements. The controller shall be designed in accordance with
the applicable requirements, included in NEMA Traffic Control System Standard
TSI-1983.
b. Controller Interchangeability. Interchangeability of controllers furnished under this
specification shall be achieved by connector plug interchangeability as designated in
I Part 3, NEMA Traffic Control Systems Standard TSI-1983.
I
29
March 15, 2004 I
c. Maximum Controller Dimensions. The controller shall be no more than 19 inches
wide, 13 inches high and 11 inches deep.
3. Operational Requirements.
a. Mode of Operation, The controller shall provide the multi,phase operation
described in Subsections 1 and 2 of this section of the specification and shall be
fully actuated with means of receiving actuations on all phases. The traffic signal
controller shall be capable of Volume Density operation. The controller shall have
variable initial and time waiting gap reduction features. The controller shall also
have dual maximum extension capability.
b. The controller shall also permit a non-actuated mode of operation on any of its
phases by assertion of the vehicle recall function (or pedestrian recall function when
such function is present) on the desired phase.
c. Call to Non-Actuated Mode. The controller shall feature an input which, when
asserted, shall permit the selection of non-actuated mode of operation on any of its
phases.
d. Operation With Auxiliary FunctionslDevices. The controller shall be capable of
having its basic operation expanded or augmented by the addition of auxiliary
functions or devices.
e. Minimum Green
I. Actuated Phase. The minimum green shall consist of an initial portion Only, or
a separately set Minimum Green function,
If pedestrian functions are provided and a pedestrian actuation is received, the
Minimum Green shall consist of a WALK interval plus a Pedestrian Clearance
interval.
II. Non-Actuated Phase. In the non,actuated mode of operation, the Minimum
Green on the non- actuated phase shall be equal to the values described for
Actuated Phases in the preceding paragraphs or shall be equal to a separately set
Minimum Green function.
f. Unit Extension. The actuation of a vehicle detector during the extendible portion of
an actuated traffic phase having the right-of-way shall cause the retention of right-
of-way by that traffic phase for one Unit Extension portion from the end of the
actuation but subject to the Maximum (extension limit).
g. Maximum (Extension Limit). The Maximum or extension liIirit shall determine the
maximum duration of time. the right-of,way can be extended for a phase having
successive detector actuations spaced less than a Unit Extension portion apart.
h. Initiation of Maximum (Extension Limit). The timing of the Maximum or extension
limit shall commence (1) with the fust 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. 9 ~
i. ?c' '..,.
Transfer of Right-of,Way. The actuation of any detector on a)traffic p!i~se n9t'J
having the right-of-way shall cause the transfer of the right-of''Yay.io thab traffic::
phase at the next opportunity in the normal phase sequence provided}hat tIlere has"
been an expiration of a Unit Extension portion with no continuing. ~ctuati1ll) or :a~<
expiration of the Maximum (extension limit) timing on the preced~i~has~avihtr'
the right-of- way. <:: .,
:>:> -
c-'1
30
March 15, 2004
r -------- -- --- - - - --- ---
-----
I
I
,
,
j. Change Clearance Interval(s) Prior to Transfer. The transfer of right-of,way to any
conflicting phase shall occur only after the display of the appropriate change
clearance interval(s).
k. Rest in Absence of Actuation.
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
which the last actuation occurred.
ii. Rest in All-Red. In the absence of detector actuation or assertion of recall
switch(s), the controller, after display of the appropriate clearance interval(s) on
the last phase having the right-of-way, shaH rest in Red (and associated
Pedestrian DON'T WALK indications) on all phases until detector actuations
are received.
I. 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
.....,
2 =
=
<J'O
.<::0 <-
T.>:::; ~ -n
:;;..:
~,-< N r-
c.
3P .f=" \
-0 in
- rfl 0
522 :;3:
.er- r
<':
)> -
Ul
31
March 15, 2004
\ I
I
sp.
(NEW)
~~ Iowa Department Of Transportation
~
SPECIAL PROVISIONS
for
WATER DISTRIBUTION SYSTEM
""
0 <CO>
0
Johnson County :2:0 "'"
(-
)>---. :...,
0< :.e.: 11
'" --
--Ie) +" \--
STP-U-3715 (625)- - 70-52 ~-<r' 'n
{"i-1 "
;:.:~:u -- I~
~/~ '..J
.r:-
--0- ..
.I-' -
U1
Effective Date
,2004
THE ENGLISH STANDARD SPECIFICATIONS, SERIES OF 2001,
ARE AMENDED BY THE FOLLOWING MODIFICATIONS. THESE
ARE SPECIAL PROVISIONS AND SHALL PREVAIL OVER THOSE
PUBLISHED IN THE STANDARD SPECIFICATIONS
sp, Page 1 of 18 c-.>
0 co
c""
U"'
:?:o (-
.,.--. ---; -1l
.;- --
./ '" .--
PART 1 DESCRIPTION C") .... ,--
::"~C) ~ '~'1
-<:' ::-- -0 : I
1.01 SUMMARY . '," 0--1
--1.-.1 :1:' '...,/
A. Section Includes: C2 ~ .r::-
1. Underground water main piping, fittings, joints and appurtenances. ~ -
2. Disinfection and hydrostatic testing of potable water distribution system. U1
3. Testing and reporting results.
4. Thrust restraint.
1.02 REFERENCES
A. This special provision references the following documents. In their latest edition, the
referenced documents form a part of this special provision to the extent specified herein.
In case of conflict, the requirements of this specification shall prevail. One copy of all
references shall be kept on the site, readily available and accessible to the Engineer
during normal working hours. Copies may be obtained from the organizations or from the
City of Iowa City Water Department at cost plus 15%.
B, American National Standards Institute and American Water Works Combined Standards:
1. ANSI/AWWA C104 - Cement,Mortar Lining for'Ductile-lron Pipe and Fittings for
Water.
2. ANSIIAWWA C105 - Polyethylene Encasement for Ductile Iron Piping for Water and
Other Liquids.
3. ANSIIAWWA C110, Ductile-Iron and Gray,lron Fittings, 3 inch through 48 inch, for
Water and Other Liquids.
4. ANSI/AWW A C111 - Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and
Fittings.
5. ANSIIAWWA C115 - Flanged Ductile-Iron Pipe with Threaded Flanges.
6. ANSI/AWWA C150 - Thickness Design of Ductile-Iron Pipe.
7. ANSI/AWWA C151 - Ductile-Iron Pipe, Centrifugally Cast, for Water and Other
Liquids.
8. ANSI/AWWA C153 - Ductile-Iron Compact Fittings, 3 inch through 16 inch, for Water
and Other liquids,
9. ANSI/AWWA C500 - Gate Valves for Water and Sewerage Systems,
10. ANSI/AWWA C502 - Dry-Barrel Fire Hydrants.
11- ANSI/AWW A C504 - Rubber Seated Butterfly Valves,
12. ANSI/AWWA C506 - Backflow Prevention Devices - Reduced Pressure Principle and
Double Check Valve Types.
13. ANSIIAWWA C509 - Resilient Seated Gate Valves for Water and Sewerage
Systems.
14. ANSI/AWW A C512 - AirNacuum Valve,
15. ANSIIAWWA C550, Protective Epoxy Interior Coatings for Valves and Hydrants.
16. ANSI/AWWA C600 - Installation of Ductile-Iron Water Mains and Their
Appurtenances.
17. ANSI/AWWA C605 - Underground Installation of Polyvinyl Chloride (PVC) Pressure
Pipe and Fittings for Water.
18. ANSI/AWWA C651 - Disinfecting Water Mains.
19. ANSI/AWWA C900 - Polyvinyl Chloride (PVe) Pressure Pipe, 4 inch through 12 inch
for Water.
20. ANSIIAWWA C905 - Polyvinyl Chloride (PVC for Pressure Pipe, 14 inch through 36
inch for Water.
21. ANSI/AWWA C104 - Cement-Mortar Lining for Ductile,lron Pipe and Fittings for
Water,
-- ---- ------ -
-----------
sP- Page 2 of 18
C. American National Standards Institute and American Society for Testing Materials
Combined Standards:
1. ANSIIASTM 01557 - Test Methods for Moisture-Density Relations of Soils and Soil,
Aggregate Mixtures Using 10 Ib (4.54 kg) Rammer and 18 inch (457 mm) Drop.
D. American Association of State Highway and Transportation Officials:
1. AASHTO T180 - Moisture-Density Relations of Soils Using a 10 lb. (4.54 kg)
Rammer and an 18 in. (457 mm) Drop.
1,03 SUBMIITALS
A. Product Data: Provide data indicating pipe and pipe accessories.
B. Manufacturer's Certificate: Certify that products meet or exceed specified requirements,
C. Test Reports: Indicate results comparative to specified requirements.
D. Certificate: Certify that cleanliness of water distribution system meets or exceeds specified
requirements.
E. Submit the following as appropriate for each valve and hydrant provided.
1. Outline and installation drawings for equipment and fixtures furnished.
2. Equipment performance data and operating characteristics.
3. Manufacturer's catalog data, marked to indicate materials being furnished as
standard equipment, fixtures, specialties, and accessories.
F. Operation and Maintenance manuals.
1.04 QUALITY ASSURANCE
A. The Contractor shall employ and pay for services of the independent testing laboratory for
tests required to show compliance with the specifications. Test results submitted directly
to the Engineer. Selection of the testing laboratory is subject to approval of the Engineer.
B. Whenever a percentage of compaction is indicated or specified, use percent of maximum
density at optimum moisture as determined by ASTM D698-00a.
C. Perform work in accordance with ANSI/AWWA C651.
0, Pipe: Nominal pipe size, material code designation, standard dimension ratio, pressure
rating, manufacturer's name or trade mark, National Sanitation Foundation seal, and
appropriate ASTM designation numbers marked on pipe.
E. Fittings and Valves: Manufacturer's name and pressure rating marked on body.
1.05 DELIVERY, STORAGE, AND HANDLING C1 ;'=;
A. Deliver, store, protect, and handle products in accordance with manufacturers instrudtions,
B. Deliver and store valves in shipping containers with labeling in place. :8 9 ~-~
C. Deliver, store and handle materials according to manufacturers instruction~.-< .<.: -1'1
D. Protect plastic materials from sunlight. =i l) ~ ;-:-=:
-.... .--- -
.... ...... ; , r"l
rTl -0 :11
1.06 . WARRANTY r:5=: :o.~ ,--r
A. Full warranty against defects in materials and quality for two years after fi~I'accelRance'-.J
by the Contracting Authority, inclUding all parts, labor, and expenses.::r--~ -
U1
1.07 SEQUENCING/SCHEDULING
A. Coordinate scheduling, submittals, and work elements to assume efficient and orderly
sequence of installation of interdependent construction elements.
1.08 PROJECT RECORD DOCUMENTS
A. Accurately record location of pipe runs, fittings, connections, hydrants, valves, and depth
of cover.
B. Identify and describe unexpected variations in subsoil conditions or discovery of uncharted
utilities.
C. Disinfection report; record:
-
SP- Page 3 of 18 ~
.~ c.."
o <J'
<0 '-
1. Type and form of disinfectant used. f~ ~\ ':;~: :=D
2. Date and time of disinfectant injection start and time of completion. o.,,~ 'i?- c-
3. Testlocations. ) >- -0 . l\
4. Initial and 24-hour disinfectant residuals (quantity in treated water) in -ppm:for each \~.J
.".... J.-I
outlet tested. '~ 7~ r-
5. Date and time of flushing start and completion. ~ ::..
6. Disinfectant residual after flushing in ppm for each outlet tested. cJl
D. Bacteriological report; record:
1. Date issued, project name, and testing laboratory name, address, and telephone
number.
2, Time and date of water sample collection.
3. Name of person collecting samples.
4. Test locations.
5. Initial and 24-hour disinfectant residuals in ppm for each outlet tested.
6. Coliform bacteria test results for each outlet tested.
7. Certification that water conforms, or fails to conform, to bacterial standards of Iowa
Department of Natural Resources.
8. Bacteriologist's signature and authority.
1.09 FIELD MEASUREMENTS
A. Verify that field measurements and elevations are as indicated.
1.10 QUALIFICATIONS
A. Testing Firm: Company specializing in testing potable water systems, certified and
approved by the State of Iowa for microbiological testing,
1.11 REGULATORY REQUIREMENTS
A. Conform to applicable Iowa Department of Natural Resources and State Health
Department code or regulation for performing the work of this Section.
B. Provide certificate of compliance from authority having jurisdiction indicating approval of
water system.
PART 2 MATERIALS
2.01 WATER PIPE
. A. Ductile Iron Pipe: ANSI/AWWA C151. Class 52, inside nominal diameters as shown on
the Plans. All materials shall be of domestic manufacture.
1. Exterior Coating: Asphaltic coating, 1-mil thickness.
2. Interior Coaling: ANSI/AWWA C104 standard thickness cement lining with seal coat.
3. Joints: ANSI/AWWA C111, rubber gasket, push-on or mechanical joint type.
4. Fittings: ANSI/AWWA C153/A21.53 and ANSI/AWWA C110/A21.10, ductile iron,
mechanical joints. asphaltic exterior coating 1-mil thick, ANSI/AWWA C104 standard
thickness interior cement lining with seal coat. Working pressure 350 PSI.
5. Polyethylene Jacket: ANSI/AWWA C1 05, polyethylene encasement for ductile iron
piping for water and other liquids.
6. Bolts and nuts.
a. Corten
b. Ductile Iron
c. Stainless steel
7. Restrained Joint Ductile Iron Pipe:
---- - .- --
SP, Page 4 of 18
a. Restrained joint design: Flexible type, capable of being deflected 3 degrees
after assembly.
b. Restrained joint design: Boltless "lock ring" type for DIP.
c. Spigot end restrained joint pipe for bolted connection to mechanical joint
fittings and valves may also be required. ,....,
d. Restraining gaskets not acceptable. CJ
(.:) C'
<J'
8. Approved Manufacturers: :2:0 '-
~.."..---; ~::: -n
American .;- -:l ~ .-
a. .,0( N ,.-
f"! "
b. Clow '=::.ie' ,;:- '-<'I
Griffin ' \
c. ..:,' .." \-\
---~Q: .,
d. McWane ~~ ,,/
Tyler r)-:!;'. .c"
e. ~/...
--,-"
f. US Pipe ~- -
):> c.n
g. Engineer,Approved Equivalent
B. Polyvinyl Chloride Pipe: AWWA C900, dimension ratio (DR) 18, for pipe through 12-inch
nominal diameter and AWWA C905, dimension ratio (DR) 18, for pipe from 14-inch
through 36,inch nominal diameter.
1. PVC pipe shall have same outside dimensions as ductile iron pipe,
2. Do not use PVC pipe in any area where there is likelihood the pipe will be exposed
to significant concentrations of pollutants comprised of low-molecular-weight
petroleum products or organic solvents or their vapors.
3. Use elastomeric gasketed push-on joints, AWWA C900 or AWWA C905; solvent
cement welded joil)ts not permitted.
4. Do not use PVC pipe at stream crossings, inside casing pipe, or adjacent to vertical
offsets.
5. Do not telescope small pipe inside larger pipe for shipment or storage.
6. When pipe is cut in field, deburr and bevel cut edges to prevent gasket damage.
7. Protect pipe from prolonged (more than one month) exposure to direct sunlight
8. Use ductile iron fittings, as specified below.
C. Restraining mechanisms, tie rods, clamps or other components of dissimilar metal shall
be protected against corrosion by hand application of a suitable coating or by encasement
of the entire assembly with 8-mil thick (0.2 mm) loose polyethylene film in accordance with
ANSI/AWWA C1 05/A21.5.
2.02 FITTINGS
A. General:
1. Ductile iron compact fittings, mechanical joint, AWWA C153, 350 psi minimum
pressure rating in cases where compact fittings are available; ductile iron standard
fittings, mechanical joint, AWWA C110, 250 psi minimum pressure rating, only when
C153 fittings are unavailable. Asphaltic exterior coating 1-mil thick, AWWA C104
standard thickness interior cement lining with seal coat
2. Bolts and nuts as specified for ductile iron pipe.
3. Wrap fittings with polyethylene film, as specified for ductile iron pipe.
4. Bed fitting with granular pipe bedding, as specified.
B. Couplings: Install where indicated on the Plans. Ductile iron with stainless steel bolts and
nuts. Working pressure of 150 psi. Connections shall be made with solid sleeves and
mechanical joint retainer glands by EBAA Iron Sales, Inc. (Megalug), Clow Corporation,
American Cast Iron Pipe Company or Engineer-approved equivalent
C. Cutting-ln,Sleeves: Install where indicated on the Plans. As manufactured by EBAA Iron
Sales, Inc., Clow Corporation, American Cast Iron Pipe Company, or Engineer-approved
equivalent.
sP. Page 5 of 18
D. Mechanical Joint Retainer Glands: Install where indicated on the Plans. As manufactured
by EBAA Iron Sales, Inc. (Megalug), Clow Corporation, American Cast Iron Pipe
Company, or Engineer-approved equivalent.
E. Mechanical Joint Caps and Plugs: Install where indicated on the Plans. MJ caps and
plugs by EBAA Iron Sales, Inc., Clow Corporation, American Cast Iron Pipe Company, or
Engineer,approved equivalent.
F. Anchoring Pipe and Couplings: Install where indicated on the Plans. Utilized for hydrant
leads, branch line stubs, and dead ends, in conjunction with mechanical joint pipe, fittings,
valves, and hydrants. MJ anchoring pipe, couplings, and fittings by EBAA Iron Sales, Inc.,
Clow Corporation, American Cast Iron Pipe Company, or Engineer-approved equivalent.
G. Mechanical Joint Tapping Sleeves and Crosses: Install where indicated on the Plans.
Cast iron two-section construction, Mechanical joint ends, flanged outlet for tapping valve.
Tapping sleeve and crosses by Mueller Company, Clow Corporation, American Cast Iron
Pipe Company, or Engineer-approved equivalent.
H. Stainless Steel Tapping Sleeves: Install where indicated on the Plans. All stainless steel
two-section construction with stainless steel flanged outlet for tapping valve. Stainless
steel bolts and nuts.
I. Mechanical Joint Split Repair Sleeves: Install as approved to repair main breaks. Cast iron
two-section construction, mechanical joint ends,
J. Stainless Steel Repair Clamps: Install as approved to repair main breaks. All stainless
steel, single section, double section, or triple section, depending .upon size of main.
Stainless steel bolts and nuts.
2.03 BORINGS
A. Casing pipe: Uncoated, smooth wall welded steel pipe, ASTM A139; use for railroad"street
and highway crossings or where shown on the Plans. 0 ~
1. Minimum wall thickness: <-n <-
Pipe Diameter Wall Thickness 5~ :.:. ;::-..,. -Tl
."-
(Inches) (Inches) C)-..:.. '" u._
~C) - I
20 or less 0.375 ?- -Cl
,:-...... !Tl -0 .' ,
24 0.375 -~
O:p ::t: U
30 or greater 0.375 -/' .r-
-s.
~
2, Welded joints: Comply with American Welding Society Code of Arc anlGas WelC!ing
in Building Construction.
3. Bevel or space ends of pipe to insure penetration of weld for full thickness of pipe.
B. PVC or CPVC pipe: Polyvinyl Chloride (PVC) or Chlorinated Polyvinyl Chloride (CPVC)
Pipe: PVC sewer pipe, types PSP and PSM, shall have the following minimum wall
thickness:
CasinQ Diameter (inches) Minimum Wall Thickness (inches)
PSP PSM
4 0.120 0.120
6 0.253 0.153
8 0.199 0.205
9 0.230 0.230
10 0.249 0.256
12 (maximum acceptable) 0.299 0.395
C. PVC casing pipes: PVC pipe, as specified above, may be used as casing material for
casing nominal sizes of 12 inches diameter and smaller. The Contractor's unit prices for
these sizes of borings and casings may be based on either welded steel or PVC casing.
sp, Page 6 of 18
D. Casing skids: Water main 4 inches diameter and larger installed through casing shall have
pressure treated wood skids thick enough to provide clearance between the casing and
the pipe couplings strapped to the pipe.
E. Casing skid strapping material: Stainless steel bands or straps and not wires.
F. Grouting for voids, abandoned holes by boring, jacking or tunneling; and annular space
at ends of casing: Shall be a sand cement slurry with a minimum of two (2) sacks of
cement per cubic yard and a minimum of water to assure satisfactory placement.
1. Annular space at ends at ends of casing can be sealed with concrete or grout (as
specified above).
2.04 VALVES
A. Resilient Seated Gate Valves:
1, All valves shall be of the iron-body resilient,wedge type with non,rising stems, sizes I
I
3-inch NPS through 12-inch NPS in diameter. :-'..) I
L~
2. All valves by the same manufacturer. 5 =
<.n
3. Specification Standard: ANSI/AWWA C509. :~O '-
4. Body, Bonnet, Stuffing Box: Cast iron or ductile iron. ---;.-, ~: 11
? --:1
5. Bolts and Nuts: Slain less steel. :j-'" '" ,--
~:J.C~ r- ,
6. Valve Ends: Mechanical joint or push-on ends. -<r ~--n
7. Wedge: Cast iron or ductile iron, resilient coated. - rT1 -u I-~
?S_u :::::. '.J
8. Stem: Manganese bronze, non-rising stem. ~?': r-
9. Seals: Synthetic rubber O,rings. ~ -
10. Stem Extensions: Steel, noted on the Plans if required. Ul
11. Operator: 2" square nut.
12. Coating: ANSVAWWA C550 epoxy coating, both inside and outside of body, bonnet,
and stuffing box.
13. Pressure Rating: 200 psi, bubble-tight closure.
14. Direction of Operation: left Counterclockwise to open.
15. Smooth, unobstructed watelWay with a diameter not less than the fuli nominal
diameter of the valve.
16, Wrap valves with polyethylene encasement.
17. Approved Manufacturers:
a. Clow, Model: F-6100
b. Kennedy, Model: Fig. 1571-X
c. Mueller, Model: Resilient Wedge
d, Engineer-approved equivalent.
B. Butterfly Valves
1. General:
a. All valves rubber-seating, tight-closing type.
b. Securely fastened rubber seat to the valve body.
c. No metal,to-metal seating surfaces permitted.
d. Valves bubble-tight at rated pressure with flow in either direction.
e. Valves satisfactory for throttling service, frequent operation, and very infrequent
operation.
f. Valve disc shall rolate 90 degrees from the full open to tight shut position.
g. All valves by the same manufacturer.
h. Valves shall meet the full requirements of ANSIIAWWA C504, Class 150B, and
the following requirements.
2. Construction:
a. Body: Cast iron ASTM A 126, Class B, or
Cast iron ASTM A48, Class 40, or
Ductile iron ASTM A536, Grade 65-45,12.
b. Valve Ends: Mechanical joiots.
-
--- --- - - - - ----- -- ---- --- -- --- - -------- - --- --
SP, Page 7 of 18
c. Disc: Cast iron ASTM A 126, Class B, or
Cast iron ASTM A4B, Class 40, or
Ductile iron ASTM A536, Grade 65-45-12.
d. Disc Edge: Nickel chrome or stainless steel 18-8 Type 316 seating edge.
e. Shaft: Stainless steel 18-8 Type 304 or Type 316, one-piece solid through-
shaft type, with ground and polished finish.
f. Seat: Reinforced resilient type.
Acrylonitrile-butadiene or EPDM.
In the valve body, not on the valve disc,
Retention hardware shall be stainless steel1B,B Type 316.
g. Bearings: Sleeve type, reinforced teflon or nylon, self-lubricating.
h. Seals: V-type self-adjusting packing.
i. Shaft Extensions: Steel, noted on the Plans and valve schedule if required.
j. Buried Operators: Traveling-nut type with AWWA wrench nut as meeting
requirements of ANSI/AWWA C500, Section 3.16. Cast iron housing
permanently lubricated and sealed from groundwater. Design to accept
massive overload torque of 450 ft-Ib at full open or full closed position.
Counterclockwise to open..
k. Coating: Buried valves shall have manufacturers standard exterior asphalt or
epoxy coating.
I. Pressure rating: 150 psi, bubble,tight closure, conforming to Class 150B
requirements of ANSI/AWWA C504.
m, Testing: Hydrostatic and seat leakage tests in accordance with ANSI/AWWA
C504.
n. Proof of Design: The manufacturer shall be prepared to show proof that the
valves proposed meet the requirements of ANSI/AWWA C504.
3. Wrap valves with pOlyethylene encasement
4. Approved Manufacturers:
a. DeZurik Model: BAW
b. Mueller Model: Linesealll/
c. Pratt Model: Groundhog
d. Engineer-approved equivalent
C. Tapping Valves: Use resilient-seated gate valves fOr tapping with one flanged end and
one mechanical joint end. Wrap valves with polyethylene encasement Clow Corporation,
F-6114 or Engineer-approved equivalent.
D. Valve Boxes: Fumish valve boxes for. all buried valves. Boxes shall include standard or
oval base as required, center section and top section with cover. Boxes cast iron with
screw type adjustment. For valves on water system, the cover marked WATER. Tyler
series 6650, or Engineer approved equivalent For valves on raw water mains, the cover
shall be marked WELL WATER. Tyler series 6855 item 668A, or Engineer approved
~~~ ~
() g
<.; t:..n
2.05 HYDRANTS r () L-
A. Specification Standard: AWWA Standard C502. > -::: ::: II
1. Type of shutoff: Compression. ~ c'; ~ .=
2. Type of construction: Break flange or break bolt. :< ,'- Tj
3. Main valve opening: 4 Y2 inches for 12,inch and under. r: r:;:] ~ :-1
5 X inches for 16,inch and above. ';;! ;A .c- '-I
4. Nozzle arrangement and size: 3 nozzle - Two 2,1/2 inch hose nozzle~d on~-1/2
inch pumper nozzle. (JJ
5 Nozzle thread: National Standard Hose Threads.
6: Type of inlet connection: Mechanical Joint
7. Size of inlet connection: 6 inch.
sp, Page 8 of 18
8. Depth of bury: Distance from ground line to top of connecting pipe shall be 5-1/2 feet
minimum, or otherwise as indicated on the Plans.
9. Extensions required to adjust hydrant to finished grade, per manufacturer's
recommendations.
10. Direction of opening: open to right (clockwise)
11. Packing: Conventional or O-Ring.
12. Size and shape of operating nut: 1,1/2" Standard Pentagon
13. Working pressure: 150 psi,
14. Color:
a. Finished water main: Safety Red
b. Raw water main: Olive Green
15. City of Iowa City Standard Detail, see plan sheet 8.05.
16. Paint: Tnemec Series 2H Primer, Tnemec Series 10 Finish
8. Wrap hydrant base and barrel up to finish grade with polyethylene encasement. Slit film
at hydrant base at drain-back opening.
C. Approved manufacturers:
1. Clow F-2545.
2. Kennedy Guardian K-81 ~~
r.,:?
3, . Mueller SuperCenturion 200 or 250 7"\ =
'.J en
4. American-Darling F-2500, MK73-1 and 8,84,8. ~O '-
~>..... ;:-,;. -n
5. Engineer-Approved Equivalent - ~ x
n-~ --
f'0 !--
~C-) r ';-\1
2.06 THRUST RESTRAINT -"',' -;:l
Mechanical Restraint: - .... f'~ ~
A. 0-'.1.."" - ~,-_J
1. Threaded Rod: 3/4" diameter stainless steel or corten. ~/' r
-0-
2. Nuts: Ductile iron, corten or stainless steel. --
)> -
3. Eye bolts: 3/4" diameter corten. CJ1
4. Due-Lugs: Ductile iron.
5. Collar Clamps: Minimum 3/8" thick steel, include large diameter extra thick washers.
6. Restraining mechanisms, tie rods, clamps or other components of dissimilar metal
shall be protected against corrosion by hand application of a suitable coating or by
encasement of the entire assembly with 8,mil thick (0.2 mm) loose polyethylene film
in accordance with ANSI/AWWA C105/A21.5.
7. Manufacturer shall be engineer approved.
B. Concrete:
1. Use cast-in-place concrete thrust blocks for joints requiring restraint, which are not
restrained by other means.
2. Minimum compressive strength of 3000 psi.
2.07 DISINFECTION CHEMICALS
A. Chemicals:
1. ANSI/AWWA 8301, Liquid Chlorine.
2. ANSI/AWWA 8300, Liquid Sodium Hypochlorite.
3. ANSI/A;WWA 8300, Granular or Tablet Calcium Hypochlorite.
2.08 POLYETHYLENE ENCASEMENT
A. Polyethylene encasement, flat sheet or split tube, 8 mil (0.20 mm) thickness, as per
ANSI/AWWA C105, for use with all buried ductile iron and steel pipe, fittings, valves and
operators, and hydrants.
2.09 TRACER WIRE
A. Use tracer wire on water mains: No. 12 AWG solid copper conductor with Type THHN
insulation in yellow or orange,
--.
I
,
sP. Page 9 of 16
B. Splices: Use 3M Vinyl Insulated Butted Seam butt connectors (MVU14BC) and 3MITCSN
Heat Shrinkable cable sleeves (ITCSN-0400), Twister DM Plus Wire Connectors or
Engineer-Approved Equivalent.
C. Ground rod: Copperweld or Engineer,Approved Equivalent installed as shown on Plans.
2.10 SERVICE LINE MATERIALS
A. All water service materials shall meet or exceed current ANSIIAWWA-C800 specifications
and shall be made in accordance with ASTM B-62. The manufacturer shall furnish a
certificate indicating all new materials meet the specifications. All valves, fittings and pipe
shall be inspected several times during the manufacturing process and pressure tested
with air under water before shipment. All water service materials shall be visually
inspected before installation. Brass and copper are soft metals and care in handling shall
be exercised to avoid damaging threads or distorting piping, valves or fitting bodies.
B. Water service brass for services 2 inches and smaller will be purchased from the City
Water Division. The Contractor shall use the brass goods furnished by the Water Division
on work under this contract only and not on private property.
C. Service line: Type K copper tubing, ASTM B88, flared joint fittings, sizes as shown on the
Plans. No couplings or connections will be permitted under the paving.
D. Service saddles: Brass bodies, stainless steel straps, O-ring seal, AWWA taper threaded
outlet, 150 psi minimum working pressure, for use with PVC water main, sizes as shown
on the Plans. A.Y. McDonald, Smith Blair, Mueller, or Engineer-approved equivalent.
E. Corporation stops: Brass bodies, AWWA taper threaded inlet, flare connection outlet for
copper service pipe, 150 psi minimum working pressure, sizes as shown on the Plans.
A.Y. McDonald, Mueller, or Engineer-approved equivalent.
F. Couplings: Brass with flare or compression connections for copper service pipe, 150 psi
minimum working pressure, sizes as shown on the Plans. A.Y. McDonald, Ford, Mueller,
or Engineer-approved equivalent. Couplings 2 inches and smaller will be purchased from
the City Water Division.
G. Curb stops: Brass bodies without drain, ball valve type, flare connection inlet and outlet
for copper service pipe, 150 psi minimum working pressure, sizes as shown on the Plans.
A.Y. McDonald, Mueller, or Engineer-approved equivalent.
H. Curb boxes: Extendable two-piece type, cast iron arch pattern base section, steel pipe
upper section, lid type to be selected by Engineer, total height as required to extend from
curb stop body at service line to finish grade elevation as shown on the Plans. A.Y.
McDonald or Engineer-approved equivalent. Curb boxes 2 inches and smaller will be
purchased from the City Water Division.
I. Materials purchased from the City Water Division are available at the Water Division at
2551 North Dubuque Street during normal working hours. The Water Division.will provide
an accounting for materials supplied and the Contractor will be required to ~eeg.;eC&(;IS
of materials used at each service connection. ~.- , i:;; -n
~ ---, -~I
_/ ""'-
, N
,~ , 1-
=.(-i +"
PART 3 CONSTRUCTION .,<r.' ..,., i11
r-,l 0
,")22 =:
3.01 EXAMINATION :..-=;: /-.. r
A. Verify that trench cut and excavation base are ready to receive work and ~vations,
dimensions, and elevations are as indicated on Plans. 0'
B. Verify that piping system has been cleaned, inspected and pressure tested.
C. Perform scheduling and disinfection activity with startup, testing, adjusting and balancing,
demonstration procedures, including coordination with related systems.
sp. Page 10 of 18
3.02 PREPARATION
A. All mains shall be bedded with granular material from trench bottom, and up a minimum
of 1 ,foot above the top of the main. Cost of bedding shall be considered incidental to pipe
installation.
B. Trench backfill shall consist of suitable backfill placed in one,foot lifts in accordance with
the plans.
C. At hydrant installations, backfill with granular material to 18" above bottom of hydrant stand
pipe.
D. Where new construction crosses or closely parallels existing utilities or utility services,
excavate in advance or pipe laying; determine locate and crossing arrangements including
line and grade. 6 ~
<0 c_
I 3.03 PIPE AND FITTING INSTAllATION ?:::::\ -:::~ -::0
I A. Install pipe and appurtances in accordance with AWW A C600 and C605, G / ~ \~
I B. Lay pipe to slope gradients noted on Plans, ==\ '0 ~n
I C. Refer to Paragraph 3.02 for trenching, backfilling, and compacting requirements..;:: DOJ!pt CJ
displace or damage pipe when compacting. -0 -\ r-
D. Handling: Handle pipe and appurtenances in such a manner as to ensure defiV:ery to !lie
'trench in a sound, undamaged condition. Use of web slings or end hooks nofallowe&."
E. Inspection for Defects: Before installation, inspect pipe and appurtenances for defects
and, when applicable, tap the pipe with a light hammer to detect cracks. Reject defective,
damaged, or unsound pipe and appurtenances.
F. Cutting: Cut pipe, when necessary, in a neat and good quality manner without damage
to the pipe, interior lining, and exterior coating. Perform cutting with an approved
mechanical cutter, using a wheel cutter when applicable and practicable.
G. Beveling: Grind smooth and bevel cut ends and rough edges using methods
recommended by the manufacturer and approved by the Engineer.
H. Pipe Joints: Pipe joints in accordance with AWWA C600 and C605 and as recommended
by manufacturer; use minimum amount of gasket lubricant; apply to gasket only; do not
apply lubricant to inside of bell.
I. Cleaning and Protection of Pipelines: Clean pipe interior of foreign material before lowering
into trench; keep clean at all times; when pipe laying is not in progress, including lunch
breaks, nights, weekends, and other non-working periods, securely close open ends of
pipe and fittings with watertight plugs.
J. Pipe Deflections:
1. Deflections from a straight line or grade, as required by vertical curves, horizontal
curves, or offsets, shall not exceed the manufacturer's recommendations for the type
and size of pipe and joint being used.
2. If the alignment requires deflections in excess of the manufacturer's limitations, then
bend fittings or a sufficient number of shorter lengths of pipe shall be utilized to
provide angular deflections within the limits set forth.
K. Pipe Gradient:
1. In certain instances, it may be required that a positive gradient be maintained for
pressure lines. All such locations are noted on the Plans.
2. Where changes from positive to negative grades occur, air release or combination
air release and air/vacuum valves and utility accesses required as shown on the
Plans.
L. Separation Between Water Mains and Sewer Lines:
1. At locations where water mains cross storm drains, drainage tile or sanitary sewers
and the vertical separation between the bottom of the water main and the top of the
sewer or drain is less than 18 inches, or where the water main is below the sewer
or drain, a length of pipe should be centered at the sewer to be crossed so that the
joints will be approximately equal distance from the sewer. When a water main
sp, Page 11 of 18
crosses under a sewer, a vertical separation of 18 inches between the bottom of the
sewer and the top of the water main shall be maintained. If the sewer and/or sewer
service is not 18 inches above the water main, then the sewer and/or sewer service
will be replaced with materials and joints that are equivalent to water main standards
of construction with tight waterproof joints, for a distance of 10 feet on each side of
water main,
2, Water mains shall be separated at least 10 feet horizontally from any sanitary sewer.
Where this separation is not possible, the bottom of the water main shall be 18
inches above the top of the sewer and the water main shall be laid in a separate
trench or in the same trench on a bench of undisturbed earth. As a minimum, the
horizontal separation shall be at least 3 feet.
3. Water mains shall be separated from sewer force mains by a horizontal distance of
at least 10 feet unless:
a. The force main is constructed of water main materials meeting a
minimum pressure rating of 150 psi and requirements of these
standards;
b. Water main is laid at least four linear feet from the sewer force main.
4, Care shall be taken in compacting the backfill beneath the sewer and any
misalignment of the sewer or joints loosened shall be corrected before proceeding
. with the backfill.
5, No water pipe shall pass through or come in contact with any part of a sewer utility
access. A minimum horizontal separation of 3 feet shall be maintained,
M. Depth of Cover: The depth of cover over water mains from the top of the pipe to the
ground surface shall be sufficient to prevent freezing. The minimum depth shall be 5 Y:i
feet, or otherwise as shown on the Plans.
N. Installation - Valves and Hydrants
1. Set valves and hydrants on solid bearing. ,...,
2. Center and plumb valve box over valve. Set box cover flush with fini~.!3ed gra'flk
2. Install all buried valves and operators and hydrants with polyethylene.eneasernent,
8-mil (0.20 mm) thickness, as per ANSI/AWWA C105. :'> O-~I .~~ ~
n~-- r-) , .-
..,- ,
3.04 PROTECTION 1C) rTl
~ ~
A. Protect finished installation. ::'i-1". -0 ,-'
-~n :,-:: U I
B. Maintain areas free of waste materials, debris, and rubbish. 0= s::-
o<::' /'.
--
- -
3.05 RESTRAINT )> a> I
A. Anchorage
1. Provide anchorage lugs for flanged or bell and spigot fittings and/or socket clamps I
with interconnecting tie rods where there is a possibility of pulling of the joint under
pressure.
B. Restrained Joint Ductile Iron Pipe
1. Provide restrained joint ductile iron pipe as indicated on the Plans.
2. Submit restrained joint styles and detailed designs by the pipe manufacturer to
Engineer prior to manufacture. Include detailed laying schedules.
3. Field cutting of restrained joint pipe not allowed, except for the locations that utilize
a "field-cur restrained joint end kit as provided and recommended by the pipe
manufacturer.
4. These "field-cut" locations noted on the Plans shall not be used at any other
locations.
C. Concrete Thrust Blocks
1. Provide cast-in-place concrete thrust blocks at bends, tees, and dead ends placed
against undisturbed soil.
---- -
---- -~- - --- ----
SP, Page 12 of 18
3.06 BORING AND CASING
A. General: Install by boring and casing certain water mains and service lines under specific
highways and streets as designated on the Plans.
B. Encase all water mains and service lines that cross State highways as a minimum from
toe of foreslope to toe of fares lope.
1. Water lines with inside diameter greater than two (2) inches must be encased from
right-of-way line to right,of-way line or as otherwise shown on the plans.
2. Pits for boring, tunneling, or jacking notperinitted closer to the roadway than toe of
fill in fill sections or toe of foreslopes in ditch sections or two feet from back-of,curb
in urban sections.
C. Casing and pipeline installations accomplished by dry jacking, augering, or tunneling
methods.
1. The use of water under pressure Oetting) or puddling will not be pennitted to facilitate
augering, pushing, or jacking operations. .
2. Some borings may require water to lubricate cutter and pipe, and under such
conditions are considered dry boring.
D. Conduct boring or tunneling operations in such a manner as not to be detrimental to the
roadway being crossed where suitable soil conditions exist.
E. If excessive voids or too large a bored hole are produced during casing or pipeline
installations, or if it is necessary to abandon a bored or tunneled hole, prompt remedial
action shall be taken by the Contractor, subject to the approval of an authorized
representative of the lOOT or the County or City.
F. Fill all voids or abandoned holes by boring, jacking, or tunneling by pressure grouting when
deemed necessary by the lOOT or the County or City. Grout material shall be sand
cement slurry with a minimum of two (2) sacks of cement per cubic yard and a minimum
of water to assure satisfactory placement.
G. Bored or tunneled installations shall have a hole diameter which shall not exceed the
outside diameter of the water main or caSing by more than 1-1/2 inches on pipes with an
inside diameter of 12 inches or less, or 2 inches on pipes with an inside diameter greater
than 12 inches.
H. Minimum length of casing pipe determined by toe to toe of foreslopes of road being
crossed, or right-of-way line to right-of-way line of State highway being crossed, or as
shown on the Plans.
I. Water main 4 inches in diameter and larger installed through casing shall have pressure
treated wood skids thick enough to provide clearance between the casing and the pipe
couplings strapped to the pipe before it is installed in the casing,
1. Strap four wooden skids in place at 90-degree axis points along the full length of the
pipe, excluding the bell and spigot areas at both ends of the pipe.
2. Skid leading edges shall be rounded and notches cut for the strapping so the
assembled unit is smooth.
3. Strapping material: Stainless steel bands or straps and not wires,
4. Install pipe and skid assembly through the casing by pushing or pulling as per the
pipe manufacturer's recommendations.
J. Space between the carrier pipe and the casing shall be left open and not filled. Securely
close ends of casing.
K. All borings under Federal and State highways in strict accordance with these
specifications, the lOOT permit for the work, the lOOT Policy Manual for 1=mmOdating
Utilities on the Primary Road System, latest revision, and requirements' ~ the"3IDOT
Resident Maintenance Engineer. )-?; . ~ j".
, -. Il
'_) __<, ",L
l., f".-..)-_
.50 +- ;--
~ "' ~_I U;-r
I, I -0 ; I I
i~~ ~~ c:)
J> -
en
- --- --- --
SP, Page 13 of 18 I
3.07 CLEANING, FLUSHING, AND DISINFECTION OF PIPING AND APPURTENANCES
A. Cleaning
1. During the progress of pipe installation, thoroughly clean each piece of pipe, valve
and fitting before final installation.
B. Flushing
1. Hydrants may be used for flushing.
2. Complete preliminary flushing prior to the disinfection of the water lines. except when
the tablet method is used. The tablet method used on Iv with written approval from
the Engineer.
3. Flushing done at a site which will not cause damage to private or public property.
4. Preliminary flushing velocity not less than 2.5 feeVsecond and discharged to storm
sewers or natural drainage ways.
5. The rate of flow required to produce the specified minimum velocity of 2.5
feeVsecond at 40 psi residual pressure is listed below:
""
"'"
Pipe Size Flow Required to Produce 0 =
eft
(in.) 2,5 fps Velocity (GPM) :~O '-
-';;'-- ?;"; -\1
./ -4 ,-
n-< N r"-
4 100 ~C~) ~ ',-n
6 220 :< r::. -0 ,~
[I. :z.-.: \.....1
8 390 -5'
r-J :::
'//-""" .r:-
10 610 :;0: ..
p -
12 880 CJ'o
14 1,200
16 1,565
20 2,450
24 3,525
With 40 psi residual pressure, one 2-1/2 inch hydrant outlet nozzle will discharge
approximately 1,000 GPM and a 4-1/2 inch hydrant nozzle will discharge
approximately 2,500 GPM.
C. Disinfection:
1. All new cleaned or replaced water mains shall be disinfected in accordance with
AWWA StandardC651 before being put into service.
2. Continuous Feed Method:
a. Flow water from the existing distribution system or other approved sources of
supply into newly laid water line at a constant and measured rate.
b. This water shall receive chlorine also at a constant and measured rate.
c. Proportion two flows so chlorine concentration in the newly laid pipe is a
minimum of 25 mgll free chlorine. '
d. Apply chlorine solution to the water line with a pump suitable for feeding
chlorine solutions.
e. The point of application shall be through a tap in the new water line within 10
feet of the valve to be used for admitting water into the line.
f. Manipulate valves during application of the chlorine to prevent the treatment
dosage from flowing back into the line supplying the water.
g. Chlorine application shall be continuous until the entire main is filled,
h. Retain chlorinated water in the water line for at least 24 hours.
i. As the chlorinated water flows past tees and crosses, related valves not used
for isolating the water line, shall be operated to disinfect all appurtenances.
sp, Page 14 of 18
j. At the end of this 24 hour period, the treated water shall contain not less than
10 mg/l chlorine throughout the length of the main.
k. Chlorine Solution:
1. The chlorine water solution is prepared by (1) using a vacuum-operated
gas chlorinator and booster pump for chlorine-gas sOlution,feed, (2) by
using a metering pump with liquid sodium hypochlorite, or (3) by using a
metering pump with a solution prepared by dissolving calcium
hypochlorite in water in the proportion required for the desired
concentration.
2. A 1 percent chlorine solution requires approximately 1 pound of calcium
hypochlorite (70% chlorine) in 8.5 gallons of water.
3, The table below shows the minimum rate of chlorine solution feed for a
1 percent chlorine solution for various water flow rates to obtain a 25 mg/l
available chlorine content.
I
I
i
Water Feed Rate 1 % Chlorine Solution Feed Rate
(GPM) (GPM) .....,
C.?
0 =
en
100 0,25 ~:O '-
200 0.50 .;~ .--: !;:: 11
~ .--
300 0.75 C) ~.~. f') ,.-
-
400 1.00 ~C'" ,n
-<!~ -0 " .
- ,"7) \1
500 1.25 ::=:::0 ~.
~" ,.J
'-..J~ r
<./"-
3. Tablet Method: :c. -
a. The Contractor may use the tablet method for disinfection ~nlY if wrltten
permission is given by the Engineer.
b. Place 5-gram tablets of HTH 70% free chlorine or other chlorine compound of equal
strength, in each piece of piping installed, in accordance with the following schedule:
Pipe Sizes
Length of Pipe 4" 6" 8" 10" 12" 16" 20" 24" 30" 36"
(feet)
13 1 1 1 2 3 4 7 9 15 21
18 1 1 2 3 4 6 9 13 20 28
20 1 1 2 3 4 7 10 14 22 32
40 1 2 4 5 7 13 20 28 44 63
NOTE: HTH tablets to be used only on iron, steel, or concrete pipe. Continuous feed
method shall be used to disinfect PVC pipe. Use of chlorine powder not acceptable.
c. Secure the tablets to the upper surface of pipe at each joint by means of a
food,grade adhesive such as Permatex Form-A,Gasket No.2 and Permatex
Clear RTV Silicone Adhesive Sealant, by Loctite Corporation, Kansas City, KS.
d. Fill the pipe slowly with water and allowed to stand for 24 hours to effectively
disinfect the piping system. If the water temperature is less than 410 F ( 50 C),
the water shall be allowed to stand for 48 hours.
e. Maintain minimum of 10 mg/l free residual chlorine concentration throughout
the 24 hour (or 48 hour) disinfection period.
sp, Page 15 of 18
D. Final Flushing:
1. After the applicable retention period, flush heavily chlorinated water from the main
until the chlorine concentration of the water leaving the line is no higher than that
generally maintained in the system or less than 1 mg/l.
2. Determine the chlorine residual to ascertain that the heavily chlorinated water has
been removed from the water line.
E. Samples:
1. Procedure
a. After final flushing and before the new water main is placed into service, collect
two consecutive sets of acceptable samples at least 24 hours apart. Collect
from the end of each test section and test for bacteriological quality to show
the absence of coliform organisms.
b. Collect at least one set of samples from every 1200 feet of new main, plus one
set from the end of the line and at least one set from each branch.
c. Analyze samples after refilling the water line with potable water.
d. Collect samples for bacteriological analysis in sterile bottles treated with
sodium thiosulfate.
e. Do not use hose or fire hydrant in collection of samples.
f. Install a standard corporation cock installed in the main with a copper tube
goose neck assembly, if necessary.
2. Test Failure
a. If the initial disinfection fails to produce satisfactory samples, repeat flushing
and disinfection until satisfactory samples are obtained.
b. Use continuous feed method in these subsequent disinfections.
3. When the samples are satisfactory, perform hydrostatic pressure test.
3.08 HYDROSTATIC TEST
A. Test all pressure lines for leakage after satisfactory completion of cleaning, flushing, and
disinfection of piping and appurtenances.
B. SUbject newly laid piping or any valved section of piping to a hydrostatic pressure test for
at least two (2) hours.
C. Conduct pressure tests on individual piping sections between valves in order to test the
integrity of the valves as well as the piping.
D. The test pressure shall be 150 psi, or as directed by the Engineer. The test pressure not
less than 1.25 times the working pressure at the highest point along the test section and
not less than 1.5 times the working pressure at the point of testing.
E. Before applying the pressure, completely expel air from the system being tested.
F. Install, at Contractor's expense, corporation cocks as required at all high points in the
system if necessary to completely expel all air.
G. After all the air has been expelled, remove corporation cocks and plug or close prior to
testing. Engineer to determine whether the corporation cocks are removed or left in place.
H. Determine amount of leakage by adding water to the system by means of a pump where
pressure within the system is maintained within 5 psi of the test pressure.
/. Allowable leakage shall not exceed 11.65 gallons per mile per inch diameter per 24 hours
for pipe in 18 foot lengths, 10,5 gallons for pipe in 20 foot lengths, and proportionally
varied for other lengths at a test pressure of 150 psi.
J. When testing at pressures other than 150 psi, allowable leakage shall not exceed that
computed as follows: 0 :;;:g
.,j ~ =
L=ND P c'2::0 ~
1'-:__ _
~oo -~ ~
. Where: L = Allowable leakage (gallons per hour) C) .> ;j .2]
N = Number of joints in length being tested .=2.'" .; ..,- r--
0= Nominal diameter of the pipe (inches) _ 0" -0 :n
P = Average test pressure (psi) (gauge) ~;i! ;.: G
p '.
-
0)
--- ----- - -
SP, Page 16 of 18
K. When testing against closed metal-seated valves, an additional leakage per closed valve
of 0.0078 gallons per hour per inch of nominal valve size is allowed.
L. Perform the test against closed hydrant, with the auxiliary valve open.
M. Determine acceptance on the basis of allowable leakage.
N. If any test of pipe laid discloses leakage greater than that specified above, the Contractor
shall, at no expense to the Contracting Authority, locate and repair the defective material
until the leakage is within the specified allowance.
O. Repair all visible leaks regardless of the amount of leakage.
P. Damaged or defective pipe, fittings, or valves, hydrants, or joints discovered::Jn the
pressure test shall be replaced by the Contractor and the test repeat@ until tile test
results are satisfactory, ~. Q, ~ \\
,,:/ --::) ....... ---
-.- I"J ,--
n .s:"' \ .
-',c en
-< r: -0 r-'
PART 4 METHOD OF MEASUREMENT AND BASIS OF PAYMENT_ jl ::r: \.)
0,,;;';: .s:"'
2:: . .,
4.01 WATER PIPE =j; -
A. Payment by the lineal foot of pipe laid in the trench as measured, for each diameter, 19Pe,
and class in the Bid Schedule. The contractor will be paid the contract unit price per lineal
foot of each size of water main pipe installed. Deductions will be made from the measured
length for valves and other appurtenances. The unit prices as bid shall include the
furnishing of all labor, equipment and materials necessary to install the water main in
accordance with the contract documents. This price also includes MJ glands, gaskets,
bolts, polyethylene wrap and the installation of these items. This work shall include all
excavation, installing and joining of pipe and fittings, removal and disposal of water,
backfill, sheeting and shoring, disposal of excess excavated material, protection of existing
structures and utilities, clean-up and all other operations unless specifically covered by
.other pay-items specified under this contract.
4.02 FITTINGS
A. Each fitting will be measured by the pound. The contractor will be paid the unit price per
pound of fitting. Weight of a fitting is defined by the speCified body weight of the AWW A
C153 fitting or manufacturers equivalent standard. Gaskets, gland rings and bolts are not
included in the weight and are considered incidental to the fitting. For fittings that are not
available in AWWA C153 compact size, then weight will be determined by weight of
AWWA C110 fitting. Mainline line tee(s) to the hydrants, excluding the piping from the tee
to the hydrant, are to be considered as fittings and will be measured and paid for
accordingly. This shall be considered full payment for materials, equipment, excavation,
installation and all associated incidental work.
4.03 SPECIAL FITTINGS AND COUPLINGS
A. Includes couplings, cutting,in sleeves, retainer glands, anchoring pipe and couplings,
tapping sleeves, repair sleeves and clamps, etc. Includes accessories and installation.
Special fittings and couplings. Payment shall be considered incidental to the installation
of the water main pipe.
4.04 BORED, JACKED AND TUNNELED PIPE
A. Payment by the lineal foot of jacked, bored or tunneled distance called out on Plans.
Includes casing pipe, skids, bands, excavation, backfill, materials, and labor. The
contractor will be paid the contract unit price per lineal foot of each size of carrier pipe
installed. The unit prices as bid shall include the furnishing of all labor, equipment and
materials necessary to install the water main in accordance with the contract documents.
r--
SP, Page 17 of 18
This work shall include all excavation, installing and joining of pipe and fittings, removal
and disposal of water, backfill, sheeting and shoring, disposal of excess excavated
material, protection of existing structures and utilities, clean-up and all other operations
unless specifically covered by other pay-items specified under this contract
4.05 VALVES
A. Each valve will be measured as a single unit The contractor will be paid the contract unit
price for each valve installed. This shall be considered full payment for equipment,
excavation, installation and materials including concrete blocking, crushed stone, bolts,
gland rings, gaskets, valve box and lid, and extension if required.
4.06 HYDRANTS
A. Each hydrant will measured as a single unit The contractor will be paid the contract unit
price for each hydrant installed. This shall be considered full payment for equipment,
excavation, installation and materials including hydrant, isolation valve, and piping from
the main to the hydrant Main line tee(s), excluding the piping from the tee to the hydrant,
are included in the bid item for "Water Main Fittings", I
4.07 THRUST RESTRAINT
A. Concrete thrust blocking and other restraint accessories including threaded rods, nuts,
eyebolts and mechanical joints shall be considered incidental to the installation of water I
main fittings and hydrants.
4.08 DISINFECTION
A. Disinfection of water mains shall be considered incidental to the installation of water main
pipe and fittings.
4.09 TRACER WIRE I
A. Tracer wire shall be considered incidental to the installation of water main pipe and fittings.
. I
4.10 POLYETHYLENE WRAP
A. Polyethylene wrap shall be considered incidental to the installation of pipe, fittings, valves, I
and hydrants. I
~
0 ,=
=
<'" c.ro
<0 '--
)>~ :r;::..,.
./ -- Il
0' N '- I
~C~J .c- /- I
_-<:r '-'n
rll '"
C-) --'-..: :::;: 0
:>./" .r:-
::i> -
<n
.
SP-
(NEW)
~~ Iowa oepartmentof Transportation
SPECIAL PROVISIONS
for ~,
c5 =,
=
~C) "'"
SANITARY SEWER '-
)>-~ ~;.. -11
I (--) ". ('.,
, r- 1
--j ( .,
-'- ,---- fTl
- .,. "
~ ~~, ! !-I
:2:< 0
r-
I )> -
en
I Johnson County I
I
i
STP-U-37I5 (625)- - 70-52
I
Effective Date
,2004
THE ENGLISH STANDARD SPECIFICATIONS, SERIES OF 2001, ARE AMENDED
BY THE FOLLOWING MODIFICATIONS. THESE ARE SPECIAL PROVISIONS AND
SHALL PREVAIL OVER THOSE PUBLISHED IN THE STANDARD
SPECIFICATIONS
_. ------ -- --
sp, Page1of13
PART 1 DESCRIPTION _ :;:::;
O <~
.,n
1.01 SUMMARY ~ C'; ~::: -1l
A. Section Includes: n -< ;;:; .__
1. Sanitary sewer piping, fittings, joints and accessories. -c. C) ~ [,..
2. Furnishing of material, labor and installation. ,< \=-: -u ;-,-1
3. Precast concrete utility access sections with tongue,and-groove joi('i.!s:witnprecast
concrete adjustment rings for transition to lid frame, covers,':23nchorage and
accessories. )> ~
4. Testing for sanitary sewer and utility accesses.
1.02 REFERENCES
A. This special provision references the following documents. In their latest edition, the
referenced documents form a part of this special provision to the extent specified herein.
In case of conflict, the requirements of this specification shall prevail. One copy of all
references shall be kept on the site, readily available and accessible to the Engineer
during normal working hours.
B. American Society for Testing Materials:
1. ASTM A48-83 - Gray Iron Castings (Class 35).
2. ASTM A536-84 - Ductile Iron Castings (Grade 65-45-12).
3. ASTM C139-73 - Specification for Concrete Masonry Units for Construction of Catch
Basins and Utility accesses.
4. ASTM C270-89 - Standard Specification for Mortar for Unit.
5. ASTM C478 - Precast Reinforced Concrete Utility Access Sections and Steps.
6. ASTM C564 - Rubber Gaskets for Cast Iron Soil Pipe and Fittings
7. ASTM C700-75 - Vitrified Clay Pipe (VCP), Extra Strength.
8. ASTM C923 - Resilient Connectors Between Reinforced Concrete Utility access
Structures and Pipes.
9. ASTM 01785 - Polyvinyl Chloride (PVC) Plastic Pipe, Schedules 40, 80 and 120.
10. ASTM 02922 - Test Methods for Density of Soil and Soil-Aggregate in Place by
Nuclear Methods (Shallow Depth).
11. ASTM 03017 - Test Methods for Moisture Content of Soil and Soil-Aggregate
Mixtures.
12. ASTM 03139 - Joints for Plastic Pressure Pipes Using Flexible Elastomer.
13. ASTM 03212 - Joints for Drain and Sewer Plastic Pipes Using Flexible Elastomeric
Seal.
14. ASTM F714 - Polyethylene (PE) Plastic Pipe (SDR-PR) based on outside diameter
C. American National Standards Institute and American Society for Testing Materials
Combined Standards:
1. ANSIIASTM A74 - Cast Iron Soil Pipe and Fittings.
2. ANSIIASTM C12 - Practice for Installing Vitrified Clay Pipe Lines.
3. ANSIIASTM C14 - Concrete Sewer, Storm Drain, and Culvert Pipe.
4. ANSI/ASTM C76 - Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe.
5. ANSIIASTM C425 - Compression Joints for Vitrified Clay Pipe and Fittings.
6. ANSIIASTM C443 - Joints for Circular Concrete Sewer and Culvert Pipe, Using
Rubber Gaskets.
7. ANSIIASTM 02321 .. Recommended Practice for Underground Installation of
Flexible Thermoplastic Sewer Pipe. .
8. ANSI/ASTM 02729 - Polyvinyl Chloride (PVC) Sewer Pipe and Fittings.
9. ANSI/ASTM 03034 - Type PSM Polyvinyl Chloride (PVC) Sewer Pipe and Fittings.
D. American National Standards Institute and American Water WOIKS Combined Standards:
1. ANSI/AWWA C104 .. Cement-Mortar Lining for Ductile-Iron Pipe and Fittings for
Water.
----------
,--------
sp. Page 2 of 13
2. ANSI/AWWA C105. Polyethylene Encasementfor Ductile Iron Piping for Water and
Other Liquids.
3. ANSI/AWWA C111 - Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and
Fittings.
4. ANSI/AWWA C150 - Thickness Design of Ductile-Iron Pipe.
5. ANSI/AWWA C151 - Ductile-Iron Pipe, Centrifugally Cast, for Wastewater and Other
Liquids.
6. ANSI/AWWA C600 ' Installation of Ductile Iron Water Mains and Their
Appurtenances.
E. American Water Wo/1(s:
1. AWWA C605 - Underground Installation of Polyvinyl Chloride (PVe) Pressure Pipe
and Fittings for Water.
2. AWWA C906 - Polyethylene (PE) Pressure Pipe and Fittings, 4 in. Through 63 in.
forWater Distribution.
1.03 SUBMITTALS
A. Include one copy of results of tests and certification reports with each shipment of
materials, to include absorption and concrete compression.
B. If manufacturer's test data is inadequate or unavailable, the Engineer reserves the right
to require cores drilled for compressive strength tests.
C. Product Data: Provide data indicating pipe and pipe accessories.
D. Manufacturer's Certificate: Certify that products meet or exceed specified requirements.
1.04 QUALITY ASSURANCE
A. The Contractor shall employ and pay for services of the independent testing laboratory for
tests required to show compliance with the specifications. Test results submitted directly
to the Engineer. Selection of the testing laboratory is subject to approval of the Engineer.
B. Whenever a percentage of compaction is indicated or specified, use percent of maximum
density at optimum moisture as determined by ASTM D698-00a.
C. Certify that pipe, utility accesses, fittings, and materials are manufactured in accordance
with applicable specifications.
D. Certify hat pipe materials and special fittings are manufactured in accordance with
applicable specifications. Provide copies of concrete cylinder compression tests made
during manufacture of precast materials. 0 ~~
<0 CJ'l
~- '--
1.05 DELIVERY STORAGE AND HANDLING ~ -; ":: .=1J
A. Deliver, store, and handle products in accordance with manufacturer's iri$JruCtiom$.:
--j.,:") .s:;- ,--
PROJECT/SITE CONDITIONS ...-, I ~'. ,Ti
1.06 r..-~ -n
A. Field Measurements c5~"1 (-'I
..::::;;: /..... ,J
1. Verify that field measurements and elevations are as Indicated. .r-
=:;:-- ..
B. Project Record Documents ~,. -
en
1. Make a record of all field changes, including material and physical changes, to the
Plans. Provide to the Engineer a copy of the original plans with all the changes
delineated.
2. Record location of pipe runs, connections, utility accesses, cleanouts and invert
elevations.
3. Identify and describe unexpected variations to subsoil conditions or discovery of
uncharted utilities.
sp, Page 3 of 13
PART 2 MATERIALS
2.01 GRAVITY SEWER PIPE MATERIALS
A. Cast Iron Soil Pipe (CISP): ANSIIASTM A74, extra heavy type, inside nominal diameters
as indicated on Plans, ASTM C564 rubber gasket joints, bell and spigot type.
B. Ouctile Iron Sewer Pipe: ANSI/AWWA C151, standard thickness, inside nominal
diameters as shown on Plans.
1. Pipe class: 52 65
-' =
2. Exterior coating: 0 ~
a.) Polyethylene, polybond plus, 60 mil nominal thickness. ?: 0 ~ II
b.) Protecto 401 ceramic epoxy, 40 mil nominal thickness. .J~:):.:.---!
-, . !,-1 r-
c.) No others will be considered. c:..<. ., ~ 1___
3. Interior lining: ANSIIAWWA C104 standard thickness cement linin!:k:, -0 \~
4. Joints: ANSI/AWWA C111, rubber gasket, push-on type. .~ '::b == \,..)
5. Jacket: ANSI/AWWA C105, polyethylene encasement, tube pr.:Shee\r.8-mil,
thickness, installation method A, B, or C. . ~-
C. Polyvinyl Chloride Solid Wall Pipe (PVC): ANSIIASTM 03034, polyvinyl chloridEf(PVC)
material; inside nominal diameter as indicated on Plans, bell and spigot style rubber ring
sealed gasket joint.
1. Minimum thickness 26 or 23.5.
2. PVC plastic in accordance with ASTM 01784. Cell Classification 12454-B.
3. Elastomeric gasket joints according to ASTM 03212.
4. Use for sanitary service lines only: provide granular bedding for flexible pipe as
indicated on Plans.
5. Protect PVC from direct sunlight. Cover pipe or store indoors.
O. Polyvinyl Chloride Composite Truss (PVCT) Pipe:
1. Semi-rigid composite pipe constructed with inner and outer polyvinyl chloride walls
with truss type structure between inner and outer walls; truss voids filled with
lightweight concrete.
2. Dimensional, performance, and use in accordance with ASTM 02680.
3. Rubber gasket joints, ASTM 03212.
4. Protect PVCT from direct sunlight. Cover pipe or store indoors.
E. Vitrified Clay Pipe (VCP): ASTM C700-75, extra strength.
1. Factory fabricated compression joints, ASTM C425.
F. Reinforced Concrete Pipe (RCP): ASTM C76.
1. Minimum Class IV, wall Bar C pipe, reinforced as shown in Table 4 of ASTM C76.
2. Rubber ring gasket type, flexible joint; O-ring gasket, or equal; confonn ASTM C443.
3. 6' minimum laying length.
4. Label each piece by class and show date of manufacture.
5. lining as specified hereinafter.
6. Concrete pipe lining:
a.) T-Lock, PVC Sheet Liner as manufactured by Ameron Intemational or approved
equivalent.
2.02 PRESSURE SEWER PIPE MATERIALS
A. Polyvinyl Chloride Pipe (PVC): ASTM 02241 SOR 21; PVC plastic in accordance with
ASTM 01784, cell classification 12454-B.
1. Elastomeric gasket (ASTM 03212).
2. Protect PVC from direct sunlight. Cover pipe or store. indoors.
B. Ductile Iron Pipe (DIP):
1. AWWA/ANSI C1501A21.50 manufactured in accordance with AWWA/ANSI
C151/A121.51; thickness Class 52; coat outside with standard coating; coat inside
with standard cement lining AWWA/ANSI C104/A21.4.
2. Mechanical or push on joints AWWA/ANSI C11/A21.11.
'"
SP- Page4of13 -0. g
""'
:2: 0 ~-
)> --i ='-=: 11
/
r"j -... f\.J __
2.03 UTILITY ACCESSES '==i n ~ i -
A. Standard utility accesses shall consist of precast base, precast riser sections,\P.i:e~t:con~
section (or flat slab top), precast concrete adjusting rings, steps, utility a~ssiframe anck'
I'd ~.-A ~
I ~. ..
. -
B. Components )> 0::;
1. Utility access, frame and lid:
a. Neenah R-1670, self sealing (use non-rocking in paved areas) or Engineer
approved equivalent.
d. Letter the word SANITARY on the lid of all sewer utility accesses,
2. Slab tops and cone sections:
a. Cone sections shall be eccentric.
b. Flat slab tops used only at locations indicated on the Plans.
c. Place precast concrete adjustment rings on cone section or flat slab top to
bring the top of the frame up to the final grade. Embed rings 1:2 mortar or
cold-applied bituminous jointing compound. Total height of rings not to
exceed 8". Do not use adjustment rings with bolted down covers.
3. Utility access: Reinforced precast concrete confonning to ASTM C478, 48" minimum
diameter, 5" minimum wall thickness, one cage reinforcing, minimum 0.12 square
inches reinforcement per lineal foot of pipe wall. Utility access suitable for AASHTO
HS-20 highway loadings.
4. Utility access Steps:
a. Do not furnish steps unless they are shown on plans or specifically asked for
in specifications.
b. Install straight on 12" % 2" (300 % 50mm) centers. Top step 6" below top of
cone section.
c. Copolymer polypropylene molded encapsulating a 2" (12 mm) Grade 60 steel
re-rod.
d. Model PS-1-PF as manufactured by M.A, Industries or Engineer approved
equivalent.
5. Utility access base: Precast integral concrete utility access bottom section and base,
or cast in place concrete, if approved by the Engineer.
a. Provide smooth, semi-circular invert, same size as outlet pipe, through utility
access; make curve radius as large a radius as practical for changes in flow
direction; all water shall drain freely from utility access; slope floor 2" per foot
toward invert.
6. Joints: Sanitary sewer utility access precast riser and cone sections with continuous
rubber O-ring gasketed joints.
7. Pipe connections:
a. PVC pipe connections to sanitary utility accesses: Where PVC pipe enters a
new precast utility access, a watertight flexible connection meeting
requirements of ASTM C 923 shall be used. Connection cast in the base.
Connections shall be ALOK flexible connections or Engineer approved
equivalent. Where a PVC pipe enters an existing utility access, a smooth hole
core drilled and annular opening around pipe and utility access sealed for a
watertight connection. Link Seal or Engineer approved equivalent.
b. Use watertight rubber gasket or flexible sleeve precast into utility access wall.
c. Connection to allow differential settlement of pipe and utility access without
leakage.
8. Drop utility accesses constructed similar to the standard utility accesses. Specific
details on the drop proviSions as indicated on the Plans.
9. Utility accesses in paving shall have an interior Cretex utility access chimney seal (or
approved equal) that spans from the casting ring to the cone section. This shall be
incidental to utility accesses.
-- - ---
sp, Page 5 of 13
2.04 PRESSURE LINE THRUST BLOCKS
A. Provide thrust blocks at all fittings and dead ends for sanitary sewer pressure lines (force
mains). Pour thrust blocks against undisturbed earth. After all water has been removed
from the excavation, construct suitable forms to obtain shapes that will provide full bealing
. surfaces against undisturbed earth, as indicated on the plans. Cure thrust blocks before
conducting hydrostatic tests. Take care not to over excavate in areas where thrust blocks
are to be poured. Place the blocking, unless specifically shown otherwise, so that the pipe
and fitting joints will be,accessible for repairs. See thrust blocking details on the plans.
2.05 BORINGS
A. Casing pipe: Uncoated, smooth wall welded steel pipe, ASTM A139; use for railroad, street
and highway crossings or where shown on the Plans. '"
1. Minimum wall thickness: 0 ~
Pioe Diameter Wall Thickness ~ (') S-
(Inches) (Inches) ~:::: :::::: Il
20 or less 0.375 ~ c' ~ r=
24 0.375 ~( ~-' '-rJ
r~l -n ."
30 or greater 0.375 :=; T; :.:: 1--1
... ,>~- \. j
5:,A- ..r:- -
2. Welded joints: Comply with Amelican Welding Society Code of Arqlt:ld Gas_Welding
in Building Construction. en
3. Bevel or space ends of pipe to insure penetration of weld for full thickness of pipe.
B. PVC or CPVC pipe: Polyvinyl Chlolide (PVC) or Chlorinated Polyvinyl Chloride (CPVC)
Pipe: PVC sewer pipe, types PSP and PSM, shall have the following minimum wall
thickness:
Casino Diameter (inches) Minimum Wall Thickness (inches)
PSP PSM
4 0.120 0.120
6 0.253 0.153
8 0.199 0.205
9 0.230 0.230
10 0.249 0.256
12 (maximum acceptable) 0.299 0.395
C. PVC casing pipes: PVC pipe, as specified above, may be used as casing material for
casing nominal sizes of 12 inches diameter and smaller. The Contractor's unit plices for
these sizes of bolings and casings may be based on either welded steel or PVC casing.
D. Casing skids: Sanitary sewer 4 inches diameter and larger installed through casing shall
have pressure treated wood skids thick enough to provide clearance between the casing
and the pipe couplings strapped to the pipe.
E. Casing skid strapping matelial: Stainless steel bands or straps and not wires.
F. Grouting for voids, abandoned holes by boling, jacking or tunneling; and annular space
at ends of casing: Shall be a sand cement slurry with a minimum of two (2) sacks of
cement per cubic yard and a minimum of water to assure satisfactory placement.
1. Annular space at ends at ends of casing can be sealed with concrete or grout (as
specified above).
PART 3 CONSTRUCTION
3.01 EXAMINATION
A. Verify that trench cut and excavation base are ready to receive work and excavations,
dimensions and elevations are as indicated on Plans.
---- -- --
sP- Page 6 of 13
B. Inspection for defects: Before installation, inspect pipe and appurtenances for defects
and, when applicable, tap the pipe with a light hammer to detect cracks. Defective,
damaged, or unsound pipe and appurtenances will be rejected.
3.02 PREPARATION
A. Refer to contract documents for excavation, backfill and compaction requirements.
3.03 INSTALLATION
A. Install pipe, fittings and accessories in accordance with these specifications and
manufacturer's instructions.
B. Lay pipe to slope gradients noted on plans; with maximum variation from true slope of 1/8"
(3 mm) in 10' (3 M).
C. Refer to contract documents for excavation, backfilling and compacting requirements. Do
not displace or damage pipe when compacting.
D. Bench Marks and Stakes: Before laying pipe, verify all measurements at site; make
necessary field measurements to accurately determine sewer makeup lengths or closures.
Preserve bench marks and stakes, and in case of their destruction they shall be replaced
by the Engineer at the Contractor's expense.
E. Handling: Handle pipe and appurtenances in such a manner as to ensure delivery to the
trench in a sound, undamaged condition.
F. Begin at lowest point in line; lay bell ends pointing upstream.
G. Cutting: Cut pipe, when necessary, in a neat and good quality manner without damage
to the pipe, interior lining, and exterior coating. Perform cutting witl)=opn aPRroved
H. mechanical cutter, using a wheel cutter when applicable and practicabfe;;g 0 Vi
Beveling: Grind smooth and bevel cut ends and rough edges usin9-='T1etlfods
recommended by manufacturer. () -< .c...: ;1
I. Assembling Pipe and Fitting Joints: ., 0 ~ r==:
1. General: '. ,-< h ':'0 iTI
a. Assemble all joints in accordance with the manufacturer's re~rTIl}'lendation~;-1
b. Make joints with equipment recommended by pipe manufacWief; dO'flOt use-'
backhoe to push joints together. . J> -
c. All joints watertight to the extent required in Paragraph 3.10. 0'0
d. Remove all lumps, blisters, and excess coating material from the ends of the
pipe.
e. Remove all oil and grease from the ends of the pipe.
f. Wipe clean and dry the outside of the spigot end, the inside of the bell, and the
gasket, and keep free from dirt, sand, grit, or any foreign materials before the
pipe is laid.
2. Push-on Joints:
a. Complete the procedures of 1. General.
b. Place the gasket, if necessary, in the bell socket in accordance with the
manufacturer's recommendations. Make sure the gasket faces the correct
direction and that it is property seated.
c. Apply lubricant to the gasket and spigot end of the pipe in accordance with the
manufacturer's recommendations.
d. Insert the beveled end of the spigot into the gasket in the bell end of the
previously laid pipe section.
e. Push or pull the pipe "home" into the bell socket with care so not to damage
piping, linings, coatings, or gaskets.
f. Pushing and pulling methods and means of protection of piping and
appurtenances in accordance with the manufacturer's recommendations and
approved by the Engineer.
g. Keep the joint straight while pushing or pulling.
sp, Page 7 of 13
J. Laying of Gravity Lines:
1. Lay pipe true to line and grade.
2. Use laser equipment throughout the construction to insure a close adherence to the
required line and grade.
3. Check line and grade independently with level and grade rod every 100' by the
Contractor.
4. Check each length of pipe both for alignment and grade as it is laid.
5. The flow lines of any two adjacent pipes in the completed line shall not vary more
than 14" from true grade nor shall the line of any two adjacent pipes vary more than
y:;" from true line. If, after completion, any portion of the line deviates more than
these tolerances, the Contractor may be required to relay that part of the line at no
cost to the Contracting Authority.
6. Engineer may require one-half of these tolerances for 15" diameter pipe or smaller.
K. Cleaning and Protection of Pipelines:
1. Interior of the pipe clear of all dirt and superfluous materials.
2. Whenever the pipe layers leave the trench for any reason, no matter for how short
a time, effectively close the exposed end of the pipe to prevent the entrance of
animals, dirt, or foreign objects.
L. Wyes, risers and service connections: All service lines shall enter the sewer with a
manufactured wye or tee at the location indicated on the Plans. The branch of the wye or
tee rotated not less than 30 degrees, or more than 75 degrees from vertical. When riser
is required, install the riser pipe in contact with the undisturbed trench wall. When riser is
to be installed, encase the full length of the wye connection and bend in concrete to
undisturbed trench walls. Plug the end of the riser or horizontal section of service line with
a manufactured pipe plug. The end of the vertical riser section or the flow @ of th~:9nd
of .the horizontal service line shall t~~inate at an ele~ation ~~ich will alJ["0erv~.to
adjacent property and all levels of eXisting structures With a minimum slope.on.the Ell)tire
service line of 1.0%. C1 -< ;;; II
--1, C) <:- r-=::
.-<. r- .
3.04 UTILITY ACCESSES _ c;; " r-n
A General 0 0::" ::c: C'r
. s......... -",'
1. Place all concrete bases on a minimum of 6 inches of compacted !.rushed rock.
2. When exact location of existing sewers to be intercepted is not knov@; field
adjustments may be necessary to meet the conditions found. Such adjustments
shall not entitle the Contractor to any claim for extra work.
3, Utility accesses used with sanitary gravity sewers shall be watertight structures.
4. Access opening in a cone section or flat top 24" (600 mm) in diameter.
B. Restrictions on Operations
1. Do not place concrete when stormy or inclement weather or temperature prevents
good quality.
2. Use no aggregates containing frozen lumps and do not place concrete on frozen
foundation.
3. With weather conditions, begin concrete mixing and placement when ambient
temperature is at least 340 F. and rising.
4. Concrete delivered to site must have temperature of at least 400 F.
5. Stop concrete mixing and placement when ambient temperature is 380 F. and falling,
6. Stop concrete mixing and placement when ambient temperature exceeds 950 F.
3.05 CONFLICT WITH EXISTING UTILITIES
A. Provide iemporary support for existing water, gas, telephone, power, and other utility
services that cross trench until backfilling of the trench has been completed.
B. Compact backfill under existing utility crossing to 95% maximum density; moisture content
not less than 2% below optimum or more than 3% above optimum moisture content.
sP- Page 8 of 13
.-.0
c;:;:)
o ~
3.06 BORING AND CASING :2: 0 ,-
A. General: Install by boring and casing certain sanitary sewers and serJice:lines:"Undel'Tl
specific highways and streets as designated on the Plans. () -: ~ (.::::
B. Encase all sanitary sewers and service lines that cross State highways as a-miriimum fromT1
toe of foreslope to toe of fores/ope. . -<. [-n ~ , '-1
1. Sanitary sewer with inside diameter greater than two (2) inches m~~ ~ enEased'..I
from right-of-way line to right-of-way line or as otherwise shown on the plan~
2. Pits for boring, tunneling, or jacking not pennitted closer to the roadvofay than doe of
fill in fill sections or toe of foreslopes in ditch sections or two feet from back-of-curb
in urban sections.
C. . Casing and pipeline installations accomplished by dry jacking, augering, or tunneling
methods.
1. The use of water under pressure Oetting) or puddling will not be permitted to facilitate
augering, pushing, or jacking operations.
2. Some borings may require water to lubricate cutter and pipe, and under such
conditions are considered dry boring.
D. Conduct boring or tunneling operations in such a manner as not to be detrimental to the
roadway being crossed where suitable soil conditions exist.
E. If excessive voids or too large a bored hole are produced during casing or pipeline
installations, or if it is necessary to abandon a bored or tunneled hole, prompt remedial
action shall be taken by the Contractor, subject to the approval of an authorized
representative of the lOOT or the County or City.
F. Fill all voids or abandoned holes by boring, jacking, or tunneling by pressure grouting when
deemed necessary by the lOOT or the County or City. Grout material shall be sand
cement sluny with a minimum of two (2) sacks of cement per cubic yard and a minimum
of water to assure satisfactory placement.
G. Bored or tunneled installations shall have a hole diameter which shall not exceed the
outside diameter of the water main or casing by more than 1-1/2 inches on pipes with an
inside diameter of 12 inches or less, or 2 inches on pipes with an inside diameter greater
than 12 inches.
H. Minimum length of casing pipe detennined by toe to toe of foreslopes of road being
crossed, or right-of-way line to right-of-way line of State highway being crossed, or as
shown on the Plans.
I. Sanitary sewer 4 inches in diameter and larger installed through casing shall have
pressure treated wood skids thick enough to provide clearance between the casing and
the pipe couplings strapped to the pipe before it is installed in the casing.
1. Strap four wooden skids in place at 9O-degree axis points along the full length of the
pipe, excluding the bell and spigot areas at both ends of the pipe.
2. Skid leading edges shall be rounded and notches cut for the strapping so the
assembled unit is smooth.
3. Strapping material: Stainless steel bands or straps and not wires.
4. Install pipe and skid assembly through the casing by pushing or pulling as per the
pipe manufacturer's recommendations.
J. Space between the carrier pipe and the casing shall be left open and not filled. Securely
close ends of casing.
K. All borings under Federal and State highways in strict accordance with these
specifications, the lOOT pennit for the work, the lOOT Policy Manua/ for Accommodating
Utilities on the Primary Road System, latest revision, and requirements of the lOOT
Resident Maintenance Engineer.
3.07 CONNECTION BETWEEN DISSIMILAR GRAVITY PIPE
A. Use flexible special adaptors or couplings with full-width stainless steel bands as
manufactured by Femco, Inc. or engineer-approved equivalent.
, --
---
sp, Page 9 of 13
B. If coupling is not available, use concrete collar 6" thick and 12" each way from joint:
reinforce with 6" x 6"-W2.9 x W2.9 welded wire fabric. Concrete collar approved by
Engineer prior to use.
3.08 WATERMAIN CONFLICTS
A. Horizontal separation of gravity sewers from watermains: Separate gravity sewer mains
from watermains by horizontal distance of at least 10' unless:
1. The top of sewer main is at least 18" below bottom of watermain.
2. The sewer is placed in separate trench or in same trench on bench of undisturbed
earth at minimum horizontal separation of 3' from the watermain.
3. Other regulating authorities may require more stringent limitations.
B. Sewers with less than 10' lateral clearance and top of sewer less than 18" below bottom
of watermain: Use ductile iron gravity sewer pipe. Ductile iron gravity sewer pipe is
specified under Paragraph 2 of this section.
C. Where new sewer crosses over watermain or service or where top of sewer is within 18"
of bottom of watermain or service: Provide 20' length of ductile iron gravity sewer pipe
centered on the watermain; backfill trench with low permeability soil for 20' length centered
on crossing.
3.09 SERVICE CONNECTIONS
A. Service connections where indicated on Plans or as directed by the Engineer.
S. Service pipe: Cast Iron Soil Pipe (CISP) or polyvinyl chloride (PVC) SDR 26 or SDR 23.5,
minimum size 4".
C. Wye or tee: Use fittings for service connections.
D. Watertight stopper in end of new sewer services stubbed to vacant lots; Steel fence post
painted green to mark location.
E. Use wye or tee branch where invert of sewer is less than 10' below ground surface or
where required to avoid watermain conflicts; rotate branch minimum of 30" from horizontal.
F. Use tee branch and riser pipe where sewer invert is 12' or more below ground surface;
extend riser up to 10' below ground surface; conform to Standard Details.
G. Provide service connections on sewers where wyes or tees were not originally installed
with sewer by cutting out a section of main line sewer and having a wye fitting installed or
a sewer tap made with a mechanical sewer tap machine designed for that purpose and
a factory made sewer tap saddle installed. The new wye fitting or sewer tap shall have
water-tight joints. The sewer tap saddle shall not extend beyond the inside ~e main line
sewer. Engineer to inspect installation prior to backfill. -'s: 2i1
H. Backfill trench after exact location of service connection has been r&&ded.;-"Two
compaction tests per service are required. C) ::;. f~
~c '" .17
3.10 TESTING .-<: ,} .r:- r~
_ /rl ;-
A. Leak Testing ~) .): ~ ,1'7
1 G I "'.:> - 1-
enera ~ ., ,
. ....... .J:;--- \..-1
a. After each section of sanitary sewer between utility aCcesse~as been
completely installed and backfilled, check it for leakage using the 10wJpressure
air test. The maximum allowable infiltration or exfiltration for any new sanitary
sewer section is 200 gallons per inch of diameter per mile of pipe per day.
Repair visual leakage at joints or leakage in excess of that specified at
the Contractors expense before the sewer is accepted. This repair may
include the relaying of sections of the sewer. The actual method of correction
approved by the Engineer prior to performing the repair.
When existing sanitary sewers which have service connections are being
reconstructed or replaced, the leakage test requirements may be waived.
2. Low pressure air test
a. Test in accordance with the latest ASTM C828 Specification.
I --
SP- Page 1.0 of 13
b. Pneumatic plugs: sealing length equal to or greater than pipe diameter.
c. Pass all air through a single control panel.
d. Use three separate hoses: one from control panel to pneumatic plugs for
inflation; one from control panel to sealed line for introducing low pressure air;
one from sealed line to control panel for continuous monitoring of air pressure
rise in sealed line.
e. Seal test pneumatic plugs before actual test. Place plugs in a length of pipe
laid on the ground and inflate to 25 psig. Pressurize pipe to 5 psig. Plugs shall
hold with no leakage or bracing the plugs to prevent movement of the plugs.
f. Place plugs in the pipe at a utility access and test a continuous section of pipe
and inflate to 25 psig.
g. Determine test duration for the section being tested from the table below.
Table ignores pipe length and uses the factor 0.47d, with d being in inches.
Test Period I
Size Pipe Duration (Min.) !
8" 4..0
1.0" 5..0
12" 6..0
15" 7..0
18" 8.5
1D.Q;:2 ""
21" =
c::?
24" 11.~S <-
~_1--.
. 0- - ...!J
27" 13;Qj,. "-,
-
~_.< " :'n
3D" 14.Q [7:, -0
0=..::.:: -- (.J
36" 17.;.0 .A. .r;-
p. -
42" 2.0..0 ..
48" 23..0
54" 25.5
6.0" 28.5
The pressure holding time is based on an average holding pressure of 3 psi
gauge or a drop from 3.5 psi to 2.5 psi gauge.
h. Add air to the line segment being tested until the internal air pressure of the
sewer line is raised to approximately 4.0 psi gauge greater than the average
back pressure of any groundwater that may be over the top of the pipe and at
no time should the pressure in the sewer exceed 5 psi. Allow at least 2
minutes for the air pressure to stabilize.
i. . When the pressure has stabilized and is at or above the starting test pressure
of 3.5 gauge, commence the test. Record the drop in pressure for the test
period. If the pressure has dropped more than 1.0 psi gauge during the test
period as determined in the table, the line is presumed to have failed. The test
may be discontinued when the prescribed test time has been completed, even
though the 1.0 psi gauge drop has not occurred.
--- -- - --
I -- -
SP, Page 11 of 13 I""<.~
=
- ""
o c..n
..,,'" n '--
<:. - _.
3. Utility access exfiltration test )> _;;:.; I !
a. After the sewer line has passed the low pressure air testC..l!1,Ei:util~ac~ss
must also be tested by the Contractor before final acceptance.-" iTl
b. Plug inlet and outlet of utility access and fill with water to af'ieasf,2' $'ove 199
of highest pipe; let water stand in utility access for 1 hour~jJ;thelHetill to
original elevation; measure water loss after a minimum of 1;!wur. .:.:..
c. Allowable utility access leakage shall not exceed 1/8" wate!cl'epth p6flhour.
d. When visual inspection by Engineer indicates that utility access construction
is apparently leak proof, utility access exfiltration test may be waived by
Engineer. If at a later date this utility access appears to be leaking, Contractor
shall run the exfiltration test at no expense to the Contracting Authority.
Contractor shall use 2' above the apparent groundwater level for this later
testing.
B. Deflection Test
1. Deflection tests conducted on all flexible and DIP gravity sewer pipe installed.
2. Deflection tests shall not be run less than thirty (30) days after final backfilling has
been completed.
3. Deflection tests perfonned using a rigid ball or mandrels, having a diameter of 95%
or 97% (see deflection chart) of the nominal inside diameter 'of the pipe and
perfonned with the use of mechanical pulling devices.
4. Replace any section of pipe with deflection in excess of the following at no additional
cost to the Contracting Authority.
PIPE MATERIAL DEFLECTION LIMIT
PVC, and Ductile Iron Pipe (with bituminous or plastic lining)
Gravity Sewers 5%
Ductile Iron Pipe (with cement or epoxy lining) 3%
C. Hydrostatic Test
1. Test all pressure lines for leakage.
2. After the pipe is laid, the joints completed, and the trench backfilled, subject the
newly laid piping or any valved section of piping to a hydrostatic pressure test for at
least 2 hours.
3. Pressure tests .conducted on individual piping sections between valves in order to
test the integrity of the valves as well as the piping.
4. Test pressure to 150 psi, or as directed by the Engineer. The test pressure not be
less than 1.25 times the working pressure at the highest point along the test section
and not less than 1.5 times the working pressure at the point of testing.
5. Before applying the pressure, completely expel air from the system being tested.
6. Install, at no expense to Contracting Authority, corporation cocks as required at all
high points in the system.
7. After all the air has been expelled, remove corporation cocks and plug or close prior
to testing. Engineer shall detennine,whether the corporation cocks are removed or
left in place.
8. Detennine amount of leakage by adding water to system by means of a pump
~ whereby pressure within the system is maintained within 5 psi of the test pressure.
9. Allowable leakage shall not exceed 11.65 gallons per mile per inch diameter per 24
hours for pipe in 18' lengths, 10.5 gallons for pipe in 20'lengths, and proportionally
varied for other lengths at a test pressure of 150 psi.
----
r1
SP - Page 12 of 13
10. When testing at pressures other than 150 psi, allowable leakage shall not exceed
that computed as follows for PVC pipe:
L==ND IP
7400
Where: L = Allowable leakage (gallons per hour)
N = Number of joints in length being tested
. D = Nominal diameter of the pipe (inches)
P = Average test pressure (psi) (gauge)
11. Ductile Iron Pipe: Installation not accepted if the leakage is greater than that
determined by the following formula.
- ""
L=SD IP 0 ;S
- ~ ""
133,200 ",,,: 0 <-
Where: .> - ""
L = allowable leakage (gallons per hour), ~ ;-: ~ 71
S = length of pipe tested (feet) .-<:~; - !_
D = nominal diameter of the pipe (inches) - fI! ::' I n
P = average test pressure during the leakage test (poilflds:perfllua~!
inch (gauge) psi). ~ ::..
12, When testing against closed metal-seated valves, an additional leakage pei'tlosed
valve of 0.0078 gallons per hour per inch of nominal valve size is allowed.
13. Acceptance determined on the basis of allowable leakage.
14. If any test of pipe laid discloses leakage greater than that specified above, locate and
repair the defective material until the leakage is within the specified allowance.
15. All visible leaks are to be repaired regardless of the amount of leakage.
16. Replace damaged or defective pipe, fittings, or valves, hydrants, or joints discovered
in the pressure test and repeat test until the test results are satisfactory.
D. Lamp Test:
1. All sanitary gravity sewers shall be lamped as follows:
a. Prior to the leakage test, sewer line shall be "Iamped" to verify
accuracy of line and grade.
b. Lamping shall be between utility accesses. A full circle of light shall
appear to viewer before pipe will be considered to have passed.
c. Contractor shall repair the sewer as necessary, at no cost to
. Contracting Authority so that sewer will pass the lamping test.
E. Intemal Television Inspection
1. Engineer reserves the right to televise sewer, at Contracting Authority's expense,
prior to final acceptance.
3.11 FIELD QUALITY CONTROL
A. If test indicates Work does not meet speCified requirements, remove Work, replace and
retest at no cost to Contracting Authority.
PART 4 ,METHOD OF MEASUREMENT AND BASIS OF PAYMENT
4.01 PIPE
A. Payment by the lineal foot of pipe laid in the trench as measured, for each diameter, type,
and class in the Bid Schedule. The contractor will be paid the contract unit price per lineal
foot of each size of water main pipe installed. The unit prices as bid shall include the
fumishing of all labor, eqUipment and materials necessary to install the sewer in
----
Ii .
.
SP, Page 13 of 13
accordance with the contract documents. This price also includes flanges, gaskets, bolts,
fittings and the installation of these items as well as connection to existing utility accesses.
This work shall include all excavation, installing and joining of pipe and fittings, backfill,
sheeting and shoring, disposal of excess excavated material, protection of existing
structures and utilities, clean-up and all other operations unless specifically covered by
other pay-items specified under this contract.
4.02 SANITARY SEWER UTILITY ACCESS
A. Each sanitary sewer utility access will be measured as a single unit. The contractor will be
paid the contract unit price for each sanitary sewer utility access installed. The unit prices
as bid shall include the fumishing of all labor, equipment and materials necessary to install
the sanitary sewer utility access in accordance with the contract documents. This work
shall include all excavation, backfill, sheeting and shoring, disposal of excess excavated
material, protection of existing structures and utilities, clean-up and all other operations
unless specifically covered by other pay-items specified under this contract.
4.03 SANITARY SEWER PIPE REMOVAL
A. Payment by the lineal foot of existing sanitary sewer pipe removed as measured. The
contractor will be paid the contract unit price per lineal foot of sanitary sewer pipe
removed. The unit prices as bid shall include the fumishing of all labor, equipment and
materials necessary to remove the sanitary sewer pipe in accordance with the contract
documents. This work shall include all cutting, removal and disposal of pipe, excavation,
backfill, sheeting and shoring, disposal of excess excavated material, protection of existing
structures and utilities, clean-up and all other operations unless specifically covered by
other pay-items specified under this contract. The bypassing of the sanitary sewer shall
be considered incidental to the removal of sanitary sewer pipe.
0 '"
"",
-=
$0 ''n
'~ "-
...i--' :=; ""-.
0-< ::c.: i7
==i I' N '--
:--< r-::' ..,.. !--
p: -0 rn
6::Ij ::r,: ,--'
$........"'\ :- ,-...j
j;;;
-
-.J
I
I. .,111 I PROJECT NUMBER Bffl
U~ Irl e Iowa Department of Transportation
w<: 0 STP-U-3715(625)--70-52
.., Cl I
Cl Irl PLANS OF PROPOSED IMPROVEMENT ON lHE
0::" _
a. Z I PROJECT IDEN'T1F1CA'T10N NUMBER
!zr=~ QJJ [f'[Q)~Hfil rRi@~~ ~W~~@[1ffi) STP-U 3715 625 70 52
WW
::;:-' [Q)[!J][Q)[!J]cq]lJJ]@ ~~[f'@@~ I [F@~~@[f' rRi@~~ ~[fil~@IT'~@~~O@[fil 105-3
~ N 07-21-87
0 LO ~[1ffi)[p)IT'@W@[1ffi)@[fil~ [PlIT'@]@~~
0:: NO, DESCRIPTION
n. I
::;: 0 A.01 TItle Sheet and Plon CertifICations
Z I' ~~n (Q)!F ~(Q)Wffi\ ~~iJ"W c J(Q)Il9J!NJ~(Q)rN1 (C(Q)OJJrNliJ"W A.02 Legend and General Information
I" 0 I
F B.OI-B.09 T)1>lcaI erass Sections and T)1>I",1 Details
() I PCC PAVEMENT GRADE AND REPLACE
-. W ,...--.. - C,01-C.09 E,tlmat. of Quantltle~ Tabulation, and Goneral Information
(f) LO
,. 0:: STP-U-3715(625)---70-52 0,01-0,04 Plan and Prone - (Mainline) Dubuque Street - Northbound
W N
I- eD Dubuque Street - Southbound
Z
- '-.-/ E.01-E.02 PIII1 and Prome - (Slderood) Foster Rood
Cl LO Dubuque Street from Taft Speedway to Approximately G,01 Alignment Information
<: ..- 700 feet South of In terstate 80
0 I'
0:: J,OH,05 Staging and Tmfflc Control
I") 6 ~..J
0:: I LOI-L02 Intersection .oetall and Jointing Plan ~::")
W SCALES: As Noled .-- =
I- :J M,01-M,04 Pion ond Prom. - (Utaiti.;) <0 '<n
(f) )0 -_ ~.
0 I Tho Iowa Deportment of Transportation Standard Speolflcatlons for Highway and -' J:::-.
U. N,01-N.09 T,offlc Signal. C) '< - ,
" CL Bridge Construction. ..,.Ies of 2001. plUI tho applIcable General Supplemental ~ I
:::::jlh) C'0
l- I-- Specification.. Developmental SpecIfications. and Suppltn'lental Specifications and P.01-P,02 Ughting ./:'" -
W Special Pro~llon.. 81'1011 apply to conlltructlon work on this project --<r~
W (f)
0:: U,01-U.08 SjlecI~ Construction O.taU. - Retaining .Wall~T, " ,'1'
I- ,. '=-.cl .::r..: ~-
'--'~
(f) V.01-V.OB Cul...rt Situation Plan. :>: ~"'
.l0-
W FEET, 0 1000 2000 3000 <<lOO l5000 Thl. project II cavered by the Iowa Deportment of Natural Resources NPDES j;: "
::l , , , , , , General Permit No. 2 The contrClctor 81'1011 carry out the term_ and condltIonl of W.01-W.11 Cross Settlan. - (Mainline) -
0 , , , , , Cenercl PermIt Na. 2 and the .torm water pollution prevention plan which II G -.I
::l M1lfS: 0 1/' 1/2 3/' 1 part of theu centrad docUments. R.fer to Section 2602 of the Standard )(,01-)(,07 Cross Section. - (S1derood)
CD SpecifICation. for adclltlonal Infvrmatlon.
::l !L(Q)~~iFn(Q)[NJ ~~I?'-n(Q)w~ ~O'N l.01-l.10 Cross Section. - (R.tain~g Wall.)
Cl
e Iowa Deportment H' h O' . .
MILEAGE SUMMARY 105-1 of Tronsportollon 19 way IVlslon
STANDARD ROAD PLANS 105-4 02-23-93 ACCEPlBl FOR lETTING
12-03-96 STAlE
00K1RlL
Tho ibilg Stolll,; Road PIo1s m1 be aroiInd qIIIIcd>Ie to ...strucliin l1li .. Ih1s p'Dj!cl. DlV, LOCATION UN. FT. MILES ~~ . f/rdtv-
C NUMBER DATE NUMBER DATE NUMBER DATE tJl-!O-O"-
(Q) DUBUQUE STREET
RA-43 04-15-03 RF-19A 07-15-97 RM-38 04-27-99 STA. 1(}l.00 TO STA 27+37,52 1737.52 0,33 ISTRICT LOCAL SYSTEMS ENGINEER
RA-SO 04-15-03 RF-191l 03-29-94 RM-39 04-30-02 FOSTER ROAD
g RA-51 04-15-03 RF-19C 04-20-04 RM-40 09-21-99
RA-62 04-15-03 RF-30A 03-28-95 RM-42 10-02-01 STA. 100+00 TO STA 111+29,23 1029.23 0,19
RA-66C 10-19-04 RF-31 03-28-95 R5-2 10- 7-98
RA-70 1 04-15-03 RH-370 04-03-01 R5-4 10-02-01 TOTAL LENGTH OF PROJECT 2766.75 .52 l2:/c.-t...-
~ RB-3 01-12-99 RIH8 04-30-02 R5-8 04-21>-04 '2.1%3/.
RB-6 04-20-04 RH-50 04-20-04 R5-10 04-20-04 CITY ENllNEER, CITY OF IOWA CITY
RC-5 04-27-99 RH-51 04-20-04 R5-26B 10-28-97
(Q) RC-16A 04-20-04 RH-52 04-20-04 R5-62 01 12-99
RC-16B 04-20-04 RM-33 10-03-00 R5-68A 10-21-03 I hereby certify tI'1at thl. enlllnoerlnCJ document was prepared by me
RF-f 04-03-01 RM-34A 10-19-04 R5-68B 10-21-03 INDEX OF SEALS or under my direct pentenal supervision and that I am a duly
. @?) RF-3 10-03-00 RM-34B 09-21-99 ,\"nuu'f", IIceneed Profe..lOllal Engine.. ullder th. Ian of the Stat. of Iowa.
RF-14 04-25-00 RM-36 10-03-00 Sheet Name Tl'PE ",..."", tit.SS/ON:,,'" S19ned: Datil:
No_ .........q,q..,O............ <,,'"
. ~ 02-11-1'0 101-5 ':;.' ". ~
A.01 Ronald S. Goines Primary Signature Block .:~ .' '. ~~ ~~
" ilXi'RONALD S, \ ~~
DESIGN DATA URBAN N,Of Jeffr.y C. Morrow T,afflc Sign~. 1'7/2.)/61-
db =;5; GAiNES iz:
2002 MDT ..2Q.2QQ. V,P,O. P.Ol Jeffrey C. Morrow Llghllng ;0\ 16709 If;ii RONAlD S. GAINES, P.E.
2027 MDT .2Ull!l V.P,O. U.01 Nichola. J, Kuhn Structural Design ~""'''>'''''' .....~$ Iowa Regl.tration No. t 6709
'..........,..........*,..,:;
(Q) 2020 DHV _V.P,H. '"'''' IOWp.. ,\"\,,, My llceIleecl renewal date I. December 31, za::x,:,
TRUCKS ---Z. 1I """11111"" Po;.. or "'eeu coverad by tnl. .001:
~ Talal ...01 ROt-ROO r.m_~OQ n01-0n4. F'01_F'O' em J01_.I05
Design ESALa L 01-1 M M 01_M M
DESIGN TEAM STAlC: Of IOWA f'HWA REQlON 7 FlSC>l '!EAR JOHNSON COUNTY PROJECT frl,JlIlBER SHEFT NUMBER A.01
I (') ~J~I
<r; '- '"
:"'-"-': ):"'<(11
1> _I - ::E
J~) ;, ~==
General Notes Utility Contacts Legend ~~f~~ ~ ~ ts
~~ z
'-.J- - w
z/' . C!I
1. WHERE PUBLIC AND PRIVATE unuTY FIXTURES ARE The followIng utHlty companies may have facllltles In PAVEMENT GAS MAIN - C _.....-::::: - a(l
SHOWN AS EXISTING ON THE PLANS OR ENCOUNTERED proxImIty to the project: -y. -.1
'WItHIN THE CONSlRUCT10N AREA. IT SHAU BE THE GAS &: ELEC1RIC MID AMERICAN ENERGY CO GUARDRAJL BURIED TELEPHONE CABLE - T -- ffi
RESPONSIBILITY OF THE CONTRACTOR TO NOTIFY THE 1630 Lower MU8coUne Rd.' ... ... ... ... OVERHEAD TELEPHONE CABLE - T - jf <,
OWNERS OF THOSE UnUTIES PRIOR TO THE BEGINNING Iowa City. Iowa 522.40 >- _ ~ -< = w
OF ANY CONSTRUCTION. mE CONTRACTOR SHAU NlHw\ltl & ElRlVl!Ir CULVE.RT ..------.. BURIED ELECTRIC - E -- I -'
AFFORD ACCESS TO THESE F AClUl1ES FOR NECESSARY .
MODIFlCAllON OF SERVlCES. UNDERGROUND FAC!UllES, ~:~~'f/J: ~f:/~41:0~~R DRAINAGE UNE .--~~____ OVERHEAD ELECTRIC - E -
STRUCTURES, AND UTlUTlES HAVE BEEN PLOTTED FROM .. bll ' '19/"0 WATER MAIN -- W --
. AVAI.LABLE SURVEYS AND RECORDS' THEREFORE THEIR MO e, oJ "'oJ -4825 TREE DECIDUOUS ..r<\ 0
I . I slH..,v B &. WlRlver ,'" I-
LOCATIONS MUST BE CONSIDERED APPROXIMATE ONLY. Attn: BUTCH FORBES * neER OPTIC CABLE --- FO.-- U
IT IS POSSIBLE THERE MAY BE OTHERS, 'THE Office' 319/341-4423 TREE. CONIFEROUS . TELEVISION CABLE TV _ 0 UJ
EXISTENCE OF WHICH IS PRESENTLY NOT KNOWN OR', - <( C3
.. SHOWN. IT IS THE CONlRACTOR'S RESPONSIBIUTY TO MobU., 319/330-0536 HEDGE/TREE COVER ~ SANITARY SEWER - S -- 0 0:
DETERMINE 1l-IEIR EXISTENCE AND EXACT LOCATION. TELEP ' 0: a.
AND TO AVOID DAMAGE THERETO. NO CLAIMS FOR HONE Qwest Comm~nlcabonlS: RYAN SOEDT FENCE 1(- STORM SEWER -- ST --- a: I-
ADDITIONAL COMPENSATlON WILL BE ALLOWED TO THE 3565 Utica Ridge Road ~ Z
CONTRACTOR FOR ANY INTERFERENCE OR DELAY Bettendorf. IA 52722. RETAINING WALL ^--^---A---Jo- PROPOSED STORM SEWER = S T = C[) !oM
CAUSED BY SUCH WORK. Phone: 563/355-1934 0 L:.
Pager: 563/381-6098 PROPOSED WATER MAIN - W - ~ ~
2. UMITS OF CONSlRUCTION SHALL BE AS SHOWN ON G r-"1 t- 0
THE PROJECT PLANS THE CONTRACTOR SHALL GET BUILDIN L..-J PROPOSED LONGTrJDlNAL SUBDRAlN - I - UJ a:
AUTHOR Z ~ON FRo,; THE EN PRIOR -0 CABLE TELEVISION Attn: 11M EAGEN w 0...
I A" ~ GINEER , "EoIACO" " TEMPORARV EASEMENT - - , - - , - 0: :2
PERFORMING ANY WORK ON PRIVATE PROPERTY. 'THE IWI IV!. SIGNS c::=, '1 I-- -
CONTRACTOR SHALL CONFINE ALL ACTIViTIES TO W1'THIN 546 Southgate Avenue EXISTING CJ)
THE UMITS Of CONSTRUCTION, UNLESS AUlHORIZED BY Iowa CIty, Iowa 52240 POLE 0 RIGHT OF WAY ------- ill ~
THE ENGINEER AND/OR PRIVATE PARTIES IN WRtTlNG, ~~I~:ne~1;)~~~:~6;;84 POWER POLE a PP PROPOSED :J i=
3. ALl ELEVATIONS SHOWN ARE U,S,G,S. CA'TUM. UGKT POLE '" LP RIGHT OF WAY _u____ g &3
nSER OPTICS A T & T: JIM GOEKE (D en
4. AU TREES WITHIN THE UMITS OF' CONSTRUCTION 5261 NW 114th Street, Ste. B UTILITY BOX c ~ ED
SHALL BE EITHER REMOVED, RELOCATED BY THE CITY, Grimes. IA 50111 WATER VALVE M WV J t-
OR REMAIN IN PLACE AS DIRECTED BY THE ENGINEER. Phone: 515/986-9413 ?;
THE CON1RACTOR SH~U. PROCEEO IM'TH CONSTRUC1'\ON GAS VALVE M (1tI
AC'TIVlTlES IN SUCH A MANNER TO INSURE THE SAFETY Qwelt CommunIcations: RYAN SOECT .
OF ALL TREES AND SITE FEATURES 'MilCH WILL REMAIN 3565 Utica Ridge Road MANHOLE 0 MH PROPOSED
IN PLACE. Bettendorf. IA 52722 CATCH BASIN eI PCC PAVEMENT
Phone: 563/355-1934 ~ !( C!;
5. THE CONlRACTDR IS RESPONSIBLE FOR Pager: 563/381-6098 FlRE HYORANT 'CI FH z Z" ~
CONTACTING lHE CITY lRAFF1C ENGINEERING OFFICE TO PORTI.AND CDr1ENT CONCRETE ~ .. ..
COORDINATE AND SCHEDULE REMOVAL AND City of Iowa CIty. WATER DIVISION pce PROPOSED .I .I
CONSTRUCTION WORK 'MTH SIGNAUZATION WORK. Ph~ne: 319/356-5160 ASPHALT CEMENT CONCRETE ACe HOT MIX ASPHALT =: >- I
6. THE CONTRACTOR IS TO NOTIFY AND COORDlNA TE Unlv. of lowo: GEORGE STUMPF RIGHT of WAY ROW I
ALL WATERMAlN, HYDRANT RELOCATION AND Phone: 319/335-2814 BACK Of CURB BOe
INSTALLATION, AND WATER SERVlCE WORK Vi'lll-l THE ~
IOWA CITY WATER DIVISION BACK af CURB to BACK of CURB B-B !It p
. UT1UTY LOCATING CREW .ONE CALL" Z 0
Phone: 1-800/292-8989 HOT MIX ASPHALT HI.tA I J
CITY WATER DEPARTMENT Attn: ED MORENO Sl ~
Phone: 319/356-5160 0 Q
CITY SEv.l:R DEPARTMENT Attn: DAVE EUAS ~ ~ ~
PhDne: 319/356-5170 0:: l:I a:
CITY TRAfFle ENGINEERING Attn: JOHN SOBASKI Iii I
Phone: 319/356-5180 S
CITY PARKS &: FORESTRY Attn: TERRY ROBINSON Z
>"0
....0
b~
:"!:c
It:(!'
~~
~ffi
ow
>..~
....(!'
birl
File#
PS 244
Sheet
A. 02
---------- ~.
I I (f) I
z
"
I IOWA CITY I f5
2-~ w
~ { (f)
WEST .. lANE N' WI< EAST (f)
(f)
0
a::
U
......, -'
=
1.5' 1.5' 0 = <l:
,0' 1.~' 1.5' 5, ' Gr' U
"""'" iI> iI> iI> iI> lYPleAl 50 <- a:
..;::-- 2": -111
0 Y-1
PROFILE GRADE - S8 LANE -< M-
e) '"
-l() r 11:-
/-- . .
;--...., ~
iT! C1
. .....- 4.0:C .. VARIES '"1:0 ...:~
VAA'" VARIES
(/) VAAIES ~^ r ()
-> ~W
..m:l::h:l1"i!'-r'.:....N.....:tm::--.hW...W<<!.:>-m))' ,..i:,.:'".;:.):..,.......:,,~~~~.....,.,~ ,...... -- iiml<W. ,...'.lm/.'mlm/..../N...\..,.......... . ,.... . . :i> - a!g
':":!-r.*i:m. ,................ 'W""A''mt.,y.oA "xl.'l.:!-).'r.....,
. ~ M -l 0..
a:
~'Z
~~
I u..W
- -15
I-a:
DUBUQUE STREET Wo..
iJ!::;;
(BEGINNING AT TAFT SPEEDWAY) 1--
""" TYPICAL CROSS SECTION (/)z
o IIFEIlltlaDD:IlM'ICSFllR (j) "'U'E LOCATlON 0) @ CD @ (i) Sl.OPf5DCIIHl<<lRlHllfRlSlDlIlW) TRANSITION wO
HOIUl.EIDlSSHDrllIla'BEAPPRCP- tOISOFSHlllIOOlNllCOHSJRlJC1llN SECTION =>-
RWELYaKlDfED Ftft ARfAS SPEI:fDU.Y (j) t'SllHIl... (!) .lDlHI"1A'ltIUT9W.I.IIEISSIOlII'NItT!f: ROAD IDENTIFICATION STATION TO STATION .... fool fut f... 0 SEIDSlu:JSRlItSlDEllllJ(Ul('J,llON 00
DESOM.1EIl Eft'1J(ENGIII1RSUCliIS 1lTER- 'L'sms, TIW&'EIt5E.l>>I1S1llL.lIE 'tD'. PC CONCRETE PAVEMENT WITH ::JW
Q) IIml'OSMWlD Rl>>DPlM ff'-ItC, TYPE 1 CO(/)
!iEC1lXi(ftSlJlDlnMTmCllMS. Q) IlFERltl'll'HEI1FURT'1'PItAL DUBUQUE STREET-NORTHBOUND LANES 10+24.92 10+54.12 10 VARIES VAAIES VARIES =>a:
ORTlPE12tlSWlA1Dt.ASSHClIMItWW1Dt VARIES VARIES VARiES 6" SLOPED CURB OW
REftRlOarlIRlINICSRIIllWl.Sllf IWsm tlRlIl WEDWI tmII. OUBUQUE STREET-SOUTHBOUND LANES 10+38.83 10+eU18 10 J 'Z
SKl.UD llESQI HID CCINST1lllCIXlK (j) ,,~r.. \,r ""'" (j) """''''''''''fll(m') (NOT TO SCALE)
DrAVNE NIl !oIDCfl1. !6
i j
~ ~ ~
~ ~
~ '1
!N.C' B-B x I ~
~ ~ ~
"/-"" NB /-""
7 .o~
WEST ~~ ",0'---+-",0' ~I. EAST JI~
1.5' 1.5' 1.5' ,.~. ~.O'
12.0' 12.0' 8 8
PCC BANDING
SEE DETAIL
PROFILE GRADE 5135 ON PROFILE GRADE ~ ~ ~
SHEET a.07
~~ ~ " ~
~ ~ I I tf[tf" III
~"" .......4.0:c I..~
~2-.0'" 2.0X """_~ ~ -<D
(I) z
~ ' . ,.. . ... .......w.=.....m..m...w.l ~, :""0
.W.'INH .W.I'M""'A'I.'t....'........'mm....w..'. W"'fIt. w.'.....h.t........,'..." -
. ..,.. ........ E...(i)
M M 'fi'criof/;p... b~
.....
:",::0
~(!:J
....... Cz
......-
. a::
DUBUQUE STREET i:<,W
(TAFT SPEEDWAY TO INTERSTATE 80) cw
:....Z
'. . TYPICAL CROSS SECTION
""'" <D IffBtlDonoDPJIIIGSRR <D REFEJllOSl"NrIIMIlRlWlPlNlIF-Itc,T'1'PE1 LOCATION 0) @ @ E...(!:J
tIIIIS (f:lHlllllll MIl POSSBl OItm1211GDWil1ll1,ASSGlNIlTAlLlAlDC STATION TO STATION (i) SUlPESDOINIlORIHCfFOSltKM FOUR LANE biD
IGlIRsa::n0N5~WIlEAI'I'ID"- """"'''''''''''''''' (!) "KT-tDR't-t.aiT ROAD IDENTIFiCATION .... fool foot
lMln.YlIOIHDfalllfJ:SSPEl:f1CM!T (!) ....lIlWIOIfll(m',1 DUBUOUE STREET NORlHBOUND lANES 10+~.12 1Z+flO.3~ 10 -- V"'.. 0 SEE: 0 HETS faI SIDfO( IJlCAT!ON PC CONCRETE PAVEMENT WITH I
IX5DWm Bl' TIt: DCHER SlX:H AS IIIT[R- CD oIDI('ftA'lWl"!WIJ.IIE.f,5S1QlWIl M;
SB:FDCS III: Sl.ftJI: ElMlEll CUMS. Ol:AKTENCllW>>llU OUBUQUE STREET-SOUTHBOUND lANES 10+8ti1.&5 1Z+4IO.30 10 n v"'.. I File#
\' Slfl1S. 1RN6WlSE.IIf!S 'IlL lIE 'rJI. 6" SLOPED CURB
1Ifl'EJl1OonD:OIlMrIIC:SftIlIDISOF (!)WW1J. (!) RIJfJllO'B'HDSFtI'nPDL DUeUQUE STREET 1Z-t50.JtiI 1 J-tflO.1J 10 -- "
:HWlOl (Ol;N NIl CONmIJCIOI. (j) t'SllHIl... DUBUQUE STREET-SOUTHBOUND lANES 22+55.20 25+57.28 10 -- " (NOT TO SCALE)
!WSBl EIIffiIIDVlIlEJ'M. PS 244
DUBUQUE STRfET-NORlHBOUND LANES 22+55.20 25+89.32 10 -- "
Sheet
8.01
I .- - I ~ I
~
M6~ ~
en
{ en
I I '90' 0
27.0 II v . a:
30' 80' 0' EAST ~
WEST lYPl SlO"''''' rlF.i:J< , @ I I I ",' ',0' q:
, ,.~ 2.0' "'1'" 12.0' _1,.5' 1.5'H-CB> II .... 12.0' ...... 12.0 r.o.: S:2
~- c: a..
PROFlLE GRADE ",\ ~ g.ll ~
-~ ,.c:. (') ~ '"
,~ J> ._.., .._ I
pee toIED\A."l 4M ~ _ _/ ~ i
~ & ~ l)- N
... 2.0:11: 1.0I~ 2.OX+- 3.0:11: ::::.:j C) .&:'" r-,:.
;5,0..: ....:..:::::, ".., ........ ""'10 ..v..,........... w1.. '" ,. \',\ ....."._... .:.<f-:' !ri'&3
,;.w; *~.~.M:,I,H:wI"":Il:;:.j......;:@.,..~~I...'!=.:\.:j'!.;:x.\,{ . ......~ ww ....,h-."./,i"..,...vv."'"I.'M""./. ... rn -aOi
. "\\".,,,,,,",,,..,\\...,,,,,' .N:'...:",.:......:,.;,.,;, HI" .... ", . ' . WMWl.Wm .-......... ...., ~ 1 <('~:
""~N~'"1 - . S:: ~ ;: ff CL
, ] <
"",-- 0::.
I (fI" SPFCIAI COWPACTlON ill" SUBCRADEJ .J:> - ~ Z
<< -.I ~~
- ~~
-0
tiin:
w"-
DUBUQUE STREET go ~
(AT FOSTER ROAD INTERSECTION) TYPICAL CROSS SECTION ~ 5
.... <D """ 10 - .....Sf.. (!) """ 10 sr.... ...."" "".It, Ill''' LOCAllON IT' fN\ fM\ FIVE LAN E ::J ;::
DErMSOI'HWlERNllPOSSll! lJl'M'E1ZMPWJllN.~5JICMll~WUJJDI V ~ \,!:J 00
"""'''''''''....'''......... """""""""""" Ii' 'lcr4,,,,-r_ ROAD IDENTIFlCAllON STATION TO STAllON """" rut r... PC CONCRETE PAVEMENT WITH 16 lJj
IllW.YYlXHDFlRl<<ASlJ'E:fI:H.LY r."\ \:I :::> a:
IlESDf.TEllI'tMDGJmSUCttASIIIEI- W EWHSIOlDER!'lJ.(IYP.) <D .lCl(TlA'f!lUl'stWtEE:ASH'WNlrinE ouaUQUE STREET 1J+SO.1SJ 15+40.54 10 VARIES VARIES 6" SLOPED CURB 0 w
EJI)IlSCRSlI'ERfll'iA1EIl<UM:S. fJCC.t.\WEAII)B#OCFllM \'SIfiIS. T1WiMRSE.DN1SWlLllE'Ot. OUSUQliE STREET 15+40.54 17+41031 10 I 12 3 I ~
"""100llD......"'1IJlLS.. (l) """" (!) """1O'tSlEB""""'" (NOT TO SCALE) l
HWEJlDlSD(NfJlXlHSTIU:IKlN. 0 t'SU'f'EDaIRll IWBDRlHIIEIlWIImL
i i
~ ,!! <!
~ ~ ~
IOWA CITY I' A
81.0' B-a 2-20-04 I ~
l q;
I -70' >< ill
. 51.0' - -.. . EAST I !
WEST ,J.i~ I ' I' '.0' I g g
,.5'r- (E) .. ~ 12.0' "1 .. 12.0' ~ I.... 12.0' .. II 12.0 ... US D
!B i!!B
PROFILE GRADE " '" "
pee MEDON III
....2.01 l.~ 2.0% ~ Z
3.0" ....3'OX ......... .."''''-._".".........".''''._.,..'A.....'.'_~.. ~~~~'n.. ~ 0
I .. . ~...<<.:....{.:lWI>>:@:l,>:<X~:~>>m+:. .., ; ~.-"'.'..T,y."#.-....TI.~..'1',-.w.v.~~.:,;:.,... ~S$-'O)(-t It:'""ol U)
.. ..... ,'. ".W.WoW" ~~,",.,..,.f"_.'."".",. , <&;;_"-1!.." ..... 0::::
~ .",w""'"w~'^..,.w... ...~....'" - -- 1 -''''''s) "- ~ r:::::
I ,<P -- [ '0'::00: C
[fl- SPF:CIAL COYPACllON OF" SUBGRAD[) . at: (!J
. - e~
~ffi
. cW
DUBUQUE STREET :>... ~
(AT FOSTER ROAD INTERSECTION) ~ ....,....-.......... TYPICAL CROSS SECTION t:: ~
'....... <D """ 10 0llD...... "" (!) IIfIR 10 STNOWl .... "" ""lit, "" 7 LOCAllON {;\ h.\N r.:-. /7;\p FIVE LAN E ~ W
DEW.$(f'SHX.lDEIlNfl)POSS8.[ lIIl'lPEl2.IISTAURllIl,ASSIiOII'MlNttalAlDl \!; ~ '=I V
==:"'...::..~ """"""""""'" (!) 'lcr-r"'-r_ ROAD IOENTIFlCATlON STATION TO STAllON ..... rut r... rool PC CONCRETE PAVEMENT WITH File #
:CRh'~=~1lIEJ- CD ::m~~ CD ~1A'IOlffSMl.EASstOJNlIU[ DUBUQUESlRE(]' UI+73.eo 111+52.02 10 12 3 12 6" SLOPED CURB
\ SIEJS. TRNfMRSE.DHTS tiE 'ClI. DUBUQUE STMEET 10+52.02 20+12.02 10 11 " VARIES PS 244
1IfIR100llD......"'1IJlLS.. (l) """'" (!) """1O'tSlEB""""'" oueuQ~SlRE" 20+7~02 2O+,,~0.0 V"'Ell V,",Ell Q (NOT TO SCALE)
stOU..ld: DID: MIllXlNSl1llmlN. <D r SttfEJ) a.a MS[D rNrn! IIllWi lU.... DUBUQUE STREET 20+15.20 22+55.20 10 VMlES VARIES 0 Sheet
8,02
--
---
I I CI) I
z
,...., 0
2 = F=
= ()
~" UJ
<.0 <- CI)
y:::: :~ igs
,- -< N -0
l. ) ra:
--- ,,--, .t:'"
'-j'... ) ;-0
--I -0 iQ
- "rn [--<(I
r:JJ ~ \'<.U'
~7' J:"" 1L
<: ~
)> -~
-'I
. 0
SjlUJ
od
0:0:
. 0-
0:>-
IOWA CllY ~z
B-B 2-20-04 13~
LL~
t .....0
>-0:
Wo-
SOUTH 1.0' B.O' 6.0' 10,0' NORTH ~~
>--
TI1'ICAL SIDEWALl< lYPlCAL 14 --I (9 lYPlCAL <nZ
(9 --12.0' 2.0' wQ
:J-
PROFILE GRADE 00
:JW
IJlCl)
:JO:
OW
""'" - <. J ~
1.0% .."" ....
IIlIIIIt. SIDIS HllIll w.'f If. N"IV- '!I~;\
RWD.Y IIlIftl) RR 1I1JS SPECfliIU.l ..., .'r. :.w".~:., ':i':.m.~:r,:it"f.!'~~'\""~':.1~',~::X:" '~-r:";"N;'W. .~N.,,'!!'... ~ ~
OESOtm:DB'fM:DIllIIIlRSlOl~1IlER- ~~
EIDlSdlSlFEREl.MlmaJIMS. Le.':",.. 'OOMP","ON OF ""C~ Z Z ~
REFtRlOOnfRlINlICSRlRlUMSOF ~ ~
~Il:sriNNIIClIlSIIlI.C1lCI ! , .
CD IlEHR TO 01lfII IMWClS rtIR
IOIlSC'lSHlWlERNlJPOSSIIE X I i
...... -
<D _",""",f1J.(IVP,)
EDVATE NIl &afll 3JI FOSTER ROAD
0"""'" lOCATION CD @ @ CD )1 !
o r......... 1YPICAL CROSS SECTION
@ IIR1I'lQSfIilWlCIODPUH"'-liC,TYPE7 ROAD IDENTIFICATION STATION TO STATION ..... 'Nt '001 S S
ORnPE U INSOOJJDI.ISSHOINIlTAlll.tA1Ql F'OSTER RCW) 100+00.00 101+01,17 . 17.0 34 , THREE LANE
o 'lCT-r co \4 ... fOSTER RQf.O 101+01.17 101+76.17 . VARIES VARIES VM!E! PC CONCRETE PAVEMENT WITH ~ ~ ~
z z z
(!) oOINI' lAYOUT RWJ..1lE IS S3CJI/lN ~ 1tf roSTER RCW> 101+78.11 102+58.43 . 19.5 JO 7.0 III
\'SlfEIS,lP.NQfRS[,lCINJS'lUIiE'CD'. FOSTER RQf.D l04+n.23 105+00.00 . 19.5 3. 7,' 6" STANDARD CURB
FOSTER RCWJ 1051'00.00 106+17038 . vARIES VARIES VARIES (NOT TO SCALE)
FOSTER ROAD 108+17.Je 111+29.23 . 15.5 31 3,'
Z
>"'0
E...Ci)
b:;E
:",,:0
1!t:C!J
~~
. a:
~1tI
, >...~
E...C!J
bifi
File #
PS 244
Sheet
8,03
---------- ---------
I ~9~_A~T~9. .S.!?~~ NATIVE MATERIAL AT
,..."'...... .......................... ,- ~
AI ::10711 ;;)IANUAKU ';1U/o .::JIAI'IIUAt'\LJ '=
PROCTOR PROCTOR 1') = ~
<co'
~Q <- <i:
-tJ]
12' .,~-' 0-- 0'
.' ) - -
~_.-- f'.) -:::r
l.) .<7 \<..
-:::.,C~. f~ \
. .., -<l- a,-,
- en i~)
y-:Q
COMPACTED ':;;.--'/'
BACKFiLL -~
... ~-
STONE AT 95% (SEE .." ...... )>
6' . ' STANDARD 6" NOTES 4-7) ....., ..... 00 Bd I
PROCTOR ............ 12' INCHES FEET .lc
CRUSHED WATER W>JN 6' INCHES
" l' MIN, STONE l' MIN, 4 2-0 0
6 2-0
. . 00 BEDDING B 2-3 ~~
. . L~ (SEE NOTES 1-J .lc 6)
" 10 2-3
0/4 + T ~ 12 2-3 "'[l.
. (4' MIN,) "'l-
.. ~~~~~~/ Wz
I ALLOWABLE 8~
-UNDISTURBED SOIL ~"<<'<<~" "'- TRENCH WIDTHS
. '-' 7>-'-'7>- 7'>. UNDISTURBED SOIL ~~
CRUSHED STONE ENCASEMENT CRUSHED STONE ENCASEMENT 1-",
tIl[l.
BEDDING AND BACKFILL UNDER PAVED AREA BEDDING & BACKFILL "':::1'
1--
SEE NOTE 2 SEE NOTE 2B (/)z
wO
:::J-
00
:::JW
10 Bd ID Bd 1, IHE BEDDING SHALL BE LOOSE, NA ruRAL, FINE SOIL WHICH IS COMPACTED BY <D(/)
:::J'"
INCHES FEET & INCHES FEET & HAND TAMPING IHE SOIL ALONG IHE SIDES OF IHE PIPE TO 6 INCHES ABOVE OW
INCHES INCHES BACKFILL IHE TOP OF PIPE. J ~
4 2 0 30 4-3 2, BELL HOLES SHALL BE HAND SHAPED SO ONLY PIPE BARREL RECEIVES
6 2-0 36 4-9 BEARING PRESSURE, i li
8 2 3 42 5 6 J, PLACE BEDDING TO ENSURE THERE ARE NO VOIDS UNDER OR ALONGSIDE THE ~ ~ ~
10 2-3 - 12" LENGIH OF PIPE, ~ ~
12 2-3 7-0 HAND II M
15 2-9 60 7-9 4, BACKFILL UNDER AND WlIHIN 5 FEET OF PAVED AREAS. INCLUDING BRICK
18 66 8-6 PLACED PAVERS, SHALL BE COMPACTED CLASS "A" CRUSHED STONE CONFORMING TO
BACKFILL I.D,O.T, STANDARD SPECIFICATION 4120,04,
21 3-3 72 9-3 I &
24 - - CRUSHED 5, ALL BEDDING AND BACKFILL UNDER OR WlIHIN 5 FEET OF PAVED AREAS, x ~
27 4-0 84 10-9 0/2 INCLUDING BRICK PAVERS. SHALL BE COMPACTED TO 90:11: MODIFIED I ~ I
STONE PROCTER DENSITY.
ALLOWABLE TRENCH WIDTHS ..... 0/4 + T
6, BACKFILL SHALL BE BROUGHT FLUSH TO EXISTING BRICK ELEVATION IN S S
..,..... (4' MIN.) PEDESTRIAN MALL
ill ~ ill
7. SEE TABLE FOR ALLOWABLE TRENCH WIDTH Bd' ~ ~ ~
t;QIES II!
1, PIPE SHALL BE PLACED ON CRUSHED STONE MATERIAL 8. DEPTH OF COVER is 5.5 FEET.
CLASS "B" BEDDING
2, MATFRIAI S AND COMPACTION' Z
A.) PAVED AREAS: UNDER AND W1IHIN 5 FEET OF PAVED SURFACES, INCLUDING STREETS. SIDEWALKS AND DRIVEWAYS, WATER MAIN TRENCH DETAIL :>"0
~Ci5
BACKFILL SHALL BE CLASS A CRUSHED STONE PLACED IN ONE FOOT LIFTS COMPACTED TO 95% STANDARD PROCTOR DENSITY. CJ~
IHE TOP 12 INCHES DIREC1L Y BELOW PAVED SURFACES SHALL BE CLASS A CRUSHED STONE COMPACTED TO 98:>1 STANDARD
PROCTOR DENSITY. IF UNOER PAVEMENT, BACKFILL TO BOTTOM OF IHE SUBGRADE, IF NOT UNDER PAVEMENT. BACK FILL TO ::",:0
WIIHIN 12 INCHES OF FiNISHED SURFACE. ~C!:J
B.) ALL OIHER AREAS: BACKFILL SHALL CONSIST OF SUITABLE JOB EXCAVATED MATERIAL PLACED IN ONE FOOT LIFTS ~z
" COMPACTED TO 90:>1 STANDARD PROCTOR DENSITY. IF EXCAVATED MATERIAL IS UNSUITABLE, BACKFILL WITH CLASS A ~ffi
CRUSHED STONE TO WlIHIN 12 INCHES OF FINISHED SURFACE, MATERIAL SUITABILITY SHALL BE DETERMINED BY IHE ENGINEER, ow
J. BELL HOLES SHALL BE HAND SHAPED SO IHAT ONLY PIPE BARREL RECEIVES BEARING PRESSURE. :>..~
1_., r;....C!:J
4. PLACE BEDDING TO ENSURE THAT IHERE ARE NO VOIDS UNDER OR ALONG THE LENGTH OF PIPE. CJifi
5. BACKFiLL SHALL BE HAND TAMPED UP TO 12 INCHES ABOVE TOP OF PIPE, File #
6. SEE TABLE FOR ALLOWABLE TRENCH I'.1DIH Bd' PS 244
SEWER TRENCH DETAIL Sheet
8,04
._~ ----
I I I
VI
r.......} -'
0 C-~ ~
,=
<J'
~o '-
-1;"- ?:': -B
.--7 --1
:<).-< N -<e:
'U
~:::jO .r. "0:-
--(r-- \~I
- :Ii :r. I ""1
-:0 \.....1
I S?7' .. M
<-
)> I
3' RADIAL
CLEAR SPACE I
0
. THRUST BLOCKS ARE REQUIRED AT PIPING 3' TO BACK VALVE BOX AND GATE VALVE ~w
DIRECTION CHANGES. AT DEAD ENDS, AND OF CURB og
AT FIRE HYDRANTS. THRUST BLOCKS cr:<l.
cr:...
. SHALL BE POURED-IN-PLACE CONCRETE Wz
2000 P.S.I. MINIMUM STRENGTH, A MINIMUM OF 18 INCHES THICK, AND Z 8~
SHALL BE CAST AGAINST A SOUD, UNDISTURBED EDGE OF TRENCH FOR ;i u.W
BEARING. NO BOLTS. JOINTS OR DRAIN HOLES SHALL COME INTO CONTACT TRACER -~
WITH THE CONCRETE THRUST BLOCK AND THE PIPE SHALL BE WRAPPED Co <X: WIRE MAIN ttl<l.
~ l'
WITH A PLASTIC SHEET AT THE CONCRETE BEARING SURFACES. THE ,~ ~ TERMINAL ,- TRENCH -I cr:;:;;
MINIMUM THICKNESS OF ANY THRUST BLOCK SHALL BE 18 INCHES, . <D BOX ...-
(/)z
wO
::J-
00
::JW
TRENCH <D(/)
::Jcr:
BACKFILL OW
I ~
TRACER / DEPTH AS SPECIFIED
WIRE I 5 1/2' MINIMUM \"K'
I MAIN j j
~I I ~ ~ ~
I
I THRU ST ~ ~
gl I ! II
! BLOCK
\
\
IT \ ~ I !
,
ill
- I I d!
SIZE TEE OR 90' 45' 22.5' 11.25' III
INCHES DEAD END BEND BEND BEND BEND 8 8
4" 1.4 1.9 1.0 1,0 1.0 ITII_III ~ ili ~
~ = ~
6" 2,8 4,0 2,' 1.1 1.0 ANCHORING TEE OR STANDARD TEE J II
8" 4,8 6.8 3.7 1.9 1,0 AND "ROm RING" (SWIVEL ADAPTOR)
(S'fflVEL TEE PREFERRED)
10" 7,3 10.3 5.6 2,8 1.4
12" 1.03 14.5 7,9 4.0 2,0 Z
::""0
16" 17.8 25.2 13,6 7,0 3,5 BACKFILL WI GRAVEL TO 18" ABOVE BOTTOM OF HYDRANT STAND PIPE e...(i)
20" 27.5 38,9 21.D 10,7 5.4 b:2E
24" 39.2 55.5 30,0 15,3 7,7 :,,:0
It::(!:1
30" 60.3 85,,} 46,2 23,5 11.8 ~~
36" 86.4 122,2 66,1 33,7 16,9 TYPICAL HYDRANT ....ffi
. 42" 116.6 165,0 89.3 45,5 22,9 OW
48" 152,0 215,0 116.3 59,3 29,8 ::....~
54" 192.1 271.6 147.0 74.9 37,6 e...(!:1
'.. bffi
THE ABOVE AREAS ARE BASED UPON A SOIL BEARING CAPACITY OF 2000 PSF OF UNDISTURBED SOIL. IF
ACTUAL SOIL BEARING STRENGTH IS LESS THAN 2000 PSF, THE THRUST BEARING AREA SHALL BE INCREASED File #
BASED ON THE ACTUAL SOIL BEARING STRENGTH, PS 244
THRUST BLOCK BEARING AREA (in square feet) Sheet
8,05
-
I I I
~
~
,_> f-'
c:~ W
_- ~ 0
9 ( -'
~ ,-., .:::; \:(J
~ I... / ,~
-;::-.-. :..
y"- ..- --.
. ~( N i-c:
.,,) ~ ~r'f\
=-4 \-.!. \
--<' C -V r-)'
- - I-n -1", \.
-r ,- jf -
0::,J r-I!!
- MANHOLE FRAME AND LID TO $~/' -= I
INTERIOR CHIMNEY SEAL BE NEENAH R- 1670, SELF )7 -
SEALING OR EAST JORDAN 1117 e-
o CASTING AND FRAME OR fa
APPROVED EQUAL. IF IN PAVED ~ C3
AREA, CASTING SHALL ALSO BE a: g:
NON-ROCKING. a: e-
. ~z
BRICK OR CONCRETE AS CRETEX INTERIOR CHIMNEY SEAL OR [g ~
REQUIRED TO MIN. OF, 4" TO MANHOLE FRAME AND LID TO _ , , APPROVED EQUAL FOR MANHOLES ~ ~
MEET GRADE WITH 24' MAX. BE NEENAH R-1670, SELF '.;;;.11 IN PAVING tu ?t
HEIGHT OF SPACER RINGS. SEALING OR EAST JORDAN 11 17 BRICK OR CONCRETE AS REQUIRED W <l.
INCLUDING MANHOLE FRAME. CASTING AND FRAME OR "go ~
SEAL WITH KINSEAL MASTIC OR 2'-0' APPROVED EQUAL IF IN. PAVED TO M!N, OF 4 TO MEET GRADE WITH (jJ z
APPROVED EQUAL AREA CASTING SHALL ALSO BE 24" MAX, HEIGHT OF SPACER RINGS, W Q
, INCLUDING MANHOLE FRAME. SEAL 6 t5
STEP MA NON-ROCKING. WITH KINSEAL MASTIC OR APPROVED ffi ~
JOINTS TO BE INDUSTRIES FLAT TOP . EQUAL. ::> a:
CONFINED O-RING PSI-PF OR 2'-0' I 0 ~
GASKET MEETING .,; APPROVED EQUAL I ~
ASTM C-443 ,'" ,l
~ STEP MA INDUSTRIES ~
. PSI-PF APPROVED ~ JOINTS TO BE CONFINED ~ I
~ EQUAL -: O-RING GASKET MEETING ~ ~ ~
:0 ~ ASTM C-443 I I
~ :z: > I
PRECAST CONCRETE
SECTIONS CONFORMING STEPS ARE NOT REQUIRED IS
TO ASTM C-478 ~
IN STORM SEWER MANHOLE. PRECAST CONCRETE SECTIONS x ~
LESS THAN 3 FEET DEEP, 4" FOR ~21' PIPE CONFORMING TO ASTM C-478 j .Ii
5" FOR >21' PIPE I ; I
10 Ii! ~ Ii!
USE A-LOK SEAL OR 0 Ir-= 6' ~ ~ ~
APPROVED EQUAL WHERE 01'" I i
USE A-LOK SEAL OR APPROVED 4" FOR ~21' PIPE PIPE PASSES THROUGH THE Is' I &
EQUAL WHERE PIPE PASSES 5" FOR >21' PIPE MANHOLE WALL ..l'
THROUGH THE MANHOLE WALL l.S'tT Z
o I~ , >.. 0
q'" SANITARY SEWER AND STORM SEWER MANHOLE ~ ~
=:Is' 5' OR LESS IN DEPTH ~ C
l.S'tT ll:: CJ
~;;!;
. SANITARY SEWER AND STORM SEWER MANHOLE ~ m
GREATER THAN 5'IN DEPTH ~ ~
, ~z
~w
File #
PS 244
Sheet
8,06
------
I I I
~
~
A a
Variable ...J
12" See Detail Plans 12" , <0:
Paved Drive or Alley u
't Curb 0 ~
~O
1 ( 2,07- ) , :t;>-:::J, -n
6" Slaped Length of Opening C) ,-
Curb -\.- '" w I ~
Dropped Curb :::-\0 tIl
<",-
'rn
PLAN :0 '_./
5;>z 0
. 6" Standard 6" Sloped ~ 83
Curb Curb )>
6" P,C, Concrete Median Top of Sub grade 3" R o:[t
. O:f-
Granular Backfill I!!z
3" R t ~~
Note: FORM FORM ~~
This section is typical only, and may be appropriately modified in areas GRADE See T,""',!i,n 102-3, GRADE See T,bul,tlan 102-3,
Points of Access" for Points 01 Access, for tuo:
specifically designated by the Engineer. The furnishing and Placing of granular ELEV. ELEV, wc.
backfill shall be Incidental to the price bid for Portland Cement oncrete Median. additional information. oddltionol information. 0:::<
f--
3" Dropped Curb 3" Dropped Curb Wz
CD 'E' Joint, refer to Standard Rood Plan RH-52 for details. wO
1 1/2" Dropped Curb 1 1 /2" Dropped Curb :::>-
<V Construct 'c' Joints according to Standard Road Plan RH-SO; match joints in adjacent ao
:::>w
pavement. SECTION A,A SECTION A,A roW
:::>0:
OW
PAVED MEDIAN WITH SLOPED CURB TYPICAL DROPPED CURB DETAILS J ~
! !
~ ~ ~
~ ~
I'M
71/2" x I!
J I !
2 Staod,rd Curt> 88
4 1/2" ,~SI'Pe<JCUrt> 't IE ~ IE
Sidewalk <D ~ ~ ~
" I I J I
,
FORM ( Normal Slope
GRADE l Pavement Z
ELEV, >"'0
P .C. Cone. e-..(i5
Notes: b:aE
Details are similar where ;Oint Is required adJacent to paved :"l:C
drives, parking areas, paved medians. ete. Other jointing l;t;CJ
G) is the thickness specified for pavement requirements sholl conform to current specifications for sidewalks. Top of Subgrade ~~
. (j) 3" radius <D or other concrete surface. <D 6" Slaped Curb ~m
W 'E' Joint, see St,ndard R,od Pi,n RH-52 far det,ns, W 6" Earth flied ~edian (Tapsoil, Furnish and Spread) >...~
\" Q) Earth flied ~edian (Excavation, Class 10, Raadway and Borraw) e-..CJ
bifi
DETAIL OF INTEGRAL RAISED EARTH MEDIAN File #
6" STANDARD CURB DETAIL OF SIDEWALK EXPANSION JOINT WITH PC CONCRETE BAND PS 244
Sheet
8,07
--- ---
II un uH_ I .=. II I I' CD 'I 111~;~j I . I
I Ii","e "U'N' ~' " U)
if requIred d
8 1 5/8" 0 3 8" ~
, I""': "' ~ 0
......E... yt;. Norm.1 Slop' Edge of Pavemen+- Normal Sub rode 7110-,
~ 6", ~ t.lODIF1ED <(
.- fOR~ U
6" GRADE P.C. a:
/' fOR~ ElEV, ~O' PC C Concrete CD ~ Uniform Granular _,:::5 ~
~E CD T" onc. Pavement Surfacing of 0 5\
'L 4,0~ Shoulders ~ 0 <-
CD = 4 IN, DEPTH fOR 4 FT, ~DTH 6 )> =-l !:;: ~ -n
CD = 6 IN. OEP1~ fOR 8 FT. ~QTH CDls the thickness specified (or povement Subbase jf ~ ~ 1 M C) -( N I =
'=6 L ~ ""naJ --(~ .s:- I
CD 2" radius Applicable ~'-= 'er,sj..-j .' I I I
Note: Slope G may be variable. Normal is 1/2" per ft. Top of Subgrade T Variable Earth Shoulder Fill X - ~G ,:-<... ~_ '--'F
. TYPICAL SIDEWALK DETAILS DETAILS OF INTEGRAL 9~ :ria
(New constr"tion only as shown on detail pions) 6" SLOPED CURB TYPICAL SECTION TYPE 'A' OR 'B' ~ ~ ~
. STA~ON TO STATION SlOE 0 @ @ COOS~C1ION STA~ON TO STA~ON SlOE 0 CD rorAl UNEAR FEET GRANULAR SHOULDER ~ 'Z
rid F..t r..t Sq...... r. lrIeMt . C[) w
10+97.16 13 38,50 LT VARIES 8 VARIES 241.2 7 Adjacent to PCC Pavement f2 ::<
+ 10 39 0 105,7 -.~
+ 6 VARIS 8 ...0
100+00.00 102+96.02 LT 6 8 1 263.1 ~ Notes: Quantities have been determined on the basis 01 a design weIght of 140 Ibs. per cubic foot. See liJ g:
1 00.00 0 . 0 4 1 81.5 A. 6127 Standard Rood Plan RH-37D for constructron requIrements. a: ~
1 +1813 3,33 0 ~ 9.0 / " 11-1<>-92 tii -
103+71.47 109+60,42 LT 6 8 I 523.5 71 2 . is
I \.OCATION E T SIDE TONS ~ ;:::
ROAD IDENmCATION STA~ON ro STATION root ""a 0 U
u ue - + a5 ~
u u ue + ::J a:
OW
I ~
j j
~ ~ ~
~ ~ ~
CD."~"''''''''''f<r'''''~1 J J I
<D Y'roAi, :z: >
DETAILS OF INTEGRAL I ~
6" STANDARD CURB x ~
STATION ro STATION SlOE ~ ~ TOTAL UNEAR FEET See Deloi' 'A' (X)-IO 1/4" ,:~~" I j II!
8+87.00 9+05,54 RT 2 10 25,20 I 8 8
00 ~ lB iU
.j I Roadway a: c::; a:
1:.:'.1 -- ~- III
End of l r 12" End of Taper I z
Taper ,,;.... 0
12" 1 17 3/4', 2 7/16'~ I. DETAil 'B' e-.. en
~ ~ ~~
I I DETAil 'A' U IS
Bevei End of Taper (X) = M/2 + 12" ~
Area (J) For delails of paved median, see Detail 6140, C ~
L <%l Back of Curb. ..... a:
. Approximate <ll 'IT' Joint, 'ee Standard Road Plan RH-52, ~ W
1" Drop Full Thickness <3) 'r Joint, see Standard Rood Plan RH-52, C ~
<D Speciol Shaping of Curb, ;.... _
DETAil 'A' DETAil 'A' SECTION A-A (!) Quantities for Ramped Median Nose e-.. (l'
\,- Length area shail be included in the ...... Z
FOR GRANULAR FOR PAVED Nt' quantities for roadway pavement in U W
SHOULOERS SHOULDERS a e, . Not~ d
Toper pavement to be pa,d for at For 1M! of 8 feet or less sq. y s, File #
the contract unit price far P.C. a ramped median nose'
concrete pavement. should be used, For@ PS 244
over.8 feet, see other RAMPED MEDIAN NOSE
TYPICAL DETAILS OF PCC PAVEMENT HEADER detail pion, (6" SLOPED CURB) ~,~~
-
I ,,/," ~
," -:=J r= ' 1/' " '" - Lone Width 9001
.L.. I _ Joint Une , 1/' " 04-03-0'
I 1 1 I I 'I ("""l .-- , t " r r """',.,, I ,"., ~ '
I 1~ ,I. Jf II. 1~ ,I. Jf ,I 1~ ,I I. \0' I. Jf j, I~ II Jf I. 1~ I tW'U"'" I I~ { ,-L B i
@BROKEN CENTER LINE (Vellow) @BROKEN LANE LINE (White) TRAFFlC ~ TRAFFlC ~ I @ CROSSWALK LINE (White) 6,,==r C
'1/'" ," J Edge of @SOLlD LANE LINE (White) t' ~
I J I I Povem.nt\ :::l @ Paint Y1 @ paintr/i ~
=r-,~ ("""l .1 \ ) GUll.~une e:rJe
ILl l.=r @CHANNELlZINGLlNE(White)! Guller Un
Q) DOUBLE CENTER LINE (Y:II~~i ," (i) EDGE LINE RIGHT (White) ,,',," ,"J" @ CHANNELIZiNG LINE (Yellow) Curb Curl> g !
@EDGE LINE LEFT (Veil ow) ---t . In p' t 12" 'dth f 6" 5t ,'" d C rb U '-" I
lal~" ," ~ I} "" 010 W, or a,~r u, ~O r_
" r l I 24" @ Paint 14" width for 6" Sloped Curb. 'J'> :=t ?': \I
. I , .~, ' , -1 I' ~... 0 0 0 0 0 0 0 -1 ---------------. @mw, "'"' @.,,~ '""' cO:: ~ ~
I I I' L E' r-ll-- -1,'1-- ,"::J @ STOP LINE (White) =ti'-' olg
. @ NO PASSING ZONE LINE (Veil ow) ," , 1/'" @ DOmD LINE (White) '91; ~ i~~
STANDARD TYPES OF PAVEMENT MARKINGS :& 0 ~!
tiia..
l\!::;;
" ~ [}QQ[] f- -
EACH UNIT = 3,84 ~ 3'-6 1/4" 2'-6 3/4" ~ en z
. EACH UNIT = 3.B4" ~ Q
OD
2'27/8" ::>w
roen
4'-5 3/4 " 5'-' 1/2 " 2' 6 3/4" 2'-10 '/2" 5 ~
"'/2" I ~
8'-0" ~ i1', 5'-1 1/2" J J
.. ~l .0 0
'" \> z z ;g
:0- ~ " 1/2" ~ .'! .'! !a
.'I. 1'-7 1/4" II
"-1 1/2" '" > I
2'-6 5/8" l' 7 1/4" I
- ~
'" Ii
6'-'" 12'-9 5/8" III
PAVEMENT MARKINGS PAVEMENT MARKINGS ~ ! ~
STRAIGHT AND CURVE ARROWS COMBINE STRAIGHT AND CURVE ARROWS III
~ nQQD Z
End of CU.... =f 15 ( TlWfIC ~ ~ ~ Q
&~ ~0
~ EACH UNIT = 3.84" t.:i :!E
Cl
15 TRAFflC ) ~ c:J
~~
. LEFT TURN ISLAND (]) NO PASSING ZIlNE UNE ( Yellow) iii:., ffi
. 600' @ sauD lJoNE UNE ( \\IlIt. ) 0 !M
" I @ CHANNBJ~NG UNE ( Yellow) >-. a
I ( @ YEllOW CURB g::: Z
17\ ' t.:i W
- ~ If less than 400 jain the Yellow Un..,
@ S,mbal (when speclflcony I1sted " Tabu- File #
lallan 108-29); for .ize and shop.. refer I I
, NOSE to T)plcoI Detan.19002I,19003IandI9OOB!. . 5'-9" . PS 244
1~ PAVEMENT MARKINGS "ONLY", Sheet
For looatlan d.tan. ... T)plcoI Detan 190011 Curbed Channelized Island WORD 8 B.09
--.- -
f I l00~OA II I - 11~~ll I I i
ESTIMATED ROADWAY QUANTITIES ESTIMA TED ROADWAY QUANTITIES f3
F
I IUltlW I co
. . ~
ITEM NO. ITEN COOE ITEN UNIT DIVISION 1 OI\1S1OO 2 ITEll NO. ITEll CODE ITEll UNIT DIVISION 1 ~\1S1ON 2
1 2101-0850001 CLEARING AND GRUBBING ACRE 1.90 75 2598-8805606 WATER MAIN, DUCTILE IRON, IS IN. LF 55.00 D
2 2102-2710070 EXCAVATION CLASS 10 ROMJIIAY AND BORROW CY 6 640.00 70 25Q8-8805e12 WA.TER MIN DUCTILE IRON 12 IN. LF 690.00
3 2102-2710080 EXCAVATION CLASS 10 UNSUITABLE OR UNSTABLE IMTERIAL CY 1 680.00 77 2598-8810200 WATER MAIN FITTING L8 370.00 ~
4 2102.2719090 EXCAVATION CLASS 13 WASTE CY 1100.00 78 2599-99Q9005 UANHOLE ACUUSTMENT EACH 4.00 11.
5 2105.8425005 TOFSOIL FURNISH AND SPREAD CY 3 &eo.OO 7. 2599-9999009 BORING AND STEEL CASING PIPE 12 IN. 01,0,. LF 65.00 '0
0 2107-0876000 COMPACTION WITH IlOISTURE AND DENSITY CONTROL CY 7420.00 80 2599.9999009 MEDIAN P.C. CONCRETE BAND LF 1 995.00 ~
7 2109.8225100 SPECIAL COMPACTION OF SUBGRADE OTA 41.20 81 2599.9999010 ADVANCE DETECTOR SYSTEM LS 1.00
8 2115-0100000 MODIFIEO SU8SASE CY 3 027.50 82 2599-9Qi99010 TEMPORARY CULVERT 24 IN. DIA. LS 1.00 ::;
. 2121.7425010 GRANULAR SHOULDER MATERIAL TYPE A TON 35.10 83 2599.9999014 LIMESTONE VENEER 4 IN. SPLIT FACE SF 4,123.00 , ~
10 2125-7450020 SHOULDER FINISHING EMTH 8TA 36.00 .. 2601-2636041 SEEDING AND FERTILIZING ACRE 4.88 I
11 2125-2225050 RESHAPING DITCHES 8TA 11.50 85 2601-2638351 SLOPE PROTECTION WOOD EXCELSIOR MAT RC-14 SO 965.00
12 2213.8745500 REMOVAL OF CLRB STA 2.48
13 2301.1033080 8TO OR SLIP FORM PCC PVflT CLASS C CLASS 3 DURABILITY 8 IN. SY 625.00
14 2301 .1033090 STC OR SLIP FORM PCC PVMT CLASS C CLASS 3 DURABILITY 9 IN. SY 4 485.00 t5
15 2301 ~10331oo 8TO OR SLIP FORM PCC PVMT CLASS C ClASS 3 DUIWlILITY 10 IN. SY 10 525.00 ~a
10 2301.4875006 MEDIAN P.C. CONCRETE 6 IN. SY 137.80
17 2301-6911722 PCC PAVEMENT SAMPLES LS 1.00 0::0::
0..
18 2303-0021500 HOT MIX ASPHALT MIXTURE 300 000 EMU. BASE COURSE 1/2 IN. MIX TON 54.00 ...., 0::>-
19 2303~3400000 ADJUSTMENT OF FIXTURES EACH 10.00 DIVISON 1 FEDERAL AID PROJECT ;-, ~~
2312.8260051 GRANULAR SURFACING ON ROAD. CLASS A CRUSHED STONE TON 55.00 CJ'
20 ~~ '-
21 239Q.8400160 TEMPORARY PAVEMENT SY 1200.00 DIVISION 2 IOWA CITY ..--- ~
22 2401-6750001 REII:lVALS, AS PER PLAN LS 1.00 - ~ -,
23 2402-0425031 GAANU BACKFILL TON 2,664.00 (, " 8-0..-
24 2402-2120000 EXCAVATION, CLASS 20 CY 2568.00 :1[\ .t: 0::::;:1
25 2403-0100000 STRUCTURAL CONCRETE (MISCELLANEOUS) CY 488.00 --<'r >-T
20 2403-0100020 STRUCTURAL CONCRETE (RCB CULVERT) CY 65.80 ~_I I - ) Ol_~
27 2404-7775000 REINFORCING STEEL LB 54,760 .00 .....-l:::.~ ~,g;
28 2414~64600oo ORNAMENTAl METAL RAILING LF 240.00 <....." J . au
::lW
2. 2416.0100012 APRONS, CONCRETE. 12 IN. OIA. EACH 1.00 -- . - COOl
3D 2416-0100015 APRONS. CONCRETE, 15 IN. OIA. EACH 2.00 ' ::l 0::
2416.0100018 APRONS. CONCRETE, 18 IN. DIA. EACH 2.00 OW
S1 I ~
32 2416.0100024 APRONS, CONCRETE, 24 IN. OIA. EACH 4.00
33 2416.0100036 APRONS, CONCRETE, 36 IN. OIA. EACH 5.00
34 2502-8212204 SUBDRAIN, PERFORATED PLASTIC PIPE, 4 IN. DIA. LF 4,885.00
S5 2502.8220193 SUBOAAIN OUTLET (RF.19C) EACH 16.00 I h
SO 2503.4470430 INTAKE, RA-43 EACH 13.00
37 2503.4470435 INTAKE, RA.43 II>DIFIEO EACH 1.00 .l!
3S 2503-4470620 INTAKE, RA-62 EACH 0.00 I II
3. 2503.4470700 INTAKE, RA.70 EACH 2.00 '"
40 2503-4480500 STORM SEWER UTILITY ACCESS, RA-60 EACH 3.00
41 2503.7181036 REMOVE STORM 8EWER PIPE LESS THAN OR EQUAL TO 36 IN. LF 1463.00 x I ~
42 2 3. 1136 REMOVE STORM SEWER E OR TER THAN 36 IN. LF 95.00
43 2503.7325012 SEWER PIPE, 2000 0 STORM. 12 IN. OLA. LF 125.00
44 2 3- 32501 b SewER PIPE, 2000 0 STORM, 15 IN. DLA. L. 197.00 I I f
45 2 . 325018 SewER IPE, 2000 0 8TO N,18 IN. oI^. LF 30.00
40 2505. 325024 8EWER PIPO, 2000 0 ORM, ~ DIA. LF 1,026.00 g g
47 250S. 52 36 R PE, 2000 0 STORM, S6 . DIA. L 514.00 .
48 2 ~ 7000036 RoMOVE Y SEWER PIPE I t1AN QAL IN. 236 .00 III U
4. 2504. 080024 sEWER PI , CONCRET IT , 2000 D, 24 IN. LP 288.00 '"
50 . 2504....2510 SANITAR . S...... (""ECAST) (RA.51) EACH 2.00 III
51 .680006 R ElMENT, CLA.S8 E T 390.00
52 2 -6745850 REMO AL. OF PAVEMENT 11,712.80
IS3 2511.7525004 SID K, .C. CONCRE~ 4-~. ST 194.9
54 2511.7526006 8IDEWALK P.C. CONCRETE e IN. 8Y 1 432.90 Z
55 2512.1725206 CURB NIID GUTTER P.C. CONCRETE 2.0 FT. LF 248.32 ~g
56 2 15.2475006 OHIVEWAY, P.C. CONCRETE, e I . 52.90 ~~
57 2 1 -2475008 ORIVEWA , P.C. CONCRETE. 8 IN. SY 183.30
.. 2515.6745600 REUOV OF AVE EWAY 8T 198.90 ~c
5. -2:52S~00002oo LECTRICAL CIRCU T LF 1948.00
00 2525-0000310 HANDHOLES AND JUNCTION BOXES EACH 19.00 It<~
01 2523.0000400 CONTROL CABINET EACH 1.00 Cz
2525-6765009 REWlVE AND REINSTAlL LIGHT POLE AND LUMINAIRE EACH ""'m
62 14.00
. os 2525-0000100 TRAFFIC SIGNALIZATION LS 1.00 ~
.. 2527.9263109 PAINTED PAVEMENT MARKINGS WATERBORNE OR SOLVENT. BASED STA 46.80
05 2527~9263130 REMOVEABlE TAPE MARKIOOS STA 35.00 ~~
, 00 2527-9263137 PAINTED SYMBOL AND LEGEND, WATERBORNE OR SOLVENT.BASED EACH 12.00
. 07 2528.8400256 TEMPORARY TRAFFIC SIGNALS EACH 3.00 ~iii
.. 2528.8445110 TRAFFIC CONTROL LS 1.00
O. 2528.8445112 FLAGOER DAY 150.00
70 2533.4960005 1.Cl8ILlZATION LS 1.00 File #
71 2598-3380010 FIRE HYIlAANT ASSEMBLIES EACH 1.00
72 2598.3380040 RELOCATE FIRE HYDRANT EACH 2.00 PS 244
73 2598-3778006 GATE VN-VE AND VALVE BOX 6 IN. EACH 1.00
74 2598-3778012 BATE V VE AND VALVE BOX, 12 IN. EACH 5.00 Shoot
e.Q1
ESTIMA TE REFERENCE INFORMATION I l00-4A l ESTIMA TE REFERENCE INFORMATION I l00-'A I ~
r 01-15-11 l 101-'$-11 I !;i
Datol\ltedbei(lll is far hlomlotlond ~ anlycnd..lIOtc:ntltute abailb fer lIII)'atnl_crdn. om kted bebw II b' htllrmaUMd purpceetI ~1 end IfdI not ccmtItuta a baslt for lilY eM work orden. :;;;
0::
ITEN ITEM CODE OESCRIPl1ON I~ ITEM CODE OESCRIPl1ON f2
NO. ;:;
1 2101 - 08S0001 CLEARING AND GRUBBINB . 2121.7425010 FURNISH AND SUPPLY GRANULAR SHOULDER MATERIAl, TYPE A ~
A. REMOVAL OF TREES MUST BE APPROVED BY THE PROJECT EN3INEER. i5
B. INCLUDES REMOVAL FROM PROJECT SITE AND DISPDSAL OF TREES LOCATED WIlliIN THE A. REFER TO TABULATION ON SHEET B.08 Ili
GRADING LIMITS AND OTHER LOCATIONS ON THE SITE. AS SHOWN ON THE PLANSj GRUB, tiJ
REMOVE AND DISPOSE OF STUMPS AND ROOTS. 2123-7450020 SHOULDER FINISHING, EARTH 0::
C. THIS ITEM WILL BE BASED ON PLAN QUANTITY OF CLEARING AND GRUBBING H::RES. 10
O. INCLUDES MISCELLANEOUS TREE REIIC)VAL. A. THIS ITEM INCLUDES MAINLINE AND SIDEROAD, RIGHT/LEFT SHOULDERS AND MEDIAN EACH ~
MEASURED SEPERATELY. , ::;
2 2102-2710070 EXCAVATION. CLASS 10, RON:'JNAY AND BORROtN B. THIS ITEM SHALL BE ~ED ON PLAN QUANTITY OF SHOULDER FINISHING, EARTH. ~
A. REFER TO CROSS SECTION SHEETS FOR TEMPLATE QUANTITIES. ESTI~TED ~ SHRINK 2125&222505':) RESHAPING. DITCHES ('-_1 !
IN VOLUME. 11 =
B. THIS BID ITEM INLCUDES THE FOLLOWING QUANTITIES: () =
A. REFER TO PLAN SHEETS ".01-M.04 <.n
. 12,384 CY OF CUT B. INCLUDES RESHAPING, EXCAVATION, DISPOSAl OF EXCESS MATERIAL. :'~O '- D
....- .- :--
5,744 CY OF FILL + SHRINK > ' ~w
2213-6745500 RE..,VAL OF CURB ,-,_.< - :: ~
6,640 CY OF EXCESS 12 N
L .)
A. REFER TO TABULATIONS ON SHEET B.08 -i:J,C r ~ ll.
C. THE 6,640 CY OF BORROW MATERIAL SHALL BE REMOVEO BY THE CONTRACTOR. i-ffi11-
. D. THE CONTRACTOR SHAlL UTILIZE APPROXIMATELY 185 CV OF THE BORROW MATERIAL FOR B. INCLUDES FULL DEPTH SAW CUTTING OF CONCRETE NECESSARY TO CREATE A CLEAN EOOE. <.
- IT' -0 _ ,Z
TEMPORARY GRADING NECESSARY FOR STAGED CONSTRUCTION. WHICH INCLUDES ESTIMATED ~ ::n ~- \~w
SHRINK IN VOLUME. REFER TO TYPICAL STAGING SECTION ON SHEETS J .01-J .05 AND CROSS 13 2301-1033080 STD OR SLIP FORM FCC PYMT, CLASS C, ClASS 3 DURABILITY, 8 IN. 'J-.- ' ~
SECTION SHEETS W.01-W.11 AND X.01-X.07. 1. 2301-1033090 STD OR SLIP FORM PCC PVMT, CLASS C, CLASS 3 DURABILITY, 9 IN. -~ ",/, r ~~
~ ..
THE TEMPORARY GRADING WILL NOT BE MEASURED OR PAID FOR, BUT SHALL BE CONSIDERED 15 2301-1033100 STD OR SLIP FORM PCC PYMT, CLASS C, CLASS 3 DURASILITY, 10 IN. - Iii a:
INCIDENTAL TO RDAtMAY EXCAVATION ON THIS PROJECT. OJ wll.
E. THE TEMPLATE QUANTITIES ARE BASED ON BOTTOM OF MODIFIED SUB6A$E AND 00 NOT A. REQUIRES 'CD' JOINTS. a:~
INCLUDE THE TOP SOIL VOLUME. THIS ITEM DOES INCLUDE THE EARTH SH:>ULDER FILL 8. REFER TO TYPICAl SECTIONS ON SHEETS B.01-B.03 1--
MATERIAL. C. REFER TO SHEETS L.01-L.02 FOR GEONET~IC STAKING AND JOINTING DETAILS. (/)Z
F. OVERHAUL WILL NOT BE MEASURED OR PAID FOA, BUT SHALL BE CONSIDERED INCIDENTAl TO D. ALL PAVEMENTS SHALL HAVE A LONGITUOINALLY TINED SLRFACE. wO
:::>-
ROADWAY EXCAVATION ON THIS PROJECT. E. REFER TO STANDARD NOTES ON SHEET C.05 atl
G. THIS ITEM WILL BE PAID BASED ON PLAN QUANTITY OF CUBIC YARDS OF CLASS 10 RON:INAY :::>w
EXCAVATION. ,. 2301.4875006 MEDIAN, P.C. CONCRETE, 6 IN. ro~
:::>w
3 2102-2710080 EXCAVATION, ClASS 10, UNSUITABLE OR UNSTABLE IAA.TERIAL A. REFER TO TABULATION ON SHEET C.07 01-
A. THIS BID ITEM HAS BEEN INCLUDED IN THE CASE OF UNSUITABLE OR UNSTABLE "'TERIAL B. REFER TO DETAIL 5140 ON SHEET 8.07 I ~
ARE ENCOUNTERED DURING CONSTRUCTION. THIS HEM SHOULD ONLY BE USED AS DIRECTED BY
THE PROJECT ENGINEER. 17 2301 -5911722 PCC PAVEMENT SAMPlES
B. EXCESS CLASS 10 UNSUITABLE OR UNSTABLE "'TERIAL EXCAVATION SHALL BECOME PROPERTY l II
OF THE OONTIlACTOA. 18 2303-0021500 HOT MIX ASPHALT MIXTURE (300,000 ESAL), BASE COl.RSE i IN. MIX ~ ~
C. OVERHAUL WILL NOT BE MEASURED OR PAID FOR, BUT SHALL BE CONSIDERED INCIDENTAl. TO ~
ROADWAY EXCAVATION ON THIS PROJECT. A. AEFER TO SHEET 1.1.01 FOR lOCATION J '1
B. REFER TO TABULATION ON SHEET C.07
. 2102.2710090 EXCAVATION, CLASS 13, WASTE z
A. THIS BID ITEM HAS BEEN INCLUDED IN CASE THE EXCAVATION OF THIS PROJECT SHALL ,. 2303.3400000 ADJUSTMENT OF FIXTlRES ~ I ~
REQUIRE THE REI.k)VAL OF OLD ROAD BEC.
B. EXCESS ClASS 10 UNSUITABLE OR UNSTABLE MATERIAL EXCAVATION SHALL BECOME PROPERTY A. REFER TO TABULATION ON SHEET C.08
OF THE CONTRACTOR.
C. OVERHAUL WILL NOT BE MEASURED OR PAID FOR, BUT SHALL BE CONSIDERED INCIDENTAL TO 20 2312-8260051 GRANULAR SURFACING ON ROAD, CLASS A CRUSHED STONE
ROADIIAY exCAVATION ON THIS PROJECT. A. REFER TO PLAN SHEET 1.1.04 I
-I s I
2105.8425005 TOPSOIL, FURNISH AND SPREAD 21 2399.8400160 TEMPORARY PAVEMENT
5
A. REFER TO TABULATION ON SHEET C.OS S U
A. REFER TO TABULATION ON CROSS SECTION SHEETS W.01-W.11 AND X.01.X.O? FOR TEMPLATE B. REFER TO TRAFFIC CONTROL SHEETS ....01..J.05 =
QUANTITIES. ESTIIlATEO .... SHIlINK IN 'IOLlME. C. THIS ITEM SHALL BE PAID BASED ON THE NUMBER of SQUARE YAROS OF TEMPORARY PAVEMENT. III
B. VOLUME BASED ON BACKFILLING EARTH FILLED ilfOIAN, REFER TO DETAIL ON 'B' SHEETS. D. THIS QUANTITY W1LL BE CONSIDERED FULL COMPENSATION FOR THE PREPARATION OF THE
C. TOPSOIL SHAlL BE QUALITY SOIL CONSISTING OF THE TOP 6 INCHES OF FIELD OR PASTURE TEMPORARY CROSSOVERS. INCLUDED BUT NOT lIMITED TO THE FURNISHING OF Al..L TOOLS,
LOAM CONTAINING A GOOD SUPPLY OF HUMUS AND A HIGH DEGREE OF FERTILITY. THE EQUPlMENT, lABOR, AND MATERIALS NECESSARY FOR THE INSTALLATION OF THE TEMPORAAY
QUALITY OF TOPSOIL StW..L BE APPROVED BY THE: PROJECT OOINEER. PAVEMENT . Z
D. THIS ITEM WILL BE PAID BASED ON PlM QUANTITY OF CUBIC YARDS OF TOPSOIL MNISHEO E. THE CONTRACTOR SHAU CONSIDER THE REMOVAL OF AlL TEMPORARY PAVEMENT, GRMIULAR ~~
AND SPREAD. THIS SHALL BE CONSIDERED FULL COMPENSATION FOR FURNISHING ALL TOOLS, BACKFILL AND RESTORATION OF THE MEDIAN CROSSOVERS INCIDENTAL TO THIS ITEM.
EQUIPMENT, LABOR AND MATERIALS NECESSARY FOR THE FURNISHING AND SPREADING 22 2401 - 5750001
TOPSOIL. REMOVAL, AS PER PLAN tJ~
E. OVERHAUL WILL NOT BE MEASURED OR PAID FOR, BUT SHALL BE CONSIDERED INCIDENTAL TO A. REFER TO TABULATION ON SHEET c.os ;:00::0
ROPDNAY EXCAVATION ON THIS PRO.JECT. 9. REFER TO STANDARD NOTE 213-1 ON SHEET C.05
C. REMOVALS, M PER PLAN WILL BE MEASURED FOR PAYMENT AS LUMP SUM FOR THE PROJECT. It:::~
0 2107-0875000 COMPACTION WITH MOISTURE AND DENSITY CONTROL D. THE CONTRACTOR WILL BE PAID THE LUMP SUM CONTRACT PRICE. THIS SHALL BE ~~
A. THIS BID ITEM WILL BE PAID ON PLAN QUANTITY. CONSIDERED FULL COMPENSATION FOR FURNISHING ALL MATERIAL, EQUIPMENT AND LABOR ~a:
. B. THIS ITEM SHALL INCLUDE THE TESTING OF ALL SUBGRADE, EMBANKMENT, SHOULDER, FOR PERFORMANCE OF WORK AND PROPER DISPOSAL OF REMOVED MATERIAL.
ROPDNAY AND BORROW, AND ALL OTHER EARTH'ItORK DETERMINED BY THE ENGINEER. cW
2S 2402.0425031 GRANULAR BACKFILL >-.~
7 2109-8225100 SPECIAL COMPACTION OF SUBGRADE A. REFER TO TRENCH DETAILS, SHEET 8.04 e-..~
,- B. REFER TO TABULATION ON SHEETS C.06-C.07 tJifi
A. REFER TO TABULATION ON SHEET C.07 C. REFER TO SHEET U.02
B. THIS ITEM WI LL BE BASED ON PlAN QUANTITY OF SPECIAL COYP,\CTION OF SIJ!GRH)E. O. THE CONTRACTOR WILL BE PAID THE PlAN QUANTITY CONTRACT UNIT PRICE PER TON. THIS
SHALL BE CONSIDERED FULL COMPENSATION FOR FURNISHING ALL TOOLS, EQUIPUENT,lASOR File #
AND MATERIALS NECESSARY FOR THE INSTALLATION OF GRANULAR BACKFILL IN ACCORONoCE
8 2115-0100000 UOOIFIEO SUBBASE WITH THE CONTRACT DOCUMENTS. PS 244
A. REFER TO TYPICAl SECTIONS ON SHEET8 B.01-e.03 2. 2402.2720000 EXCAVATION, CLASS 20
8. REFER TO SUPPLEMENTAL SPECIFICATIONS FOR IiClDIFIED SUBBASE. A. REFER TO SHEETS U.01-U.08 Shoot
C. THIS BID ITEM INCLUDES QUAHlTIES FOR MAILINE, SIOESTREET AAO ORlvew-.YS. B. REFER TO SHEETS V.01-Y.07 C.02
I I tl I
I I iw-4A I I I ,I eo
ESTlMA TE REFERENCE INFORMATION I 07-15-17 1 ESTIMATE REFERENCE INFORMATION jHilHill ~
07-15-17 ~
DatG IIded blIklIr is tarWarmatlonclpcrpoea od,and.. not CIClRStIbrte 0 bc*s fa' <<ty dtn:I wk onterr. Data Wed below "lot Infcrmatlonal ~ onItcnd ttll:l not..ututl Q Iat for any a:Irv work lIOn. ;!;
ITEll ITEM CODE OESCRIPllON ITEM ITEM CODE OESCRlPllON ~
NO. NO. ill
25 2403-0100000 STRUCTURAL CONCRETE (MISCELlANEOUS) 48 2504.7000036 REMOVAL, SANITARY SEWER PIPE, LESS TI-WI OR EQUAL TO 36 IN. ffi
A. REFER TO SHEETS U.01.U.08 tlJ
A. REFER TO TABULATION ON SHEET C.07 a:
26 2403-0100020 STRUCTURAL CONCRETE (RC6 CULVERT) B. REFER TO STANDARD NOTE 213-1 ON SHEET C.05 ~
A. REFER TO SHEETS V.01-V.07 C. THE lENGTH OF SANITARY SEWEA REW>VEO WILL BE MEASURED IN FEET BY THE PROJECT
2404-7775000 REINFORCING STEEL ENGINEER. , ::;
27 ~
A. REFER TO SHEETS U.01~U.08 D. THE CONTRACTOR WILL BE PAID THE CONTRACT UNIT PRICE PER LINEAR FOOT. THIS SHAlL
8. REFER TO SHEETS V.01-V.07 BE CONSIDERED FULL COMPENSATION FOR F\.IRNISHING ALL IlATERIAl, EQUIPMENT AND ~ I
FOR THE REMOVING, BACKFILLING DISPOSING OF PIPE.
28 2414.6460000 ORNAMENTAL RAILlNO
A. REFER TO SHEETS U.01-U.08 4. 2504-7080024 SEWER PIPE, CONCRETE SANITARY, 2000 0, 24 IN. ,...., b
. B. THIS BID ITEM SHALL BE BID ON A LINEAL FOOT BASIS MEASURED END TO END OF RAlL. ( = ~a
THE PRICE BID SHALL BE CONSIDERED FULL COMPENSATION FOR FURNISHING ALL MATERIALS, A. REFER TO TABULATION ON SHEET C.06 ) =
en
LABOR, EQUIPMENT AND INCIDENTALS REQUIRED TO ERECT THE RAIL IN ACCOflDNoCE WITH ~() '- a:a:
a.
THE PLANS AND SPECIFICATIONS. 50 2504~8462510 SANITARY SEWER UTILITY ACCESS (PRECAST) (RA.-51) .~> -\ ~ .~
. C. THE CONTRACTOR OR SUB-CONTRACTOR UANUFACTURING AND INSTALLING THE RAILING SHALL _/
BE ON THE APPROVED CONTRACTOR'S LISTING OF THE IOWA O.O.T.. A. REFER TO TABULATION ON SHEET C.06 ':; , N
.=in .r:-
~'~
51 2507 -6800061 REVETMENT, CLASS E <~- ;---..1
29 2416-0100012 APRONS, CONCRETE, 12 IN. CIA. . ,
. IT "'0 tu-
30 2416-0100015 APRONS, CONCRETE, 15 IN. DIA. A. REFER TO TABULATION ON SHEET C.06 5:G w.a.
31 2416.0100018 APRONS, CONCRETE, 18 IN. OIA. B. THIS ITEM SHALL BE USED AT PIPE OUTLET AND OTHER LOCATIONS, AS SPECIFIED. "T .e- a::;;
C. THE CHANNEL BOTTOM AND SLOPES SHALL BE LINED WITH THE ClASS E REVETMENT. -' '" ~
S2 2416-0100024 APRONS, CONCRETE, 24 IN. OIA. =:> ., 1--
33 2416.0100036 APRONS, CONCRETE, 36 IN. OIA; D. .INCLUDES ENGINEERING FABIC, INCIDENTAL TO THIS BID ITEM. :r:-; <Ilz
A. REFER TO TABULATION ON SHEET C.06 0: wO
::J-
8. REFER TO STANDARD ROAD PLAN RF-14 FOR DETAILS ON CONNECTED PIPE JOINTS. 52 2510~6745850 REMOVAL OF PAVEMENT ab
C. INCLUDES CONCRETE APRON TOE WALL AND PIPE CONNECTORS. A. REFER TO TABULATION ON SHEET C.06 ::JW
O. INCLUDES MISCELLANEOUS CHANNEL GRADING AT OUTLET OF STORM SEWER. B. REFER TO STANDARD NOTE 221.4 ON SHEET C.OS lD1Q
::Jw
C. THIS ITEM INCLUDES REMOVAl AND DISPOSAL OF ALL PCC, ACC, AND BRICK PAVEMENTS OF 01-
54 2502.8212204 SUBDRAIN, PERFORATED PLASTIC PIPE, 4 IN. DIA. VARIOUS THICKNESSES. i ?;
D. THIS ITEM DOES NOT INCLUDE SEALCOAT PAVEMENTS, INCIDENTAL TO REK>VALS AS PER ~.
A. REFER TO TABULATION ON SHEET C.07 E. INCLUDES FULL DEPTH SAW CUTTING OF CONCRETE NECESSARY TO CREATE A CLEM! EDGE
S. REFER TO TYPICAL SECTIONS ON SHEETS S.01.S.03 BE1WEEN EXISTING AND PROPOSED PAVEMENTS. I j
c. APPROVED MNUFACTURES: (1) CONTECH, A-2oo0 (2) ADVANCED DRAINAGE SYSTEMS, ADS N-12 F. REFER TO TRAFFIC CONTROL AND STAGING SHEETS J.01-J.10 FOR CONSTRUCTION SEQUENCE.
OR (3) HANCOR, HIaQ. G. INCLUDES SRi CUTTING FOR STAGED CDNSTRLCTION. ~ ~
D. INCLUDES POROUS BACKFILLj INCIDENTAL TO THIS 910 ITEM. .:!
58 2511-7526004 SIDEWALK, PCC, 4 IN. . II
35 2502.8220193 SUBllRAIN OUTLET (RF.19C) '"
54 2511-7526006 SIDEWALK, PCC, 6 IN.
A. REFER TO TABULATION ON SHEET C.07 A. REFER TO TABULATION ON SHEET B.08 ~ I ~
8. INCLUDES FURNISHING AND INSTALLATION OF IN-LINE DOME TACTILE/DETECTABLE
S6 2503-4470430 INTAKE, RA-43 WARNING SURFACE TILE, SRICK REO IN COLOR.
C. CONSTRUCTION OF PEDESTRINl CURB RAMPS SHALL MEET CURRENT NJA
37 2503-4470455 INTAKE, RA.43 MODIFIED REQUIREMENTS. ILl!
38 2503.4470620 INTAKE, RA-62
59 2503.4470700 INTAKE, RA~70 88
- A. REFER TO TABULATION ON SHEET C.De .. 2512-1725206 CURB AND GlITTER, P.C. CONCRETE., 2.0 FT.
8. REFER TO lOOT STANDARD ROAD ~. A. REFER TO TABULATION ON SHEET B.OS Sl ill Sl
B. REFER TO CONSTRUCTION STAGING NOTES ON SHEET J.01 ~ = ~
40 2503-4480500 STORM SEWER UTILITY ACCESS AA.50 .. 2515-2475006 DRIVEWAY, POe, e IN. III
A. REFER TO TABULATION ON SHEET C.06 57 2515-2475008 DRIVEWAY, Pee, 8 IN.
B. REFER TO lOOT STANDARD ROAD PlANS. A. REFER TO TABULATION ON SHEET C.07 Z
S. REFER TO SHEETS L.01.L.02 FOR GEOMETRIC STAKING AND JOINT DETAILS. ~f}l
C. REFER TO STANDARD ROAD PLAN RS.S FOR DETAILS.
41 2503-7181036 REMOVAl, STORM SEWER PIPE, LESS THAN OR EQUAL TO 36 IN.
42 2503~1181136 REMOVAL, STORM SEWER Pl PE, GREATER THAN 3e IN. tJ:1E
A. REFER TO TABULATION ON SHEET C.07 58 2515-6745600 REMOVAL OF PAVED DRIVEWAY ::00:0
B. REFER TO STANDARD NOTE 213.1 ON SHEET C.OS A. REFER TO TABULATION ON SHEET C.06 lit::C!'
C. THE LENGTH OF STORM SEWER REf<<lVEO WILL BE MEASURED IN FEET BY THE PROJECT EM3INEER. B. REFER TO STANDARD NOTE 221~4 ON SHEET C.05
O. THE CONTRACTOR WILL BE PAID THE CONTRACT UNIT PRICE PEA LINEAR FOOT. THIS SHALL SE C. INCLUDES FULL DEPTH SM CUTTING OF CONCRETE NECESSARY TO CREATE A CLEAN EDGE ~Z
CONSIDERED FULL COMPENSATION FOR FURNISHING ALL MATERIAL, EQUIPMENT AtL) LABOR FOR BETWEEN EXISTING AND PROPOSED PAVEMENTS (INCLUDES ACe . PCC SURFACES). ~m
. THE REJ.DVING, BACKFILLING AND DISPOSING OF PIPE. D. REFER TP TRAFFIC CONTROL AND STAGING SHEETS J.01-J.10 FOR CONSTRUCTION SEQUENCE.
45 2503-7325012 SEWER PIPE, 2000 0 STORM, 12 IN. DIA. 5. 2523-0000200 ELECTRICAL CIRCUITS >-.~
.. 2503-7325015 SEWER PIPE, 2000 0 STORM, 15 IN. DIA. A. REFER TO SHEETS N.01-~.09 FOR LIGHTING LAYOUT, UNIT SCHEDULE, TABULATION AND e..,C!'
. 45 2503-7325018 SEWER PIPE, 2000 D STORM, 18 IN. DIA. DETAILS. tJifi
46 2503.7325024 SEWER PIPE, 2000 0 STORM, 24 IN. DtA. B. ITEM INCLUDES PYC (TRENCHED & BORED - SCHEDULE 40 & 80 POLY VINYL CHLORIDE) AND
47 2503-7325036 SEWER PIPE, 2000 0 STORM, 36 IN. OIA. GRS(GAlVANIZED RIGID STEEL) CONDUIT, GROUNDING COPPER CONDUCTORS, WIRING, AND
A. REFER TO TABULATION ON SHEET C.06 CABLE BETWEEN CONNECTORS IN POLE. File #
S. ALL STORM SEWER PIPE SHAlL HAVE SELL AND SPIGOT JOINTS ~TH A a-RING GASKET JOINT PS 244
PER A$TM C<< .3. 60 2523.0000310 HANOHOLE AND JUNCTION BOXES
C. REFER TO STANDARD ROAD PLAN RF.2 FOR DETAILS ON CONNECTIONS TO ~ISTIt<<1 STORM A. REFER TO SHEETS N.01.N.OG FOR lIGHTING LAYOUT, UNIT SCHEDULE, TABUlATION AND
SEWER PIPE. DETAILS. Sh6et
B. REFER TO tOOT STANOAAD ROAD PLAN R11-42 C.03
I I z I
. 0
..u . I I l1oo-4A l I ~
ESTIMATE REFERENCE INFORMATION 1,w-4A I ESTIMA TE REFERENCE INFORMATION '"
I 01-15-97 I 0:
07-15-17 ~
DatalllttdbllCll'iltr:r~ IMJlOIIIcriyand IIhaI notc:ntlhttl obcUfor anyatra Mlltmn. Data rated ~ III ..,fannatJanaI p.rpclID lll'IIyll'lcl lid not COI'IItJtutt Q bcIa fllI' lI'lytxtra 1JlIIt wdn.
II,7M ITEll CODE DESCRIPTION ITEM ITEM CODE DESCRIPTION ~
O. NO.
01 2523~0000400 CONTROL CABINET ~
73 2598.3778006 GATE VALVE AND VALve BOX, 6 IN.
A. REFER TO SHEETS N.01-N.OQ FOR LIGHTING LAYOUT, UNIT SCHEDULE, TABULATION Nf:) 74 2598.3778012 GATE VALVE AND VALVE BOX, 12 IN. 0:
DETAILS. ~
B. INCLUDES METER SOCKET, METER LOOP, BASE, FOOTING, INSTALLATION OF CONTROL CABINET, A. REFER TO TABULATION ON SHEET C.08
AND ALL INTERNAL cIRCUITRY. B. REFER TO UTILITY SHEETS M.01.M.04
C. REFER TO SPECIAL PROVISIONS FOR WATER MAIN. ~ ~
02 2523-6765009 REMOVE AND REINSTALL LIGHT POLE AND LUMINAIRE I
A. REFER TO TABULATION ON SHEET N.04-N.05 75 2598.8805606 WATER MAIN, DUCTILE IRON, 6 IN. ~
B. THE CONTRACTOR WILL. BE PAID THE CONTRACT UNIT PRICE PER EACH LIGtiT POLE N€J 75 2598-8805612 WATER MAIN, DUCTILE IRON, 12 IN. 0 =.::l
=
. LUMINAIRE THAT IS REMOVED AND REINSTALLED. THIS SHALL BE CONSIDERED FUlL "'" &i
COMPENSATION FOR FURNISHING ALL TOOLS, EQUIPMENT, LABOR AND MATERIALS NECESSARY A. REFER TO UTILITY SHEETS M.01-M.04 :;:Eo <-
TO COMPLETE THE WORK. B. REFER TO SPECIAL PROVISIONS FOR WATER MAIN. )"> -I ;;::;:. .Q-~
C. THIS BID ITEM INCLUDES CAPS AND PLUGS REQUIRED TO PROTECT PIPE SECTIONS DURING -,,'-< h_ O'
STAGEO CONSTRUCTION. ;_ .J N .0:-
. ~Q - IE" ~
.3 2525-0000100 TRAFFIC SIGNALIZATION 77 2598-8810200 WATER MAIN FITTING :.....1 il!!-z
rn -0 8W
, -:::;:
A. REFER TO TABULATION ON SHEET N.04-N.05 A. REFER TO TABULATION ON SHEET C.OS eJ:D ~ \~
B. REFER TO SPECIAL PROVISIONS FOR WATER MAIN. '- ~
2521-9263109 S,/---.. .r:-
.. PAINTED P,WE..ENT VARKtNGs., WA'TERBORNE OR SOLVENT-BASED C. INCLUDES RES'TRAINING LUGS AS REQUIRED. )=> .. tuo:
A. REFER TO TABULATION ON SHEET C.09 - W"-
co 0::;;
S. REFER TO SHEET 8.09 FDA PAVEMENT MARKING LAVOUT. MANHOLE ADJUSTMENT t--
78 25GG-9999005 rflZ
A. REFER TO UTILITY SHEETS M.01-M.04 wO
2527-9263130 :>-
64 REr.<<lVEABLE TAPE MARKINGS B. THE CONTRACTOR ~LL BE PAID THE CONTRACT UNIT PRICE PER EACH MANHOLE ADUUSTMENT. 00
A. REFER TO STAGING AND TRAFFIC CONTROL SHEETS J.01-J.05 THIS SHALL BE CONSIDERED FULL COMPENSATION FOR FURNISHING ALL MATERIAL, EQUIPMENT :>W
Cllrfl
AND LABOR FOR PERFORMANCE OF \\ORK AND PROPER DISPOSAL OF REJ.ClVED W\TEAIAL. :>0:
OW
o. 2527-9265137 PAINTED SYMBOL AND LEGEND, WATERBORNE OR SOLVENT-BASED 7. 2599-9999009 BORING AND STEEL CASING PIPE, 12 IN. DIA. I ~
A. REFER TO TABULATION ON SHEET C.09 A. REFER TO SHEET M.04
B. REFER TO SHEET B .09 FOR PAVEMENT MARKING LAYM. 1 h
07 2528-8400256 TEMPORARY TRAFFIC SIGNALS 80 2599-9999009 MEDIAN, P.C. CONCRETE B,NoI) z
A. REFER TO TABULATION ON SHEET C.07 ~
A. REFER TO SHEETS J.01.J.05 B. REFER TO DETAIL 6136 ON SHEET B.07 J I I
B. THIS ITEM SHALL SE BASED ON PLAN QUANTITY OF 3 EACH, TEMPORARY TRAFFIC SIGNALS. C.INCLUOES JOINTING, REINFORCEMENT AND MISCELLANEOUS GRADING.
THIS SHALL BE CONSIDERED FULL COMPENSATION FOR FURNISHING ALL TOOLS, EQljlPUENT, O. THE CONTRACTOR WILL BE PAID THE CONTRACT UNIT PRICE PER LINEAR FOOT. THIS SHALL '"
lABOR AND MATERIALS NECESSARY FOR THE INSTAlLATION AND OPERATION OF THE BE CONSIDERED FULL COMPENSATION FOR FURNISHING ALL TOOLS, EQUIPMENT, LABOR ~ I ~
TEMPORARY TRAFFIC SIGNALS DURING ALL STAGES OF CONSTRUCTION. AND MATERIALS NECESSARY FOR THE CONSTRUCTION OF THE CONCRETE BAND IN
ACCORDANCE WITH THE CONTRACT DOCUMENTS.
08 2528.S445110 TRAFFIC CONTROL E. COLOR SHALL BE BRICK RED.
A. REFER TO SHEETS J.01-J.05 FOR STAGING AND TRAFFIC CONTROL DETAILS. I I !
B. INCLUDES ALL REQUIRED TRAFFIC CONTROL SIGNING FOR CONS'TRUCTION' OF iHE PR()JEC1', 81 2599.9999010 ADVANCE DETECTOR SYSTEM
INCLUDING AOOITIONAL SIGNAGE THAT MAY NOT BE INDICATED ON THE TRAFFIC CONTROL. ~. . A. REFER TO SHEETS N.01.N.09 Ill!
C. INCLUDES ALL TRAFFIC CONTROL DEVICES AND EQUIPMENT NECESSARY TO MAINTAIN TRAFFIC
IN ACCOROANCE WITH THE MANUAL ON UNIFORM TAAFFIC CONTROL DEVICES (llITCO). lJl U
82 2599.9999010 TEMPORARY CULVERT, 24 IN. CIA. "
.. 252S-8445112 FLAOGEA A. REFER TO SHEETS J.01-J.05 III
A. FOR TRAFFIC STAGING, CONCRETE PLACEMENT, MID OTHER MISCELLANEOUS CONSTRUCTION
MEASURES. 83 2599.999ll014 LIMESTONE VENEER, 4 IN. SPLIT FACE
B. USE OF FI..AOOERS TO BE APPROVED BY PROJECT ENGINEER. Z
A. REFER TO SHEETS U.01.U.08 ~~
70 2533-49SOO05 MOBILIZATION
71 2598-8380010 FIRE HYDRANT ASSEMBLIES 8' 2601 -2536041 SEEDING AND FERTILlZIN3 G:2E
A. REFER TO TABULATION ON SHEET C.08 A. REFER TO TABULATION ON SHEET C.08 :",:0
B. REFER TO UTILITY SHEETS ".01-M.04 B. ALL SEEDING IN MEDIAN SHALL BE SPECIAL MIX, LO-GRO GRASS. It::C!l
C. REFER TO TYPICAL DETAIL ON SHEET B.05 . ~~
. D. REFER TO SPECIAL PROVISIONS FOR WATER UAlN. 85 21501-21538351 SLOPE PROTECTION, v.ooD EXCELSIOR MAT (RC-14) ~l:C
E. INCLUDES PROVIDE AND INSTALLED HYORANT, 6-IN. PIPING VALVE AND BOX, TRACER WIRE
RECETACLE, POLYETHYLENE ENCASEMENT, THRUST BLOCKING, EXCAVATION AND BACKFILL A. REFER TO TABULATION ON SHEET C.OS oW
INCLUDING COMPACTION. >-.~
,~ 72 2598.3380040 RELOCATE FIRE HYOAANf E-,C!l
A. REFER TO TABULATION ON SHEET C.08 bffi
B. REFER TO UTILITY SHEETS ".01-M.04
C. REFER TO TYPICAL DETAIL ON SHEET B.05 FUe*
D. REFER TO SPECIAL PROVISIONS FOR WATER MAIN.
E. INCLUDES 6-1N. PIPING /IS REQUIRED, THRUST BLOCKING, EXCAVATION BACKFILL I~Ll(lING PS 244
COMPACTION.
Sheet
C.04
I 10-22-93 201-1 l 01- 20-84 221-4 I 01-19-88 251-1 I
In order to ovoid any unnl'!~~!~~ry !;!.!rl!:!c~ br~(lks or prl'!mntlJN! Thp. ermtrar:lor shall be resoonslble to maintain access to individual
Ughling Co""oclor sho;; ch.c. '" iocuU~" 0; oWili.,. J"inog,~ spoiling, the contractor Is cautioned to exerclse extreme care when properties during construction.
structures or other facUities in t~e construction area. Any damage ;
to such facilities due to the contractor's carelessness sholl be performing Qny of the necessary saw cutting operations for the Relocated access sholl be completed to IndIvidual properties prior
corrected at the controetor's expense. proposed pavement removal. to removal of existing access. "-'
0 C~ In
If the permanent access cannot be completed prior to removel of =
CJ'>
12-08-95 222-1 the existing access. the contractor shall provide and malntaln an ::::0 '-
01- 20-84 203-1 alternate access. Temporary Granular Surfacing will be paid for as ):"-"=1 --
Pian and profile sheets Included in the project are for the purpose Special care shall be taken when forming at intersections so that o contract item or by extra work. '::J -< ""
of alignment, location and speciflc directions for the work to be the profiles and elevtltlons shown on the crOSQ secUons, street retum i ,. ~ r-
performed under this contract. Irrelevant data on these sheets is profile sheets, and stoking diagram sheets are obtained. Short :::::;,0 iTl
not to be considered a part of this contract. lengths of forms or flexible forms may be necessary at these locations, . .c<, '"'t
06-22-84 251-3 en . C
A pion for stage construction of local accesses which are required O::D ~
01-20-84 222-2 to remain open to traffic during constructfon shan be submitted by ::::'" ~ J
01-20-84 204-2 To obtain the correct fonn grades at low points where intakes ore the contractor for approval by the engineer. )> -
All holes resulting from operations of the contractor, including removal 0
of guardrafl posts, fence posts, utHity poles, or foundation studies, located, the contractor must exercise extreme care when paving 0
. shall be fmed and consolidated to finished grade os directed by the full width pavements. This may require pouring one half of the pave- - (;iIW
engineer to prevent future settlement. The voids shall be filled as ment at a time Of ather methods approved by the engineer. 01-20-80 261-2 03
soon os practical - preferably the day created and not later than the Before performing earthwork, mng, or excavation within three hundred 0:0:
feet of an existing pipeline, the contractor shall notify the pipeline n..
following day. Any portion of the right-of-way or project limits 0:1-
. (including borrow areas tlnd operation sites) disturbed by any such 01-09-90 232-4 company and the pipeline comptlny shall mark the location of the plpe- Wz
operations shall be restored to an acceptable condition. This oper- Selective clearing wnl be required on this project. line as required by Section 479.47 of the Code of Iowa. ~~
atlon sholl be considered incidental to other bid items In project. Any trees outside of the construction limits shall be removed only The contractor shall exercise tlU due caution when working in the u'1S!
vicinity of pipelines carr)ing combustible or toxic materials which are '0
by the approvo! of the engIneer, This includes areas In divided present on this project. Pipeline location shown on the plans repre- ....0:
wn..
213-1 medians and Inside interchanges. sents the best information available at the time ot plan preparation. ~~
10-02-01 It wDI be necessary to clear along the right-at-way lile to permit 1--
It shall be the contructor's responsiblHty to provide waste areas (f)Z
or disposal sites for excess material (excavated material or broken installation of fence. this clearing should be done so as soon as wO
possible with trees cut off at the ground !lne. :::l-
concrete) which is not dt!:slrable to be incorporated into the work 09-21-99 262-3 00
I Involved on this project. These ore" .holl not impoct .etlond. Contractor shall not disturb native grass areas outsIde the con- BEFORE YOU DIG: :::lW
or .Waters Of The U.S: No pO)fTlent for overhaul will be allowed structlon limits. IOWA 1-CALL# 1-800-292-8989 lD(f)
:::l0:
for materIal hOllled to these sites. No material shan be placed OW
1 within the right-of-way, unless specifically stated in the plans or J ~
approved by the engineer. 01- 20-84 232-5
03-26-04 IOWA OlY
The contractor shall not disturb desirable grass areas and desiroble Contractor sholl provide Certified Plant Inspection for
trees outside the construction limits. The contractor wm not be Portland Cement Concrete paving, per mOT Specifications.
01-09-90 213-2 permitted to parker service vehicles and equipment or use these ! ! ~
The contractor's attention Is directed to the following consideration areas tor storage of materials. Storage, parking and service area(s) I I I
in regard to removal and replacement of topson in barrow areas: wnl be subject to the approval of the resident engineer.
Quantities estimated fer topson are calculated on the basis of 03-26-04 IOWA CllY :z:
a uniform remoYOl of topson to 0 depth of 12 Inches. The material Contractor moy use the Maturity Method of testing
removed Is to be spread uniformly to a minimum depth of 8 inches 01-09-90 232-6 to determine the strength of Portland Cement Concrete I ~
over the borrow area upon completion of excavation work. Selective dearing will be required on this project. Any trees outside of the paving, per lOOT Standard Specifications. )( ~
construction limits shall be removed only by the approval of the engineer. III!
10-27-98 213-4 03-26-04 IOWA CllY
The contractor shall apply necessary moisture to the construction The Pavement Smoothness shalf meet the requirements of Section g g
area and haul roods to prevent the spread of dust. Refer to ArtIcle 06-07-94 232-8 2316 of the lOOT Standard Specifications. Standard Specifications.
1107.07 of the current Standard Specifications for addItional detaDs. The top six (6) Inches of the disturbed "'ea. shall be free of rock Tho pavement smaothnes. shall be determined by Scl1edule 8 of the III ~ III
and debris and shall be suitable for the estabOshment of vegeta- pavement charts. ~ = ~
tlon. sub J.ct to the approval of the Engln.er, I j I
07-18-91 213-8
The backfilling and associated embankment construction shall be 03-26-04 IOWA CllY Z
completed within 14 working days after the curing period has expired 10-28-97 232-10 The contractor Is required to exercise 011 necessary caution In
The contractor Is expected to have materials, equipment, and labor construction operations directly adpcent to the project and utilize >..0
for culvert extension. avaf!oble on 0 daily basis to install and maintain erosion control methods of construction to prevent damage to the surrounding buildings. E--.(i5
The fmmedlate embankment sholl be placed to provfde 6: 1 slopes features on the project. This may involve seeding, sUt fence, rock The contractor Is responsible for pre- and post- constructlon damage b~
-away from the culvert top. ditch checks, silt basins, or slit dikes. surveys for properties directly adjacent the project including evaluating :,,!:C
and documenting any damages. MY damages as 0 result of construction
activities shall be corrected at the contractor's expense. Iit::~
04-2~00 214-1 01-20-84 241-1 ~i!':;
The roadbed sholl be trimmed to wlthil 0.05 foot of the final Road contractor is to use due caution In working over and around a:
. subgrode elevation. Trimmed materiol shall be placed In a windrow all tne lines. Breaks In the tOe line due ta the contractor's care- ~IH
09-02-04 IOWA CllY
on either foreslope for use In earth shoulder fill after paving. No lessness are to be replaced at his expense without cost to the State The City of Iowa City shall be responsible for the construction >..i!':;
ponding of water shall be ollowed by the stored materials. of Iowa. Any tile lines broken or disturbed by our cut lines will be staking. E--.~
, Trimming of material shall be Included In excavation required for replaced os directed by the engineer in charge of constnJctJon and bffi
Earth Shoulder Construction. Granular surfacing material, if placed at the State of lowo's expense.
over the winter, is included In the trimmed YOlume.
File #
01-20-84 221-3 PS 244
Estimated quantity for new concreto pavement Includes 011 Integral
curb, all street returns and special areas of repairs to connecthg Sheet
pavements. C.OS
---- --
LIST OF INTAKES, UTILITY ACCESSES AND SANITARY UTlLlTY ACCESS I lOW' crr I LIST OF STORM SEWER PIPE/CULVERT PIPE AND SANITARY SEWER PIPE I IOWA. 01)' I
lifOI' RA.-70 f 04-24-04 I I 0<-201-0< I
---- - - I
WE OR fORM BOT11lM EXITN~DN GR'NULAR LOCA~DN PIPE LENGlH SLOPE FLOW UNES GRANULAR PIPE
NUMBER LOCA~ON STANOARD GRADE v.m LENG~' BACKflll NOll'S UNE ClASS OIAllElER OF UNE INLE1 CU1\.ET OiliER BACKFILL PRORLE NOlIS
ROAD PlAN 8ev. El". feet tal. NUMBER From To "D" X SHEET NO.
"""' ,_ Elevation Elevation ElevatIon T..
1-' 11+96.31 34.50 AT RA-43 644.34 641,20 23 1 P-l 1-1 1-2 20000 12 72 0.35 641.54 641.29 85
1-2 12+12.02 34.50 LT RA~43 645.02 640,85 23 1 P-2 1-2 20000 12 53 0.35 641.19 641.00 10 4 r--:J '15
34.50 LT RA-43 650.56 641.70 23 A-'
1-3 15+68.78 1 P.3 1-3 15 20 2.50 642.00 641.50 6 EXIT INTO BOX CUL T- i
34 .50 RT RA.43 652.33 647.00 23 2000D ~
1-' 16+23.61 P.4 1-4 A-2 2000D 15 36 5.00 647.30 645.50 8 4 en
1.5 18+78.05 34.50 RT AA-70 663.14 657.35 11' -10' 27 1 P-5 1-5 20000 2' 202 6.49 657.65 644.54 841 > '--
58.50 RT RA-62 660.13 656.13 SIZE A - :-m
1-5 18+72.69 2 P-6 1-6 1-5 20000 15 27 0.50 657.89 657.75 6 -r;:."'~
RA-43 670.44 665.05 23 - .
1-7 20+46.48 34.50 RT 1 F.7 1.7 1-. 20000 15 5 4.00 665.35 665.15 1 ....;~
1-8 20+46.48 47.10 AT AA-62 669,62 664.25 2 P-6 I.. 1.5 20000 2. 170 4.00 564.55 657.75 64 \. ) i--
1-9 22+31.94 47.26 AT RA-62 671 . 00 672.36 2 7 P-9 1-25 I.. 20000 24 12' 4.43 669.35 664.65 68 - ~ l ) ,...,-,
1-10 23+88.48 51.95 RT RA-62 683.53 678.91 2 P~10 1-10 2' 152 4.24 579.21 572.76 57 .-<....i ' II
1.9 2000D I'n
1-11 23+88.48 34.50 AT RA-43 685.24 679.12 23 1 P-11 1-'11 1-10 20000 2' 11 1.00 679.42 679.31 . ~~_:
1-12 23+88.48 0.0 AT RA-50 686.35 679.54 2 6
P-12 1-12 1-11 20000 2. 32 1.00 679.84 679.52 35 .~:;:;-'
1-13 23+88.48 34.50 LT AA-43 685.54 679.96 23 P-13 1-13 1-12 20000 2. 32 1.00 680.26 679.94 35 <,? ~ -
1-14 19+00.00 46.50 LT RA-70 663.79 654.00 11'-10' 7 1 P-14 A.3 1-13 20000 2' ,. 1.00 680.54 6BO.36 7 "0- 0
, 1-15 18+89.68 88.13 LT RA-SO 658.73 649.67 2 P-15 1-14 1.15 20000 24 37 6.00 654.22 652.00 ,. - r ~3
I-Hi 104+20.61 19.50 LT AA-43M 659.81 647.20 23 1 5 1'-16 A-' 1-15 20000 30 51 1.00 650.53 650.07 54
1-11 100+65.00 17 .00 AT RA-43 654.87 648.44 23 1'-17 1-15 1-16 20000 36 9S 2.29 649.97 647.69 .4 a: a:
1-18 100+65.00 17.00 LT RA-43 654.87 646.15 1 0-
P-18 1-17 1-18 20000 15 35 5.00 648.75 647.00 3. a:f-
. 1-19 111+15.47 46.85 RT AA.50 649.40 656.38 P-19 1-18 2000D 15 2. 4.44 646.95 645.35 12 EXIT INTO EXIS~NG STORM S'\\ER I:':'z
1-20 111+18. .56 15,50 RT RA-43 660.16 656.51 23 1 P-20 1-20 1-19 2000D 15 15 0.50 656.86 656.78 . ~~
RA-43 660.16 656.81 1
1-21 111+18.56 15.50 LT 23 P-21 1-21 1-20 20000 15 31 0.50 657.11 656.96 .2
45.44 LT RA-62 674.50 670.00 23 u..~
I-2~ 21+71.98 P-22 1-19 A-6 2000D 2. 75 0.50 656.68 656.35 103 .
1-23 21+11.98 34.50 LT AA-43 676.05 670.00 23 -0
P-23 A.7 1-'\9 20000 24 16 1.63 658.00 656.18 7 f-a:
1-24 21+71.98 34.50 RT RA-43 675.87 669.30 23 1'-24 A-. 1-10 20000 2' 23 6.00 682.57 681.25 10 Wo-
1-25 21+71.98 47.19RT RA-62 614.60 669.00 23 1'-25 1-22 1-23 20000 2. 5 1.00 670.46 670.41 1 g,J::;;
f--
P-26 1-23 1-24 20000 2. 69 1.00 670.31 669.62 10 CIlZ
P-27 1-24 1-25 20000 2' 7 1.00 669.52 669.45 1 wO
P-26 1.9 1-25 20000 2' 56 5.73 672.66 669.45 9 :::>-
P-29 1-16 A-5 20000 30 78 2.17 647.69 646.00 10 00
:::>w
SANITARY lDCIl
:::>a:
MH-l 9+81.30 71.42 LT RA-51 645.77 636.40 30 CULVERTS OW
MH-2 12+40.89 73.91 LT RA-51 644.20 637.00 5 C-l 11+18.17 162.10 LT 20000 1B 30 0.50 642.55 642.40 3D FROM A-9 TO A-l0 J ~
C-2 12+83.70 87.50 LT 2000D 36 45 0.50 642.33 642.10 95 FROM A-ll TO A-12
C-3 12+83.70 87.50 LT 2000D 30 45 0.50 642.33 642.10 95 FROM A-l~ TO A 14
SANITARY SEWER ! ! ~
SP-1 MH-2 MH-1 20000 24 230 0.181 637.63 637.20 2S1 ! . I
SmUCTURE NOTES
1. CONCRETE FILLET REQUIRED I ~
2. REFER TO SHEET --.-- FOR DETAILS. STORM SEWER NOTES' x ~
3. INLCUOES ALL MATERiAL AND LABOR TO CONNECT, EXISTING STORM SEWER LINES. J I I
.. RA-SO SHALL BE MODIFIED WITH A 72" DIAMETER STORM SEWER MANHOLE 1. ALL STORM SEWER PIPE SHALL HAVE BELL AND SPIGOT JOINTS WITH
5. SHALL INCLUDE ALL MATERIAL AND LABOR NEEDED TO CONSmUcT RA-'3 AND CONNECT EXISTING .8" STORM SEWER. O-RING GASKET JOINT (ASTM C443) 8 g
BOTTOM OF WELL ELEVATION SHALL BE FIELD VERIFIED. 2. REMOVE EXISTING APRON AND EXTEND 4B" STORM SEWER AT LOll.
6. FLOWLINE ELEVATION OF STORM SEWER FROM THE NORTH SHALL BE FIELD VERIFIED. 3. REFER TO M SHEETS FOR DETAILS. \! ~ \!
7. TWO 12" RCP STORM SEWER FROM THE NORTH FL = 673.61' 4. INSTALL 60 TONS OF CLASS E REVETMENT STONE. ~ ~ '"
5. INSTALL 75 TONS OF CLASS E REVETMENT STONE. I J J
REMOVALS, AS PER PLAN I IOWA CITY 'MINIMUM DEPTH STORM SEWER UNDER PAVED AREAS ODES NOT
I 04-22-0< REQUIRE GRANULAR BACKFILL. ALL SmOM SEWERS UNDER PAVED
AREAS, INCLUDING LONGITUDINAL PIPE AT BACK 0' CURBS,
LOCATION DESCRIPTION GRANULAR NDTES REQUIRE GRANULAR BEDDING (iNCIDENTlAL) TO 1 FOOT ABOVE Z
TONS PIPE. >"'0
9+81.30 71.4' LT Existina sanitary Sewer Manhole 0 6. EXTEND 7'xS' T\\1N BOX CULVERT. ~US
11+94.40 33.4' RT Intake 12 t3~
11+94.40 10.5' RT Intake 12
17+80 47.6' RT Utilit Access 30 :",,:0
17+85 40.6' RT Intake 30 ~ I IOWA CITY Iii:::~
18+29 49.2' RT Intake 12 REMOVAL OF CONCRETE DRIVES 04-18-80 REMOVAL OF PAVEMENT I 04-22-0< ~~
18+61 48.2' RT Intake 0 a:
" 18+62 0.2' AT Intake 12 LOCATION AREA AREA ~W
19+93 45.6' RT Intake 0 Side Sq. Yd.. REMARKS STATION TO STATION Sq. Yd,. REMARKS OW
21+16 45.0' AT Intake 0 Stotlon >...~
22+32 46.7' RT Intake 0 00 NOT DISTURB 2-12 PIPE 14+46 RT 30.3 10+24.92 25+69.32 4299.6 DUBUQUE STREET - NORTHBOUND ~~
, 23+83 52.0' RT Intake 0 FORM EAST 06+10 RT 96.3 KNOLLWOOD LANE 10+38.83 25+57.26 4435.7 DUBUQUE STREET - SOUTHBOUND t3ffi
23+82 0.0' RT Util1t Access 12 DO NOT DISTURB INLET PIPE 109+79 LT 72.3 PARKVIew CHURCH 17.68+00 20+12.00 629.7 DUBUQUE STREET . FRONTAGE
21+72 81,6' IT Utili tv Access 15 FORM NOR H 103+84.00 111+29.23 2131.6 FOSTER ROAD
21+72 45.4' LT Intake 0 TOTAL 198.9 110+12.00 111+12.00 215.7 LAURA DRIVE Fil.#
19+49 28.6' LT Utilitv Access 10
1s>+39 54.0' LT Util1tv Access " TOTAL 11 712.3 PS 244
REUOVAL NOTFS Sheet
PAVEMENT REMOVALS INCLUDE ALL SAW CUTS NECESSARY TO PERFORM STAGED CONSmUCTlDN C.06
----
I TABULA~,~~" O~.~~~ESTRIAN ~~,~~ II I STORM AND SANITARY SEWER PIPE REMOVAL SCHEDULE I IOWA OTYII I T<\1'l111 Hlm,1 ()" 1R" prr I'lAt-..ln ~AmIAt-..1 I IOWA clTYl1 ~
REFER TOSTANOARC;'R'OAOPLAN RB-6 ,----, 10<-22-041 ...---....-.. -. ,- ,-- -....- ...--..... 104-22-041 ~
, DCA TlON SIDE TYPE @ LOCATION RT/L T SIZE/TYF'E LENGTH GRANULAR SIDE LENGTH <I:
- FROM TO F t NOTES STATION TO STATION RT/LT REMARKS :::l
7 73 LT TYPE B 5.0 8' Tons LF 0
17+B4 LT TYPE B 8.0 9+83 12+38 T 24: RCP 238.0 Sonitor 10+24.92 15+40.54 RT 518 DU8UQUE STREET - NORTH80UND '0
17+62 RT 8.0 11+94 11+95 RT 12 RCP 19.0 13 Storm 10+38.83 15+40.54 LT 500 DU8UQUE STREET - SOUTHBOUND
17+58 RT TYPE B 4.0 11+92 11+94 RT T 12 RCP 75.0 25 Storm 20+75.20 25+69.32 RT 494 DU8UOUE STREET - NORTHBDUNO ~
18+25 TYPE 8 0 16+57 17+79 RT 24 RCP 107.0 21 Storm 20+75.20 25+57.26 LT 483 DU8UQUE STREET - SOUTHBOUND <I:
H+60 17+84 RT 24 RCP 5.0 2 Storm :::
101+82 RT 4.0 17+80 18+24 RT 24 RCP 44.0 37 Storm ~
102+20 RT 4.0 18+29 18+61 RT 24 HOPE 27.0 5 Storm CI)
18+61 18+62 RT 18 HOPE 44.0 50 Storm .II W
18+63 19+91 RT 24 HOPE 127.0 0 Storm "
19+95 21+12 RT 24 HOPE 117.0 0 Storm ~ I
21+16 22+28 RT 24 HOPE 109.0 0 Storm TABULA TION OF CONCRETE MEDIANS 112-5 r:::o
22+30 23+80 RT 24 HOPE 147.0 0 Storm 04-FBD ~
23+83 24+07 RT 24 HOPE 21.0 0 Storm <::- en ~
. 23+83 23+83 RT 24 HOPE 52.0 43 Storm LOCATION AREA I ~; ,,-, 'C;; 0
21+72 23+90 LT 24 RCP 219.0 10 Storm STATION TO STATION (Sq. Yards) REMARKS J>' '-- -9-8
21+71 21+72 LT 24 RCP 10.0 .3 Storm N -~:a:
19+51 21+71 LT 24 RCP 223.0 255 Storm 15+40,54 17+39.87 56.5 DU8UQUE STREET l) . 'r rDO "-
19+39 19+48 LT 24 RCP 10.0 40 Storm 17+39.87 17+48.87 2.3 DU8U UE STREET - MEOIAN NOSE-:' ( , ,er-I;-
. 19+09 19+36 LT 24 RCP 37.0 0 Storm 18+68.01 18+75.01 2.3 DUBUQUE STREET - MEDIAN NOSE-_l -o'~ Z
110+40 111+09 RT 24 RCP 0.0 0 Storm 18+75.01 20+75.20 66.7 DUBU UE STREET _,~. (>'<11
17+35 18+30 LT 40 CP 95.0 0 Storm under Foster Road r I:::: _ tr....W
Z'/ ...... -.>
~ ~O
--- - wCI:
en w"-
DO=<
>--
Wz
wO
:::l-
Ob
<D""'''_'''''''RF-lllC. TABULATION OF LONGITUDINAL SUBDRAIN ~ ~ ~
<DR......"'._ GJ""'..S......R"'''''Rl-l. SHOULDER AND BACKSLOPE *N~.b"1tom ~ 5 ffi
NOTES' EB -FOSTER ROAD EASTBOUNO LOCATION LONGITUDINAL SUBDRAIN CMP SUBORAIN OU1lET " ,'iF- II ~
. \Ill =FOSTER ROAD WESTBOUND Road Depth SHOULDER<D BACKSLIJPE <D BRIDGE BERM Q) RF-19E or RF-22 ~~~~* C~h~ REMARKS 1 -
NB =DUBUQUE STREET NORTHBOUND ~~e l~~e Station to Station Side @ Size length Size length Size TWe Length Size T Stone
. Station ~!pe ~ ~
SB =DUBUQUE STREET SOUTHBOUND Ident. WIll Fwt Inches Fat kldle S. C Fe&!: Inc:lta Cu. Yds. Cu. YdS.; 5 1i ~
SIH NB 10+25 J4.l'Rl 11+96 Jl.5 RT RT 24 4 171 ' 6 RH9C - ~ ~ ~
SO-2 58 IOHO Jl II 12+12 Jl.5 IT LT 24 4 172 ' 6 RH9C -
SO-3 NB 11+96 Jl R1 15+20 J4.5 RT RT 24 4 424 6 RH9C - j I .
50-4 58 10+<0 Jl LT 15+65 J4.5 LT LT 24 4 525 6 RH9C m INTA"' - '" > II
SO-5 NB 16+23 J4 R1 17+23 J4.5 RT RT 24 4 100 1'." ,.,' 6 RH9C INTAJ<' 1-4
SO-6 58 15+68 J4 R1 17+50 Jl.5 RT RT 24 4 182 15+68 ,..,' III 6 RH9C i'-3 I
SO-7 NB 18H8 J4 R1 2DHO Jl.5 R1 RT 24 4 182 B+78 ,.-,' III 6 RH9C : 1-5
SO-8 58 19+00 46. IT 23+85 Jl.5 IT LT 24 4 ~5 ' 8 RH9C OU - 4 S
SO-9 NB 20+40 J4 R1 23+85 J4.5 RT RT 24 4 339 20H6 31.5' R1 8 RH9C ~ NTAJ<E 1-7 x . d
50-10 NB 23+88 J4 R1 25+60 J4.5' RI RT 24 4 172 23+88 31.5' R1 8 RH9C OUllET TO NTAK 1-11 I .Ii ..
SO-ll 58 23+88 Jl Rl 25+55 Jl.5 RT 4 4 167 ' 8 RH9C oun n TO INTAKE 1-13 ;!! II:
-12 \Ill 100+89 1 101+62 II. RT RT 24 4 7J 00+8' 6 RH9C INTAKE I-Ii II II
SO-13 EB 100+89 1 LT 102+55 II IT IT 24 4 166 100+89 15.5" II 6 RH9C OUllET TO INTAKE 1-18
SO-14 EB 104+20 1 L 106H4 It IT IT 24 4 254 104+20 liS II 6 RH9C OUllET TO INTAKE 1-16 lil ili lil
SO-15 EB 108+74 17. 1 111+18 17. 1 1 24 4 4# 111 18 17.~ LI 6 RH9C OUllET TO INTAKE 1-2 .. = ..
SO-15 \Ill 108+74 17. RT 111+18 17. RT RT 24 4 4# 111+18 17.~ RT 6 RH9C OU T TO I TAK 1-20 III
z
>"'0
~-
.....0
<D""'''RS-J POINTS OF ACCESS 102-3 SPECIAL COMPACTION OF SUBGRADE IOWA CITY I;..) ~
<l) Refer to Rl-7 Ref<< ta Croll SeetIon. 10-21-03 04-22-04 ;:q:
i LOCATION LENGTH OF OPENING <D PIPE CULVERT DRIVEWAY THE MATERIAL AT THE TIME OF COMPACTION SHALL NOT BE DRIER THAN 6 ~ Cl
1 1/2 . 3- <D <D RF-JOA or RF-30B SURFACE AREA DRIVEWAY PERCENTAGE PONTS BELOW ITS OPTIMUM MOISTURE WITHIN THE AREA DESCRIBED ~ ~
T!pe Dropped Dropped r.;;, ru-. Slz. Aprons SURFAONG REMARKS AND LISTED BELOW. a::
. Station Sid, Co.. Curb Curb \!!.I @ \!!; 18" 24" H.M.A. P.C.C. MATERIAL LOCATION DEPTH COMPACT 10:., W
~~ .. C (I.t.. J) .... ,... .... Fool Fl Fl Fl ... Fl ... Fl ... Fl u.. Fl No. yo. yo. I.. LANE REMARKS c:::. Wz
14+50 RT 3 X 54.7 30.4 STATION TO STATION Ft STA >... _
100+32 LT 3 X 23.2 22.5 6 PCC 10+24.92 25+69.32 NB 0.5 15.4 DUBUQUE STREET - NORTHBOUND ~ Cl
- 106+10 RT 1 X 68.4 124.9 8 PCC 10+38.83 25+57.26 SB 0.5 15.2 DUBUQUE STREET - SOUTHBOUND ..... Z
09+ 9 LT 3 X 40.8 58.4 8" pce 100+00.00 103+07.58 RT LT 0.5 3.1 FOSTER ROAD I;..) W
9+75 LT 81 274 7 HMA-TAFT SPEEDWAY 103+77.3B RT LT 0.5 7.5 FOSTER ROAD
File #
PS 244
Sheet
C,Q7
~
I I C/l I
I I , LU
1=1 F
TABULATION OF TEMPORARY PAVEMENT IOWA CITY TABULATION OF EROSION CONTROL DETAILS <=
0+-22-1)4 Z
VOLUME SEEDING WOOD ..:
LOCA~ON SEEDING CROWN- DITCH ::)
STA~ON TO STA~ON REMARKS and V8CH SPECIAL MULCHING EXCElSIOR 0
Tons SIDE RESHAPING MOWNG
fER~UZING SEEDING AREAS MAT '0
25+60.00 28+10.00 117.0 CONSTRUCTION STAGE 2 SEE J SHEETS Station to Station (Sauares) (Station)
8+75.00 10+25.00 3.G CONSTRUCTION STAGE 2 SEE J SHEETS (Acres) (Acres) (Acres) (Acres) (Acres) ~
25+60.00 28+10.00 117.0 CONSTRUCTION STAGE 3 SEE J SHEETS 10+25.00 17+50.00 LT 0.88 6.8 ..:
8+75,00 10+25.00 3.0 CONSTRUCTION STAGE 3 SEE J SHEETS 9+75.00 15+00.00 CENTER 0.18 ::;:
10+25.00 17+50.00 RT 0.17 f""~"J F
=
I 18+25.00 26+00.00 RT 0.65 2~1 0 = en
18+75.00 26+00,00 LT 0.40 c.n w
21+00.00 26+00.00 CENTER 0.17 ~O '- ,
100+00.00 103+00.00 LT 0.31 100 2.0 "J;> --1 ::: rn
100+00.00 103+00.00 RT 0.14 203 --,'
n N .-
104+00.00 111+50.00 LT 0.95 190 7.5 =-.:jO r i
104+00.00 111+50.00 RT 1.03 7.5 ./.,..--. ITfu
14+50.00 17+50.00 LT 251 .;:-...... fT1 -0
;::::~ ::r:} ::r;: ~~a
'<1-;::::.. r a: a:
:x;: "-
- CI:f-
00 ~j]
8::;
u..~
-0
f-a:
w"-
lJ!:;;,
f--
(/)z
wO
::)-
I ~A~I TABULATION OF SILT FENCES FOR ~ I ~aTYI 00
;:ow
LIST OF WATERMAIN FITTINGS ,...,.... DITCH CHECKS 11-10-83 HYDRANT SCHEDULE 04-22-04 mC/l
;:0 a:
OW
LOCA ~ON SIZE/T'lPE WEIGHT NOTES LOCA~ON STAllON SIDE UNEAL FEET NOTES LDCA ~ON T'lPE NOTES J ~ !
(\BS)
04+93.02 39.90' R 12 22.5' MJ 8ENO 80 10+00.00 to 17+50.00 LT 720.00 108+40.80 40.8' RT HYDRANT ASSEMBLY NEW I ~
108+47.19 40.76 RT 12 X 8 MJ TEE liS 10+50.00 LT 40.00 SILT FENCE DITCH CHECK 101+82.81 22.6' RT HYDRANT ASSEMBLY REMOVE
111+42.40 28.30 RT 12 X 6 MJ TEE 115 15+25.00 LT 40.00 SILT FENCE DITCH CHECK 101+56.59 24.0' RT HYDRANT ASSEMBLY RE-INSTALL ~ ~
111+ 28,50 RT 12 X 5 MJ REOUCER 80 100+85.00 to 102+75.00 LT 240.00 17+14.03 100.7' LT HYDRANT ASSEMBLY REMOVE ~
102+50.00 LT 40.00 SILT FENCE DITCH CHECK 17+27.42 122.8' LT HYDRANT ASSEMBLY RE-INSTALL ! , M
104+75.00 to 105+85.00 RT 150.00
104+00,00 to 109+50.00 LT 550.00
106+90.00 RT 40.00 SILT FENCE DITCH CHECK ~ I ~
106+40.00 to 110+30.00 RT 390.00
I I I
S g
~ i! ~
~ .. ~
I KMA all I I~AaTYl I J I
ADJUSTMENT OF FIXTURES 04-22.-04 VALVE SCHEDULE ....22....
Z
NUMBER LOCA~ON STATION T'lPE OF F1XruRE NOTES LOCA ~ON T'lPE/SIZE NOTES ::"'0
....0
1 102+05.13 37.49 L T VALVE BOX 108+40.80 40.80' RT 12 GATE b:;E
2 + 27.13 LT VALVE BOX + 4. 40.50 RT 12 GATE :,,:C
3 102+21. 46.64' L T VALVE BOX + 9.4 45,00' RT 12 GATE
4 + 31.19 LT VALVE BOX 1+ 29.00 RT 12 GATE It.:(!)
5 + 19.02 RT VALVE BOX 1+ 33.00 RT 6 GATE ~~
6 + 63.15 RT VALVE BOX + 28.50 RT 12 GATE r...ffi
oJ 7 102+84.64 68. VALVE BOX
8 102+89.~2 65.00' RT VALVE BOX Cw
9 + .2 51.81' R VALVE BOX ::...~
10 22+79.17 59.47' RT VALVE BOX ....(!)
- bifi
File #
PS 244
Sheet
C.OS
~1S ~ ~f:/I/./ Y ~ . -./ ~~~~A!l;/
__ " ~ //: / ,~ EX 0 --- -- -- 110./ /r-':;' -' ,/"//
~-CC- _ _ _ t"s"" "",P"..--' / / '/(1 ISn.~G R.O.W. EXlSnNG~'O.~ _ ~.., _ _ ~ ~ '..--' ;:(/./;;;;-/~ -g
........_._ ___ 010' _- - - ^- - -,L-,.L A / _ - / -- '-- ~ - -- ", II.~V]' .:~ .:-eq; r /" ct"---~~-dii/. /:1;///// ~ '" ~
nt..MVVt.. rv~ UfO" /:"' ~ - - _ _ - ,,,, '- -- - - - :f; / ! . /;;: "t;
TRAFFIC Terrill Mill ~~( '/ /:11/ -"'w- ___ - _ _ _ _ _ -'- / \~-IJ "/ /, f. 11%,;;r~ ~ ~
CONTROL Pack 1/ // '/. / I --------____ " ---~~ '::::::'-0""9=7'-" ..--- ./ / ;/,lIP 'W' 05
PURPOSES. Ii /'..L' . . , /'..... - /--?- ~ -,.-" ~""--:-_L ='T_ _I - '- - - PP /t / 0:~~/'; g: <;:
REPLACE 'MlH 0" 0$" // '// Y; ~ y '-....... 8' PCC SIDEWALK (/ J<.- \.- -1 I.-L _:.J - - - - .( ':/ ~1,;';'~ Uj~ Cl 0;
INTEGRAL ... ..!' .//// . ~ ~ ~" \ -'===___ ,y 1'/<< 1ff!1fJ V,/ z ~
SLOPED CUR8 """~:h~ ~~,("%I;;/ '. ---- (--=t-!,...l--I: --=r-=-4:----- %'~/~ ~ <t$
AND GUTTER ",'f'/, ~ ,,,,0'11 / ---- - ____ '-1_=_ ~_~_=--~-=-~-~--. :::z .0' Z Q)
'MlH 18" ~<::>";t / / !. / - - ~ -r:. -': I :?-:!~-=--=--t::.-~, _::-.::.---=-= -:::~-~~ ~ <c::s 5-
MEDIAN 8AN~/PP/' '0'<'",,,, /F/~/___---.:--.:-_- ~~_ - - 'r;-..:;.-.;j:.''::~~~-_'~ -L-...-...-_:t.::::----3-:~.q=_z:.:-=--=-~"" ZIj, Q.,g
,(I," - ---- ~ .. . . '>" .' .' _---..:;.~~_=_=-:..-::;-...~. __."'" ~ ~--.;"S,;.;;:;;;:.-~--=-::F~-<l~~. 'j" I ::J
, ~ _ ~ = ~~- _-- -..~ - --~~~/-}/'A .~ II , Cl
.w. ~ ,,-. / ..---::ry ;::::.;,: /.~ .I ~ 2"_-__:::::.:::-~~~~--~-~lX '~.-- .::1-~- ,~~,' ~~-~ -'" '~"f G;l~' 1
PP _ /~ I( .\/ ~ / .~;::::.---:::.---... .-r 8 p -- ~ -to -..'CO .." I Ii
-~ f~ \ _ _ E) ~-=-::;!.=- ~ 7:~---n~"'" . ,./ \\/ ,~\. ,II 1/ _ ,~ '/"'/ 1/
~=er,-- 6""G--~" -"G ~:-:;:::_ -_ ::::-:"=-. <""-=-~ ~ :- -- /' / _. . r - ~/," ~ ;' \..... /..... \~..,: \)'...... ,/',t '#... '~L y ;'>" ...:.-r.....;t\ \! 0 ~
/ --- -,- . ..... TeE ,0..;. '" "T'" < '::!
- '~/ - ____ .. ../ ~~"':;7' ,{,aSll,\G pee SUR'''!! ,-<f-' '1 I..... I 'f-...' 0 ~
E ~~..... .. I .' ,~- ",....11 bound .~" /!i p=;,:l-. I..... I ~'/o~='>.." '" 1 t.., I 0:0..
. / ~eZrACc ~'--....- -- '.' '_..~'. .'.'\'_. "_~EET"Y"_.h. ""'~ . .\: I .,\,~\ "_A~""'~""A'.~'CR~E';;'i\ .....,\'-i;il'!).7~"'37TY'"'tI,..l:... fE>-
< -_ - .,...,,~ _-QdS\:lUUc:.,....... _' ,\,.', I , '~61M' Lr\ ....., I ,. >-Z
. -(r L /' ..... . ---_ '. ":. ,.t.",, i"" .... ~ ;::; -'" ......:: .,' \ .. \ \. -.:- ~;,\'..'.\:'o,:' .f'< '" \ '" \' -:-i-";'\ ';'\ ':......\., ~ \" ~ ~
-t:'oIt. -,~ ::,~d:' :iIhPE~LP ~~- . -- ;!!....";. .-' 0',,'- '1."";;",..,.-, \, .... .....' ~~, <. ~ ~- . 0""\ ~""':~ L1.~
"XISTIN~ - LP. =E= ::::___::=-. ~-2l1.':'f:' .7'_ ;; t_~.bOUrid .-; ~<, . _ ~j)fLP ~TU<'~~~~~\'~:~~ ~--~~~,\-Jro;~,,-sr ~ .~: I ~ ~~
p~e r " . '., - MillAtisin ~.. 'r.iauE'5lR .1::'" _u:.. . - r...:/ '{ 8S~=~" >- ""- 0:::;
~ SliRFAq: ,~'. =0_ ~~.;- , ,'. JlI"OUBua '. -- ~~' <" \ s e' ",' P '-J -~ . ~G~ , tn-
. ~ ~ -~-So ~ ~. -- 'NlFOIlM jliAHS\~ .., _ __ - -- ", ~~-~ -.. ~ "-:Pi'~ . ~ \ \ ./ \: (\ Is/.~\"H \ \ \" ~J: .} __ . E~) f'i ~ g
c_--=--~~-f. ~~.' _~~_-_ ~ -=-k-==--"'~ /?-8EGIN~~PER 15.1 TAPER ~~~J~+14ci.~~ER "'1'i: \ "' .;:,/'~\\\\\\ f/.\-]~ AF/ \ gfrl
:::::--- _- :-- ~_------=-_ ---=--=-- - -=-- - -~--~- - STA 13+60.63 '<?,.., ~ \" \'\'>: ...., ~ t2
OW
- ~=2 -- . - _ - ~ ~ . \ \ CEN RI \ \ \1 \II -1 \ d~r~. }~;::. -- v(/ ~ ~
"= _ ._ __ _ _ _ _ - _ - NOR'lHBO \ \ ~. - ' ~ l
~,,-- -=== ======== - - TEMPORARY \ \ouaUQU'li: .\--\'0,,\\ ~.~ \ I. .'(..,l,. r
..", ,_ WJ PROPOSED EASEMENT \'~ ~ \ \11 \ \ ~ \ . .. :1l.J;k-:; ~.
~EGlN NORlH80UND PAVING ALL R.O.W. \ \..-0.... \\\\\ q\\~\ \ \1 \' I ~ <.If.",\ - \,,\, ~ ~
STA1Cl'M!4.9.2......22.14' RT \ ,\ \' \ \ -f \ 'fiit~; ~'l;k,.~.L.,\\\ .'.' ~
MATCH EXIST1NG~NG:- - I ,\ \ \ \\\\~ \\\\ ~\\ \; ;914,'g!"t~~:~' j I
-- _ 1l1DGEIlOAO / 0- \, \~ 1\ I, ,,\1\11 \ ~ ,\"t:iMl~);. _k "'! j
- - - - r \ -\. I I\\\\,\\\\\\W,\~\ r. __./,.,::,A ,. ;8
~
~ll iI! Il x ~
~ ~I~ I .
56~:sa' " I .l!
665 1<" STA ,4+09,JS ~.. 665 II II
v;'-a,~~- ,.,,26 01
~ LOW POIN $TA - ~'f '16.'" _ ..- $ ~ l?l
~ LOIt'PfXN n.V-6-H61 ,_ _~'.-- cr = c:
660 <I - ~ y 660 I 1
~ ':;,~N:t. i::f PR~fE ~ _ ~ - ~ - ! ~
~ ~~, NG CCNrERJ HE NDRTHBl<JNO -- __~ -- ~ Z
655 ~ l ,,~ ""'" DIJC STRi:C1 I -- i 655:>.. 0
il' a ~Iil l:i~ PROPO E:D CENTERLlNt;,. I J _ - - -- --- ~ "" ~ e-.. Ci5
~ ~ ~~~, t~ NORTH OUND CUBUQUc STREE ~ - -- [..... ___----~ . ~ ~ ~ t> ~
650 ~ ~ ~- ~ · " I I _ - - - , ~ ~~ (') <650 C
~~ j . / _ _ _ -- - -- ,--- =--- -~,; s~ (J.: ;,; '.~~
-_ -' -T ~ --- .~ --I', +- ,.......-
. 645 -. - -. 1- ~ ~ ~ _ :::,' . 645: .... a:
___::...-- _._'" 'U l~IW
-0. O~ - - () ::!.~ t.: rQI W
0_/, .::.:::; Z
640 ~ : ':640 e.::. <5
. .....Z
o ~W
635 635 File #
PS 244
III !:I ~:! ~ & It ~ /1. ll!l ~ ~ ~ ill ~ ~ ~ ~ ~ ~ llll ~ l! ~ &:! 6 ~ ~ ~
630 i i ! i ~ ~ ~ ~ ~ ~ i i i ~ ~ ~ ~ ~ ~ ~ ~ :l ~ ~ ~ a ~ ~ ~ ~ ~ ~ ill 630 Sheet
10+0:1 +2~ +110 +76 11+00 +10 +10 +n1 12+00 +28 +eo H' 13+00 +ZIl +00 +18 14+00 +28 +DO "'7J 15+00 +16 +00 +711 16+00 +2:11 +00 +70 17+00 +28 +60 +70 18+00 +28 0.01
-~
1J;;Ji/jf!:;t,l1If!1jld>>/;f!r7}1:J0~~~v~'J ~ (// ( .~ ~ / __ ~
/ Jt /;/f!!l/I/J 'i'?ol'>: .'/ V. ~"Ijj,'l'if(;\ F'') 'II / ~ _ -- -eSAN"H I V ~ / 0 ~ ~ ~
1/!J (11/1;~ . Vi~~41 ~t. ~I 111/ 'f P . / /. ~/,{J0 - - - ( ~> '- ~ '5
:J{1ft~~/'~"~".l ~ I /iJ)//~~/ #~%_ ~ - - - - - . 6. :r>~ ?:: --=. la.:;;:
Cf/f 1/fJ/(/i;!IJt;}J u iff!/ if /4 C/ /tj!~~;:p:fr ," _ 60' ' 9 ~ ~ ~Cl ~
Jfiltl/llif A~!f... i.': / ~Jt.;t@~,7 PROPOSED RIGHT OF WAY - - - - - .' ~ -0 ,~ en
, r.. ; ,... ~~_ .: ~~d:/6'~( V ~ - - _ _ _ _ _ ,,-12 =: C3 ~
1 ~. / 7. .!."!"~'_).Ii..:~.\t.'~'.' .=-.-- "'t:-Jj",~.A~~~ ~J:"~ L- I ~ I - --.=- - - ---=::::..:::: 2 ~~-~~ a..5
/ "I" ex. ~ ~"iO' "~'---I- pp - -----~-- ,--_> -~, '1. ::l
' . ].J.-..'-.,,_.. '_ _;/r':.('"-' :"'-. '__\..... /' - ---- ~ --:::::-=- ~ - - -==-- -----=-- - -:.....-- __- __ --- '-....~
;f 'j,.k ';d~~~ :. - ~;U:,,/, ~ -~"'::::::... _ /;- -::=. ~_''''~r-... I T \^\ l' ~.' '" ~ _ -=-~-=-=~-::..~~~=.':' , Cl
~ .'G~f' 1'-1./, . _~-_- _ ..{/ ,,-- -~ ~ )"~ L"u -;~==--'\ ] ~ -, -7 -=:-:::: --::--::..~-.::-_.::t-:: I
" . , I >\' I,";;!.. ",= .~ '''' r.. - -~"";=- "1=.::- \,\ '\ JJ~ I IA\S'" L - ~f~-,,, ~ / / ( -,-::...",
~ 't-, ~,'i-I .." A<-~i" .. . _ ......:,. 7\. - '...::: ~---. t:.: --,. .\:...~ --:::- ~ _ _ _ _ / \ (
.,...... :.- ~ . ".,!\:. ..- ;..,.,,'.-:';. ,.:~: ;.. . i.f . ~/...... . -....; ~ TK... - --::..--u'O? - - _ - __ --'--'
i; I ,!, \.~.II""I'''.'~.''~'''''/'.~f:'' ~ 1 - ~ "'~"'~-t:.E~~ ,,'S1.~ ,', ~ ~--...?~ _~:=.---_--~_- --_--_-
~ I' ,'J. ~,. ' ,....;.:~"fc~.:" 1:--' ~/: ~L ". Y'7 '-<;:::--r;.. ^- J!" ~ _ ..--..<l ---_- ....
_'f-:., ~ 'S A 'aif7 . 0 . ''f~Sl1N<; ~bU ~ . . - -I4:-7'-.t~ _ v .. 1 , ~ 7'" -.... ,/ ,~ ? .:-- ;; <' - -:::: -;,-r _ _'7 - r ./ ~ 0 ~
........, '," ,"Y'-'.:Ff 50 E"""" U. ,..~.\ \-.r- '--;:---, _L I~' '/ # I I. .'- -1- /' c;(
r-i-..<""'!l."'.'._.rJ:s:...B..s(',l/.!j..;.~~...~"z .....'~'..~.~. . ,""~,,,~R "-if' nd/". '/~.""'./ \1.[ ':,/ J\l \rTf-: . y<:-rV ~rL--:-.l.. /8. I /E>tsl1N~(>(;c~m1lCE 'if " I,.... '; I ~~ ~g
'"""" '}~ . . wi' . '.'. I ., w ." V \ 1 .., -,"=. -4- ,I 1 (r CL
\ ~~ . . ~ ".\ .0.' . f. ,x"'''''1;; " \ ' ...... . .','", I. . .'. \ I X'" l - f 0:
. ~,\ [.v....\\.).;---.. ..,,"\.......,>;... ...;:.;-..,../,.. ~.: . ."":"~ U QU~'= ~~:'Nlll'r~ \. .. .''.'-. ... .' \'''. _\\.' ' I.~ A .-r-:-i\ \ \ ~ ~
. ',\."",",,. '--" " .-"\~". -"'':<,'','. ., rth nd'" \\,"'.".'," ., ' ,.:L. UJ
'., ,...[."." . '~'" ., \ .~,' '." ",.'. '~""'"'''' ~"'\'" ". , ,~ . ,~ ::;;
r;>1"'~~~f, ~~~\_~;.~" ~_'"'' "~,, ~ . __'''~s'''\: ..~;'-\, ,,;~ ~<:\i' H("l,\<~.t'.'J,' ~\: \'\< '< '( ~ I'" \! E>aS~jG~C(\~URF~ /I U FOAM ~ I ~ -': ~~
-...i ST ....~ 1-. ,:;q.'ST ~-==~~ -~~--':I,. ~ __-~nc, . w \. t, ~'\: \ .~ $ r CL
....);ij 3;:".. ~L, 7 I- /o-:i 7'" _ ~-; 1N1'K\\j / . 740' p./ : ""-:..- "k ~ "___":.~~::-- _ _ _ ~ _ ~ _ _ ,. ,\., ullFilRM NSln~..~ \ \ ~ ~
~ ~\"' IX,. I I ~ f;XlsnN~"'.....A- / DUaOOue8T; L 'r"" 1" , r ~7'-' ~ -.. ~ /<""~_-_ - _ I \ (/)z
II c';'!'.],,;:- ,\ (SAN"HP;'CSURF~;..~>0(c,~ X rt / / / /" /.~" ~1~1"G2i'V;:.:z: /", "1l'~6!~-=--J--==--O'::::O::::O~::::::.....--_-J:;_-::::--.---.. ~g
}\ I \ lK" ;'I'flAl' / RE7=., . ~ . - II \ \ \ \ ! / / ~I / ! IJ / 2' ~ ,~~ _ ,..:-:::--_= \ _ \ ~ -.. - - -~ g &l
."'k$IX,,;--~l>..\~~ll\~\~~ ~/ :-,,/: ~ AN OHE71' (. 1 \ \ I ( j~:<.J, E~nNGPfcSURIIACE .~jll / / I~ - ~~=s=== __l - ~~
~ ',0':.', ,:;;t::, '\ ~ V /_ ::..,0.~' r ~ ~"7"STrNG R. w. -,. pp H17T LP\ ''...nm ' 1.1 \ \ 1 / of / . " - E;ND_' P-mlING= 0 ~
\',~,i~~ :~;1~, \~\l\ /.,;:"i_:..'''" ~ 1832 l- II ~ II /^P~ P -G I \ \ / /"'~- :32f=2no~ ~
10' \It-;..~~~ ...,J: ~~~j\... ,{' ~ ~ROPOS~lct:::,g--9J1 II - - __ ______ --.-.:. \ 1 MtrCH(~( '7 \ '\ J
~ , \ .0:, . ;<\N" .'>~~,\o \" ',\' /" CENTERUNE_ I", lr w '" -::-... _ " ;;-= ~ - (
\ :',~ ,,~ 'IF;~ ,;.p :I~' 1,1 NORlHBOUND I~ ~~ ~II;'~ 1850 EXISTING Ro.w: OH[/~ / ~_ I ( ~ 7 ~
\ :1 \. '- ~~'.{1~"1 ~~ . DUBUQUE STREET II ~ I - ..:..~~~!..-~ ~ ~!l
\~ \~~ ~ "[~~i~~t;"1i10' :-... "'i / {\ I ( II I '" I' I ~ / I ~( (' j j I
""7, "C",{~~,,:~i':>J , ('\ __", k... \ I '" >
, ,...... _l~... Id.I ^--. .''\ ____ " .
_~_~ xii
~31>c ..-~- I j JI
~_ ;!a::
690 ~ 690 II II
~-:::::~ ~ ~ ~
685 --~ ~Il ~ 685 J K I
_I--' dd s
ORIGINALJ': ""NO PROF! - ..:;::;..- ;:...-
680 MAiN AUGN 'CNT _ -:::;:;";'1>-""" 680 Z
>-'0
I _..;:::.;;-"\ ~ US
-~- \ ~~
675 ~ -::::-..- \ 675 ~ C
J ~ - .-::::-~ ~ \pRO ~fED C NTfRL/ E: ~ C.!:l
_ - __ NOR InBOUNl ~ Z
670 _ - _r - -- DUB QUE 5' fET 670 a:
. ~ ~W
~ ~~-i,..---", C w
,I _- -~~ '~~:fi.'l.C<N'L,,!'lENOR1H8C NO >-. ~
oa 665:1i _ - - =-- DUm.r..... STREET 665 ~ Z
,..--- __- tJ w
- - :.--
660 ____ 660 File #
1 I PS 244
II i I ~
II: ~ ~ lillll ~ 111 iOl & 8 ~ ~ ~ ~; ~:;; III ~ lllil ~ ~!l ~ ~ ~ il' Ill;:;
655 I ~ it l ~ ~ = . ; 15 ~ ~ ~ S ~ ~ ~ ~ i ~ ~ ii ~ ! ~ I ~ i :: :: 655 Sheet
18+00 +Zll +ao +11 19+00 +26 +110 +78 20+00 +20 +1iC +11 21 +00 +20 +110 +11 22+00 +24 +110 +70 23+00 +D +110 +7e 24+00 +2& +00 +7& 25+00 +Z& .110 +71 26+00 +%5 +60 0.02
-.---
- J~' ~//y ~'- - - - - -' - ~ /' ~/~~/.
__ , \ /' ;:: E - - · ~ ~ ,. /' / . J/ '0
=-=-:::::-~ ,," :--' /~/ /// XI5nNGR.D.W EX'SUNGRD." - -~.., - ~ ':--, ~tf:':;-~~ c
-- __ _ . J:nv _ }-. .- - - -- - - ""'- 1~ - so' .- ~ / Y. /, :J
G 10' o,~ - - ;T- /- i6 _ -- ! _ - - - . /' ~ " ~I"li - - - - - - '- /' /d'< / ~ /. J/(/;;;/# LL.8
TerciU11 ~ ';f'/~j}/ ----ww-___.--____-'-__ <: _ ~ .~'ll m'1_ o:~
Pa,k // / / '/. / I - - - - - - - - ~ ~ /" ~ '-.. ./ I #-~ r. 0 0
BEGIN er. r--.... - - - - - /-r- ~ -16"V1 ,J...,---=--_ T ="'T'" -_I - '-- - - pP /. ~ I 1,c z; %,i:< g: "?
PROJECT fir" / / '" i:: /' ,~ - y "-...... s' PCC SIOEWALK (/ tr \- ..,...., J- J _::.J - - - - ( ;y 'I/ffj)rt/I - 0 Cil
'" ,,."',, .' '/. rL; L ' " " - -- \ ..=_'_ _ ,J' "'~ z,
3032' LT;,." l' - i - --- --'9:-- ,. <( CiS
MATCH ~ (,& %f~ '. PROPOSED CEtilERLlRE t:. _ r -:::j~' \: ,.'-=- ___~~- - - '2- "lIl ~ ;' z .,
EXISTlNG 'v{-~~~":iI r _ _ ' _ SOUTHBO~ DUBUQUE S~T _ - -::;,~ - ;..F"" ~ -"=!::..-:.::.~-L.:-_=_-:-::-t-~-:~--- ~~~ ! ~ ~tP.'::S 5-
""" Lee ''''. L V/( .' _ --' C;1( ~~ .".-- - - -- 'ce. ~ ~ -'.C' - - -st -<,;",,~"" . "'~3'~~~~.- ' ·
V (\,.~ - --- ~ -- - ~-- _----~--= ~---~"""--:..;--~ -:::.:. ~~::.-r-~-~~ =--<"..- %"" I'~ :J
~ - - ~- _~::-~- - - -=~7'--;"!' k' 0
~-'. -<.., "'V _-:.._-~-- - q: \- _ . -- -
~/ L - 'r ,,/ ,,' _~~.,;"-;:c=~-_C' ,"" .co -~ --~ -- -- ",' .,fJ{ I
/ P __ _ / 6_:::-- ::d:.:-:"--- -r6 8 __ 0 I
_ 0",,=.1\ ~ /' 11 ',/ > ,\," __~= _ ?-.rG~-7"' ~ '\,\ 1,\ U"\; I~/ ( I ~ ^-/' \~m
. ! L,;?'j'~"r'W"'''' ., ~I,,=,__. '_,,"C:' ~-- -- </ ",; -;;,~ ~i\: ;" v- ':,<;; ')It y. "~y' ~,-;<~ 'l- ~@
, --- -,- \ ,,- ~ t .... F I (3
,_ ..J /' '____ -- -,- /' ",' - 7' ;&-;;U,\G PCC sURf ~ ' - ", , I l.. <... '" fi! a:
. / !c~rw- _ 3ll . " 1 _~:TrbOund Ji' "!i~ ~=-=- ,~~,~'<~>'~~ilNlP~'stJR~;,(,7" "~"'!\Tnlt~.3717~,,~ ffi~
URFACE - - _ ~..,etlB ' '.' ," . "". I . l6~'l'~ - I-Z
J!'/ ,2ll ,'. _',,-j '. ':::s.. _\ . " -~.l ~ ^ '''' ...,' ~Vf:. '~\-'\-'''\'' rgw
.......... ~~ . ... a, ," ~\ . . ~
-~-:-i,E--=E~~ J.< --- - - ,'Ok".,. ;\. .- -', - ",,' ~ "\ "I~~rr\"";~ l1-~
~ lP =--=: - . , " - ..:~~_. ~;J,-._ .t . 51 I -.
~ --= ~:::'--~---=-- ,'. y' :t- _ -1..:::<' _ ~ TE ~\ - -~~--r.;::~~~'\\--..':.;:C7~-~r "'q' I~ t;j ~
---Yf . - - - d ' -::::?" lP - \",L ~ " ',. 0
[:XlsnN _.. _ ~. ~ . ,... -- .. Q[thbOUn _ - ~ - .......e- -';:" w CL
p& P If; ,,==-<;;;-:-,-,_-,;~,-r'" , , ueuaue-smEET- r~/' ~~~ \ S~~' P~ 'L ~ :=>""C-:f g:~
~ 5 FAC/:' _ ______. ", .' . 0 ~ _ " '" S~~' - i ~ G (J) Z
~_~_ ....1',.-.--\/ .,:-......,. -. .' ,. ., _:% _.:-~ ~_~y~... "" t, ~\ \ /' (~\ \\'" '~E_ ~ " wQ
~ G~ _ - _ - _ _ ~~ ~- - " I 1 X \ \ \ ~ 111 )(I. I ::> I-
~ ~~~;I .. _~-=--~~.....-~ ~ c= _ ~_ -==-~-'-'-di/'~ "'1'~ \ ,,'\ ~ \ \'\\ \ \ \ \ ~ 1 .\- 1M!' 1'O'F V !. g ~
~~~~-= ~L~ _ - ~ _ 0=-: W "'~ ~ >;; '\, ~\\\ J\\\\\\\\ ,---' \ \ ,\X'BOi('~~ ~f ~ffi
~_o--~-=- -=--=----------~----= - -~;;;; -=- \ \ \ \0\\ ~~\\\\l \ ~/fi-,- ~I J ~
\ ,~ ;.~i\\'" II\~' '1 f, \'ill/"SIiJ:
f-- _ _ _ \...-~~ \ \v\ \ ~\" \\ \ \ ~ \' . c:Ili~~~~~l\ ~ Z ~
---------- - _ I ,\ \ ~'\' h, \'~~\\ \ i ; ~~ II
__ _ RJDGEROAO / ~\ '\ \~\\\ \" \1 i ~ ~~JiMzL.> 0/- '" > I
- - - - I \ \ I I~ \\,\\\\,\\ 1,1 \ I' "'IIth:r..l. ,...., Il
'1 l! ~ ~ IE
..o.,u' "' ~ ~I~ 1'1.
6 1Ft 5TA - <+"'06 ~ li a ___ 665 g g
65 ~ av- .u.15
LOW J1::t ~: ;~~ .02 ~:.-- -/ ,-
",' LOW POINT ORJa,":J:,c, .J:jff- fLE -:::.:- -- ~ ~ ~
ill /.lAIN :'::1-- ~ m "
660 ~ ..- -- ~- 660 J J I
~ PROf NTERLIt ~, ~ 'f',rEllUll SOUTWBt>. D "' .-, -.- ---
OSED C E 57 --::: i-~ -- ~ - ~ r--.....l
~ sou BOUND DUBYQ liE STRE 7 -- .. =
~ i' .- l.----' ~ t :) ~ ~555 Z
655 - ~ >"0
~ ~! :l :; I --t --- -- .- ~.. ~ ) '- E-.U;
--- -~ ,>---: J::.-"
0; ~ ~ --:::: -- ~~ t31~
-- -'
I ~I I I L - --::: - '" , ) , ':&,'50 I:"l1C
650 -- ~ ' r~
. d ~- --- -- ,- t;d <rh ilr::-'~
~ ~ - ----' ~~ m -0 'OIZ
-'- -.-=- ~ - H , =-):D ..0.:: l~1-
--- , ;::: ",", ,.645 _J a:
645 ~Ift
. - ;;
-0.51
.. :;; >..~
640 640 E-.~
. bffi
635 635 File #
PS 244
@ ~ ~ ~ il ~ II II ~ il ~ lI/ ~ ~ I ~ III l ~ III ~ ~ II II ~ ~ 2 III lI/ II ~ ~ ~
~ ~ ~ ~ i ~
~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ! ~ ~ ~ ~ ~ a ~ a ~ :; ~ ii ~ 630 Sheel
630 ; ~ ~ ~ .. .. ..
11+00 12+00 13+00 ... 14+00 ... .'" 15+00 ... ... HI 16+00 ... ... .'" 17+00 ... ... .'" 18+00 ... ... .'" 0.03
... '" ... ... .'" ... ... .'" ... .,. ...
flJlt/f:lfi.fJ.%W-. ~ld.7'ffJ}:~/JJ~'M~1,!~- . ,A)) vi' ~[" / . .. -- i I
~/ij;~%I'dIJ..{!:r~I:~'{(;.(/,~~'/~lY'YI/1)II// __-<f,"NMH I ~ J / '., '- 2; ~:@
/ //,:: 'Ii! .," ~.. ~ /, P 7' ,. / ~ ~ _ - ( 1 - 80 0 = oS
1/ 'I;. '/,'f~ ,~/' /J' ~~fl ~LLt-;r;// <'>/:"?A _ _ _ - - - - - - PROPOSED ;~(') ~ g: ~
;f,/MJr. :~ f,f%2 1i1~ ~I 1/:.:ii~~-19.:1 TAPER STA BEGIN 15:1 TAPER CENTERUNE END SOUTHBOUND PAVING ~::;J :;;c: -~Q)
I ~tf/'I/l' ),'/ a WM I t- ~7~0.J~~02. 46.50' LT STA 20+75.20, 6S~V6~~U~-\kEET STA 25+57.26. 21.0' LT C:2 - N ::~~~
~lf/I." .'~:'1!r. / 1~~~~;7"'._ 4.50' RT - - MATCH EXISTING_In _~. ! en
1 n. 'JAil' ij.(~%:~& 10:1 TAPER :-<, _ ~l ~
- ..., .( ~~4:~(~( (I 15:1 TAPER --~--_ _.8 --" ,-::J'O-
!/, Z Z,?>'I( I\\:~ ~~:: -= #~ ~ END 10:1 TA ~ STA _ _._. _--=--= _ -_ - --.:::=:. -::::: ~-:... --""')..,,,,-=--~---:. ',Q.J.5
" ",~'U~::c." "g)"~E -::- - -%-'ij, ~'- _ 77Z1;;< ..::- -<8\l- _A 22+55.20. t \ ~ -=-=- ~ ~ ~ --::... --::... .:::-~-~~C:::.-S;; I a
: J.'?lJ.~' .~',K - ~ ~ - ~- -- - "50' LT\ .\ I '\ \l." "--;:::..-=---==-~ ~ -==- --=--::-----=:..-=.- -- --- -:::....--.--- -.::::::--.::.::..-.::::--~
"'~1"'J:;:'.1.. ". - c-'=. ,/ f:jC - ~ . ~_,o ~,~ _ - - -, ] ~ - ~ - -e:-- -- ~- ~
4.G..~~~"....,.-,<.- .....' . .... . __-__., - - "" -~J-::--' I --.:-----.... _---
'.' . "f)"\'" /','>)J. " -,,',," rA.:./iD,F"""., - -"":-- "" = - y E.-::.. I, \ " '\ ~, I \<.is'"' L - ~:;; ___, _ -::-- / / 7 ( \ -. - ,
.,,,,, " I'" "..,:\' "'\,"""l.'~ "~" ". '.::i/, TK;j/'---"'\ -= ~ - ~ ,-=,=- :----00' - / -' .J (
iil'''::f'};.'~~'''j.JC.'('-'\::'-/;':-:-:-:K'/...~.,. '1-_-, . - *-I,.E'7"'::::::::'--'/'- "'S1-~--r;'~~k:--- '-='~ -:::. --- - ~ '"
',", "'. "~'~,-,.'i":o=-.-'w. .'..'...1...... 1.-/ <"',-I '-/ ~ /'... _~~ ~ - ~ ---<;9Q --- r . U
- .. '-."'f.";..' El<\SllN,r ,- :::..~~ . .'~' '.' ,,- ~7" -<- . , / ~ -- - F / c- w
7:;Y"J*~A,~:f7 . 0 'Ii s,~;1CE~ l!J:ll>IPU . : ." .;-.:~;-:, 1 " -;~ _ . T-' I;' I.'. ~ .' I < - / - ,- -, /, ,/;: Sil
;--.i-:::.:;~.~,~~ts..~..'<.lJf,;~~i.t. ") /~~~. ~"! I ~.: ..', ,,,If'ut,,~~/'f/'~,-:/\ w ''<:f',.\ '17- t;t- , .'r tV J/L ~/. l~. I 1LJ..%T!J'lf!rtc:"'5l/RTA.ACE ~.' nON / I ff ~
. ~:,.'. ;,,,,::,>;-;.t\:..\~. . '. . . 'f" /. ~. . X,.,;rJ /x ~:",'X UNIfORW- Sin It (I I O:f-
\';''',:,:",~!\.>,.,:~\''','?:ii.,:,;''>~'I>''\... i' ".:,'M,-;.U.....^u,::,'.~<>Tc>. 'rth- .... ;"".'. ...... '.. ..'w-.. \,,:-. t21.. \ '-'- I," ',\ .".' , . ON \ \ \ ~ aJ
,,\' '''''".' . .' O\:'v :"'~~~""')k'" nd "'r' '.1 . . .. ....
i...~.'-;\";';::l"l~>;:;.~.I.''>~f~\' ,~",.,~:. ',,,,," ,-,~~,,~, ,.;~~;'t,I,...,\~~j\t.".;;;1;:, .''l'.;;Y;:'~'.rf '+ ,\,T. :. \I.." V.: "v '. I "c ~ -. ~ . ~. ~ ~. ~~
...;., "s~., '.' '. " " "\ ,I, ~,-;\. ',' , :-. ~ . 1, ; "";:' I . '/-'-. ~l '.,,~ ~ .....0
"'~ri';" .., -F-~"":;;-.,..._..:."",-::: - '- . __----. ~. \ T\. '. \\' 1\ .1\ ~ 1'( . \ .EJ<JS G PcCfURFA~[." ; \, \ I II! r t;j 0:
,ST -j'"S ~r-. :~"ST ~- ~_ -'T-- -......~~""""-=-- ,', .' w \, \1,;" \ "\ ~ . \ i.' W (L
~\=:_:"" '>2 "G,' .~~ 7;'f /'" -u5>- ~ _SY'NTi<\Y/ / "/'4'G''T/ F~ ~ ..,..""r~":~_.;:.~_~ ~ ""'= ~ ~ ~ . ,\ \ . \\ \ , \ i I go ;;;
"v ',., 'x, . .l.1.. _'t / [ T Hl ",/ ~ '-7 l' ~ - - ~ -..... ~ , ~ \ en z
,"", \'.Ii> , \ .. oXISTING_","- .-r-:_. L "'. -/ -,/,/ \ -~ '-7~' G ~ . --,thT[~~- --:-.. ~ _ ___ '-- .' W 0
, !,,1,;,<r.'~~y \ PCCSURF,..~ '.' ST" JP f I I / ,/ ", ~ ~ ., ;<r.: _/ 7-1"" T 'G -J -~~-=:-----::::--- -::--.... '- =>F=
. r:,...->:~ ,.. SAN MH \ .......-.:, ,,,~,-.' ~ < II 'Ii l{J ... Z /"" 1\.'- -- ~ -- ) -- - -- -- -- -::::- - __ -- __-........ --.:::::... 0 0
~it&.:~ V,, ~'/r=: ....,.- I; \ \ \ \ . / / / ~J ilJ I - ,- - ~-=-'!::o-~=_\ -' ~ =-, ~ ----- ffi~
I \ ~';'~J)i'O":'~ 'Ikv-:/ -At~,:,~ ~ AN OHE7T' (' , \ \ II ( j ~~ ,;.., uu EX~llNG pfc SURVACE ,Jj1/ I / T -::-,~ ~s- - _ l___..J -. => ffi
;; ~ :;'1:'_;1;," ~' :j:;;) --/ _:J~lsnNG R. W. - pp _ 'IT "-" QT \ 1./ \ \ I / ,g." I ~ _ = = c 0 f-
"; .' ,. " _ LP. t' I -'- ~-----. z
t; , ~:\~ '" \\1,' ,;c_. I"tP HEIT liP \ - -=....:::;- - - -
\; ~:': tr:f;':l~ ~\~~\, .{~ ~ ~Q~' ~ 1832 r I\~-~hi I I---=:::::::_ ====-----:" ;0>1- \ \ \ I \" 'i.-\ ~- J
'I, ", '/l!l.l.R':; "'I"; ,r/ <<' I" '-8- -I"' I II - --- ~;---- \ I (f 7 \11 '"\
1 \ .\'~'<.'~ .\'~ ~,,~ \,,,, ;' I /.~ ~ if 1"= --:-- _ /" -~ '
~~ .; ~':o,;jj}~' __ \ ~ I~ ~~ ~11i~ 1850 <X1snNGR.O.W,' OH</>---..' / ~,( \ ( ~ h
~(I . 1. ',;,''''*;';< r. f.*, II~ :. ~II ---- , r (~ ~ ~ ~
,I \; "<<'1'0 ..,., ff , - --, p'
t~, i ;I~~t ~ '" I~;;~.! - -I- <. (
\'i \ r:f1~1' ~~"t~ ~-../ I r II ::; II ~ If / //1 - ~' \ ! 1M
1;1 ; ',,'it,'. '.I~I , (' ~~:\ , I (~
'.... DJI~. ."-';' ^,~".\ , , " , . I ~
------ )(.~
~~ ---- II,
690 --:;::-; -- -- 690 3 3
P OPOSEl CENTE LINE ~-:::: -- - Iil ~ Iil
S UTHBOtND DU5;;QUE S REEf ~:.. -.- . ~ = ~
685 I ~ ~. 685 I ; I
",~Il 11
~~ .f!!!?U"D ~ """ / __-=--... ~,;~
NAlNA ","lENT ~~ lQl;a~ z
6801- - ~ 680 >-. 0
I / ~ r,...-
D(lSTW CCNTFRUNE SOUTHBOUN ~ ~
OUBUQU STRffT t:..,j c:::
675 I 675 :"'l: C
I _~ .::..- .,elI !5 C!'
__ -:J,.-:=::::.::---- ..... ~
, 670 --:::: -- -- -- 670 ..... ffi
~ J- __ -- - __ c w
1] I -- -:: -::::-:- -::.-- -- >-. ~
.. 665 li __ ---::::::. -- -- __ 665 r,... ~
___ .-- __-- b w
---- --
660 ____ 660 File #
T ~~
~ ~ ~ ~ ~ ~ ; a a ~ ~ ~ ; ~ ~ = ~ ~ ~ ~ I~ ~ ~ ~ ~ ; ~ ~ ~ ~
655 il ~ i ~ ~ ~ ~ ! ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ I ill i ~ ~ ~ ! S ~ ~ ~ 655 Sheet
18+00 +2:! +50 +71 19+00 +25 +50 ...71 20+00 +25 +lIll ...n 21+00 +25 +eo .71 22+00 +211 +50 Hll 23+00 +25 +150 +75 24+00 +15 +50 +15 25+00 +25 ~ +15 26+00 +1$ 0.04
-- --
I /) , /.. / /' ':'<..., /Aiq{,/,II'''' \ \ ') '\'1",\\ \\' \t'i\;\\<A\\~\'1\"\.\\-... '-' \ \ '\' \
./r-:'..,,'/ L _ 'L.,lj:::'::"A.~Xi}~:f,~~X\-<fl.j-\\-\\.:7\nV\.t,:.\,l.~'.\':\~\;\'\~\~ ... Dr;<-. \\ \ . ::J
I 0" '/ 'f"~~~ rv"~ /-:5r~"'A H. ",\; - "'" "'" \ \\"1'\'\'" 'i>\ -"-. -- ... '\ \ u::
,,~. 'l ~ ~REL~.J<;-y.-:..\ {O R's::1( S, r /_ ' (~ ' ,\ 1\\' Slu WALK \ \ 0 'C
. ",{>"",,1' ;;'l // ~;?'z/%......~)(~~~~ ;))1 x- ',j" ~,' ~ \~~~ ,;<-.'" ,-'\~:" \ \ \ \SILTFENCE [&
'- ?: E# TI':f'ER/ y)"'//...... ......;:~/-.f...... / / . j-; V\' 1/ , '" 0 ~~,H, ')0" !--'ilo.,~" \\ ~ 2
<( <J)
~0" Y,"..;g,,,, '-,L//r/'!J.e",...Ll'-:;..-2......i8/,Q"x0""............// /:)'\ ,I -1/;.. ""'''l'\ '.:\~ ~~-=:O......."0"" ~TA105+00.00,19.5.LT z,l:
"S"~I////~ -:: ""...,,~/ ?", 1",;;"11,. , ~,,~~~~,,_'Y <(
" ,,/"--....~;-~ ../;~1 ~~fi2~'//~'~' J?'\ ~I /rA "':~ ;,:i., ,,~p~~~:;;-~~~ ' ,," I..' c[
" .x.:r...-.<: ~ ~W?5'~ / ~:-/ ,.,-]0"'_ '\ .n, !:-: -7'-.y__ ___ ~ ~~')('~..... "",, <5 g
\ -~/ /,,<:-_~ ~y ""'/ ../ ~~.y ~:. _ ~, 1'_/' 1<"0& -- ~~'S:~::,.0. '\, 30'1 -S;" C.nji
"l'L"<: '\ ... :-.-" ~ ~\ /. ' '~ ."'" _ ,::--.::~-~-......::. '-'IIf'; ,,' . ::.-.....1 L ~
-\ '" _ .-5./PC~~SlOE~ LK { ;- ~~ ::...;;:::~ ~ /'rJ~ ;/~~Ij ;';y, l; ~ ::\/ _ .1~.l .. ~ '. ~ ~~ '""''' \ TAPER ..'~ -/ :: I "T1
~~ \ / ~~..=-";<~~ - / / ~~ ' ~"'~..;,J~.,\~' T .:.,,~ . \ ~. ~..." "'_~ \\ C)'--c
) _ -.s-~~......;;; :'3 ~ ...,.;0; ,~. f\ 00. ""1 ,_. ". ::o-.....,,;:~~ \...../ . N
a 0" \ :{./_-: -:.-. "f1" / /'f R,. '5;" '. ~~ \' I:i~ ( I ic -- , ,''''':- 0~1'~ f.,~ ~" \ ,;;: v / -j n ~ !--
.I!. ,/ \ /_ _ "1b ;.;' . "'-.... _---_ ' :~rfQ, ~ ~ ~ ",- ..........> _ ........ .=--< r tit::
o I1Y _.rr- \.-:.~--,\,. ,-'"'I ,./ ,~'k,,, :; ,'.-:.t"',j r ~- ~_,""';~'7 ,- ~ ,"'~ ," EN030:1TAPER _n:! Cl :_~
I~~~ 0"'"Cf( ." ~A~--;~- ~GGl<A-.a;oRf1-f, ,;:'-\~ / / 'I 1_/t:--- q/~i1F ~ :>-,~Jl>8..CoI~.f1 ~1 ~~~~:::::::-.... STA 106+16.75.15.5' LTQ~ ::r: I~_g
~_~-.rl'I'x'/ .- -'f,1 '.;l ." . i'_~--t.:.:,iv".'L:--""'!;' _ " . :A,O' r''f--''-~ ~ "-,~....--.....:' .~01<.~." . ~~~~~~~~' ..... ~ x- ~(L
~ Ig~ v, .' dF' - ' '-,r: lo} ?,'. :--;.- \1~' ...~~ 1'-;/1/C 1 ~~~~~~<."b" ~~~~~~ ~ .... - - i'!Z
. // ~l~ _'~' - ~/ x7/J~'"'-~=';' Ii ~ . L~ l-}I, f' . ~I/ ) ~~'i; .....""'.-:...~. .~. ~~~ . ...0 1jW
/ -1 '""','/ -Oi-L ~ / /-:. .... b,n "T .\ ~~'7 . 'l!'ii ,~ ~ ~"" 1~ ~ ~~~ u.. ::;:
-~ ~// -L-/_!. ~.-<-=;~ 'r -::;;k ~'fAPER 7) I ~~ ',/ '\'1: ~ \ I I "0; -'./r r;" I ~\ \\-\\~= ~~"S.~~...~.\..~", ~~ tJ
__ r 'G' -BEG . R --~/:;/ /' -' \ lj ~ 'I, ",;// ,g"" \ ..... t,-..., ~ ~~~1 ~~~~ ~~
>--
UlZ
j wO
~ SIOgwAq __> =-=--3".-61. W/'~~~ =-~\~I \'!ir ;;,. ~'\.l~ \~~,~"'\ 'K, ~/30:1 ,..... } ,i. . ...........;,.:: 135
,I. .....-.....-..-::;:--;:::c--=--=-=-~ P,V~ 47SI/",,- ,;,.): Id\' /.".L -'-':'h't ~~ .... \~ "..... ~~..v<!iE~ \ ~~~A\~ ';, .... ffi~
'" ----- --~V- Db ~f "."'-: ...""'" "'r A ~ - ~.....~. .' ::>0:
'" _ _ _ _ --===- ~ 'T:o;- , . / l\ Ullo' '--.::::.' ...... W
~ __~~::::~~~ '" ,\ \ \ ',C ~C/.,'< t ~~ R 0;: ':OQ~" ~.~ ~ ~~~ . Oz
. 6. =::='==""........ ".: I I ," .t- Fr1P-:~ "" 0.~~ ~,,":-t~ I -
. , ' ~~ UTILITY POLE TO ,', V.' '0' ~, ~ :!! ~ " . '- '~U; ~~~"
, G" BE RELOCATEO ~~, I rh;C' c.c~} 'f~~ .~. '\J;-?;,~~~ b
~ BY OlHERS 7 '. 1i'. \.1 {..~t,(/1. '., ~'':Jf II. ~~~~ ~/;. rt1 ~\~~l~~~~~ ~ 'i ~
~ W 1 I ~' ( '} <;~S3 ;\~~Il\:I; ~~-i.: 11' "~~~ ~ I 1 / ~ ~ rrr/:r:: ~, ~ ~ ~
~ If} ;H;', ~~ ~jj'll "Z~~ I ~.....-I ~\\\\i1 "..... ~~ ! I J
) , . t... !!\.: 1.----1 I P, .'1,,,-'(\ f.f', '~\ A J! I'{.,\\\\\\,\\~" .......... ::,::
x I I
I STA - 2+BSI.90 J
I [LV - g.08 I ..
_ 18.04 II:) II:
670 - ",' VI: - Ii 670 g g
ROPOS' D ~ "1 E~S11NG, ~ "RUN< I~
, -, NE ~ "i ~ FOSlER R. ~ ~ ~ ~
HlO VI: ENTERLI E ~"~ ~ ~ I'" ~ ~ ~
\'PI ST .. 101+48. J "........
665 ~~ '!-; ~."7.'2 OSTEI\ OAD ill; ~ ~ Ii ~ h " ~ / _ h- _ 665 I I
~ g . . ::.. i S. = ,.. ~~ _ _ -~ ::.. I j
$8 ~ ,. t:l titl lilt::!
~ '1 \ eI ~ // ~~ Z
660 ~~IS~ ill' J,2SJl ,... ~ ~ 1.9~ 660 >.. 0
~~ ~~ -\- - "'" E--. -
_ ~0
""" ,11 va I l;..) :2:
2.2S1. - ~ ~ ~! ~Tt _- ,~~4,32 655 C
655 ~ . . ~
'j ~ ~ I! III !~ I ~ .s7i:'~ .3+..., It: c:J
fi ~ t . ~ :g ...: I':,j L.P av - .511.85 C z
h " I I ~2 l~ ~ ..... -
650 - ~ I ~ ~ ;;~ ~ ;;a ~ N: g 650 "'"' ffi
. ~~ ~ ~~ C W
tiel ~ H Z
645 ~ ~ 645 ~ ~
. bw
640 640 File #
PS 244
l:: ll: ~; S ~ ~ ~;!! ~ ill ~ ~ ~ 2 ill ll: ~ il ~
635 a ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ 635 Sheet
100+00.25 +10 +15 101+00 +25 +10 +75 102+00 +15 +to +71 103+00"'25 ...10 +7$ 104+00 +:25 1-10 +7lI 105+00 E.01
I A" ." / I ' 'I I I IlP I I I I I I I I
k]1\lL;) ~ ''a /) u u U U Q ~ ~
~ ,. - 80' ~ PARKVlEW CHURCH 5E S ~ -:i ~
~ /~ _ -/ ~Ia:
. l)" N .-
8' C END 3D:~ER Av. ~, 19. . LT ,-, n r :::'n .r;:- !'!f~
S W J..l(' .. ~ - ~. -<C" '"
~ .. I I I 10
~ ~ J END 3D~ TAPER STA 106+ .75.19.5' R ~ lP ;,,-93 ~ l'~)u..
, ,.)~ ~
.,\. ;;;.. /" ..r.:-
, ~ TR CER RE VS: ES-PROTECT pee : - a.
DRIVE -
I.D ,
. PPI F R DPR9:FILE ~ ' I
. 0
'. .- '. '-'00+, -~.:'-. I ~ W
'-,", '~"J . "', '-. -' .. 1 ..<,,,..,C'i ;z:~ 1... - _ ~ (3
'. '~'7K- ',"'.': to..,. =-.0 '" 0:
I ~_ . " '+00 5 . - G-
. . ' ;,..0"- ....:i;_..,~.:.. ",':,,. . c.,:,c.~-. ...-; ..' . -........: -I--- - ffi I-
.......'_i. ' . '....- , 1."'C.'.' . ". I- Z
~ . -.- -lr, " -- W
,.,:" ~I r"~ ''''i,!,,,,,,,,,. .,:\co' - . ,- - 'W' -'. ............,-,. PP 8::;:
.. 'AIr:" _,'j;", - '....oo~.. ."". ~" -"0. u..W
~ ~.... ~ " ,rXI~CSURFAeE' ""-" -"0.00"'\- . .<> Fa '-""" -::::;::6
~ '"' .' -y: '\.... .""". ./ w 0:
~;,~ ~ ~ I ~ ~ ." "\.;. "i"!,' " '. <~ X. fI'.oo:i8 '- --= ~ ~
~ f./ '-.J ~.o .0._25R ".:?'Ci5'R' :L'" 1--
a ~ ", I'.'" (/)z
...::s..- '"''''''''
\c-' ::> . . "... wO
_I:-- '\ ./ ~ \\ ) SAN MH U r V ~,,-.c "W 0'\:.:. Y./\: \ , (\ - g &l
" \ EXISTINC R~r: / ~ :0lJh'p. N lD ~
o %" TCH EXISTING CRa . 'SLOPE ;< '\ / 5 ~
~~lfIiiij I ~ TA 106+10.91. 51.7 . RT : L SAN M~ ~~:~ ~ J ~
~ -; ELV =644.22 ~ j <"'I> \ o~. ~~ .. R.o.
~~ :3 "''''1< \ \ 'Ii ~,I E~\S,,"G
~\K~ 1"'0 \ ~~!
~ ~ "'~ I . .~ ~ ~ ~ ~
. ~ ~ ~ "-~ A P I~ \ '\.l I ! I
x I x
J
~5 ~5 181
ROPOS D l.l ~ l.l
..S11NG CEN "UNE 1 'vc ENTERL NE ~ ~ ~
670 ~; pmo OOA. ~ :Ie: l~ ,;"-" OSTER ROAD 670 J i
~ ~ EXlSTlNC_~ NTERUNE ~ 2 I / 1 'ST:'''~ 106 Bi.27 / ~~ J ~
~ g~ FOSTERRO D i~ 1/ H El..V- tie 8 ~g
~li ~.. I ""
665 ~ ~ ~ ~ ~~ ~:!i 665 >-. ~
I I Gl~ ~ ~ _
1i.llo. a~ 1.~ r.Gl:s' ~ 22
~ GI ~ ~ ~ .r. t3 02:
660 ~~ H I..... ~.~ 660 C
~ ~
; . . . (!)
3O'VC :'It ~ ~Z
10;: d ..........-
. 655 VPI ~t : 1~~4.J2 tIl ... 655 m
K - 1.'2 s,,, ~
LP Sf A - 03+94.93 . I 0 Z
LP n.v - 59.85
>-.-
. 650 650 e... ~
t3w
645 645 File #
PS 244
~ ~ ~ ~ ~ ~ 11 ~ ~ ~ ~ ~ ~ ~ ~ ~ Ii! <l; ~ ~ ~ ~:l ~ ~
640 ~ ~ ~ ~ * * * * * * * ~ ~ ~ ~ ~ ~ ~ ~ Ii ~ ~ ~ ~ ~ 640 Sheet
104+00 +8 ~ +16 105+00 +2B +60 +16 106+00 +1$ +eo +7e 107+00 +23 +00 .71 108+00 +22:1 .eel +71 109+00 +u +eo +7D 110+00 +e +eo +7& 111+00 +ZJ +eel +78 E.02
--.--- --.---
II 1108-23 II r , 108-26 II I II /I I I ...J I
...-.-.. . ........... '" ....."". ''T1''"\'" 1""\, ALl STAGiNG NOTEs 0
I rtAr r IL- I."VI~ I ,",VL rLMI" I 04-04-89 I I llS-JO-Il8 I ~ ~
lRAFFIC l\lLL BE MAlNTANED DURING CONSlRUCTlON. lRAFFIC CONTROL ON THIS CONSlRUCllON ACTIVITY IN THIS AREA WIll DISRUPT lRAFFIC ON OUBUQUE STREET;roSTER ROAD . 200
PRCM;CT SHALL BE IN ACCORDANCE WITH SPEClFlC LAYllUlS SHOlll< ON THESE AND ADJACENT SIDE SlREElS. THEREFORE IT IS ADVlSABl.L TO AIlOPT A CONSTRUCllON SEQUENCE ~, 0
PLANs. lRAFFIC CONlROL DEVICES, PROCEDURES, AND LAYllUlS SHALL BE AS THAT DlREClS ACllV1lES IN AN ORDERLY MANNER TO MAINTAIN MOST lRAFFIC PATmlNS AT ALL = u:
PER CURRENT MANUAL ON UNlFOIlM lRAFFIC CONlROL DEVICES (MUTCO). liMES. ,- .. %00' 0 =
c.n "-
THE CONlRACTOR SHALL EMPLOY SOUND PRACllCES or SAFETY AND lRAFFIC DUE TO THE HIGH lRAFFIC I/OLUMES ON DUBUQUE STREET. THE CONTRACTOR IS SlRDNGL Y :?: C) '- ~
)>-~ ~ --..,
CONlROL. THESE METHOOS AND PRACllCES SHALL INCLUDE. BUT NOT BE UMITtIl ENCOURAGED TO PERFORM WORK DURING OFF-PEAK HOURS. WORK THAT DIRECTLY AmClS :::? ~
TO, THE FOLLOI'IING: lRAFFIC MOVEMENT ANO FLOW, SUCH AS STAGlNC CHANGES, m.fPORARY STRIPfNG/SlGNJND, (~ .
STARTUP or m.fPORARY SIGNALS. ETC. SHALL BE DONE DURING OFF-PEAK HOURS. _ 0 N r-<O
--; ....,
1. ALL TRAFFIC CONlROL DEVICES SHALL BE FURNISHED, ERECl!Il, MAINTAINED ;::2 '- " .1"'" . C!l
AND REMOI/ED BY THE CONlRACTOR, IT IS NOT INTENDEO TO CONFINE THE CONTRACTOR'S ACllV111ES TO THE AREAS or SUDGESlED " _ r- I-Z;
STAGES ALONE. IT IS UNDERSTOOO THAT SOME OF THE VARIOUS STEPS, THOUGH USTEO IN rg r~ ..., -C}
2- THE CONTRACTOR SHALL MAINTAIN ACCESS TO RESlDENllAL AND COMMERCIAL NUMERICAL ORDER, MAY OCCURE SIMULTANEOUSLY, THE CONlRACTOR MAY CONOUCT SEVERAL 0 O:::D ::-: , i <(j
PROPER liES AT ALL liMES DURING CONSTRUCllON. OPERAllONS CONCURRENTLY. PROVIDED THAT TRAffIC IS MAlNTAlNEO AND TH;.T THESE OFERA1l0NS --I-'
DO NOT CONFUCT 'MTH THE STAGING INDICATED HEREIN. :! <;: /'" 7. I (/)
'~\ S>
3. IF THE CONTRACTOR DECIDES TO PERFORM THE CONSTRUCll0N WORK IN -
SEQUENCE OTHEI1 THAN SHOWN IN THE TRAFFIC CONTROL PLAN THE CONTRACTOR FULL LANE a.OSURE 'MLL ONLY BE ALLOWED DURINC PLACEMENT OF CONCRETE \11TH FlAGGERS ~,,' '"
SHALL PROVIDE COMPLETE REVISED TRAFFIC CONTROl. PLANS TO BE AFPRO'llOD DIRECllNG TRAFFIC. TWO LANES WILL REMAIN OPEN AT ALL OTHEI1 liMES. t5
. BY lHE CITY OF IOWA CITY AND IOWA DOT. .:.
IT IS RECOGNIZED THAT AS THE VARUQUS ACllV111ES RELAl!Il TO CONSTRUCTION PROGRESS, .,' ~W
4. THE COIofTRACTOR SHALL NOllFY THE CITY ONE (1) WEEK PRIOR TO CHANGES CERTAIN SITUAll0NS MAY ARISE WHICH \fo1LL PREClUDE ADHERING TO THE ORIGINAL CCNSTRUCllON "~ ~g
IN TRAffIC PATTERNS DURIND CONSTRUCTION. SEQUENCE OR lIl-llCH WOULD REAOlL Y lEND THEMSEL YES TO MORE EFflClENT STAGING OFEI1A liONS. '.
SHOULD THE CONTRACTOR DESIRE TO DE'IlA TE FROM THE ORIGINAL PLAN, A WRITTEN AL TERNA 11'1lO '," n..
. ," CI:!z
5. THE CHANNEUZlNG DEVICE SPACING SHALL NOT EXCEED A OISTANCE OF PLAN SHALL BE SUBMITTED TO THE PROJECT ENGINEER FOR AFPROVAL ,
25-Ftn FOR TAFEI1 CHANNEUZAll0N, AND SO-FEET FOR TANGENT " ~~
'.
CHANNEUZA liON. STAGE 1:
',I
8. THE CONTRACTOR SHALL PLACE PAlNTtIl PA'IlOMENT MARKINGS, AS INDICATEO 1. COORDINATE 'MTH UllUTY COMPANIES TO RELOCATE OR AD.AJST EXlSllNG UllUTY UNES WHERE '. ~~
,
BY THE STAGING AND TRAFAC CONTROL PLAN. THE CONTRACTOR SHALL ALSO CONFLIClS EJOST. STAGE 2 ~::.
REMOVE EJOSllNG AND TEMPORARY PA'IlOMENT MARKINGS AS NECESSARY FOR THE 2. INSTALL 24-INCH ReF SANITARY SEWER FROM AFPROXlMATELY STAllON 9+81 TO '.' tun..
PROPOSED TRAFFIC CONTROL PLAN. lHE REMOVAL METHOD SHALL BE APPROVED STAll0N 12+40. ,'. 1l!::2:
BY THE PROJECT ENGINEEI1. 3. RECONSTRUCT TAFT SPEEDWAY AS.PER PLAN. /: 1---
4. REMO'110 EXISTING CURB AND GUTTER, REFER TO SHEET B.08 AND 0.01. ~ '. (/)Z
7. ALL TRAFFIC CONTROl. SIGNS SHALL BE PLACfll A MINIMUM OF 2 FEET CLEAR 5. CONSTRUCT m.fPORARY HMA MEDIAN DETOUR CROSSOVEllS AND OTHER RELAlED WORK. :~ wO
OF THE BACK OF CURB lIl-lERE POSSIBLE. REFER TO SHEET J.03. J" :J-
8. INSTALL TEIoIPORARY TRAFFIC SIGNAL REFER TO SHEET J.04. J '. aD
B. CONTRACTOR SHALL ERECT ALL WARNING SIGNS ON PEI1MANENT POSTS. ,. :JW
al(/)
PORTABLE MOUNTINGS FOR WARNINC SIGNS MAY BE USED FOR TEMPORARY STAGE 2: (REFER TO SHEET J.03) '" :JCI:
INSTALLATION OF LESS THAN 3 DAys. i1 ); OW
1. SHIFT TRAFFIC FROM EXISllNG TRAFFIC PATTERNS TO A SINGLE LANE NORTHBOUND AND A ~ J ~
9. "ROAD ClOSEO" AND "ROAD CLOSED TO THRU TRAFFIC" SIGNS TO BE SINGLE LANE SOUTHBOUND. REFER TO SHEET J.02 FOR TYFICAL STAGING SECTION. I"
MOUNTED ABCM: TOP RAIL OF TYFE III BARRICADE SO AS TO NOT OBSCURE THE 2- THE fOLLOWING 'MJRK SHALL BE COMPLETED ON THE SOUTHBOUND LANES OF DUBUQUE STREET '.
DIAGONAL PANELS. FROM THE BOP 10 THE EOP AHll ALSO ON FOSTER RO~D 'MOST OF DUBUQUE STREET. REFtR 10 "
SHEET J.03 FOR THE OESlGNATED WORK AREA FOR STAGE 2- .' I h
10. THE PROPOSED SIGNING MAYBE MODlFlED TO MEET FlELD CONDITIONS, A. SAWClIT AND REMO'110 EXIS11NG PA'IlOMENT
PREVlONT OBSTRUCllONS AND TO ACCOtdOOATE CONSTRUCTION SCHEOUUNG UPON B. CONSTRUCT WATER MAIN, STORM SEWER, RETAlNING WALLS AND .~ z
APPROVAL BY THE PROJECT ENGINEER. CULVEIlT EXTENSIONS, AND EXCAVATE ANY NEEDED MATERIAL ~
C. CONSTRUCT EMBANlOolENlS, PREPARE SUBGRADE. AND OTHER II.
11. SLATTED SNOW FENCE OR ORANGE PLASTIC SAFETY FENCE SHALL BE RELATED WORK.
PLACfll ENllRELY ACROSS THE TRAVELED PORTION OF THE ROADWAY AT ALL D. CONSTRUCT PAVEMENlS AND SlDEWAlXS.
LOCATIONS WHEI1E TYFE II BARRICADES AND ROAO ClOSED SIGNS ARE USED. E. FlNISH GRADE. INSTALL EROSION CONTROL AND REVETMENT STONE
AND SEED. x I *
12, ALL T'II'E III BARRICADES SHALL HA'IlO HIGH INTENSITY FlASHING UGHTS. 3. ACCESS TO ALL SlDEROADS ANO ADJACENT PORPERTY SHALL BE MAINTAINED AT ALL liMES. THIS ROAD \I1LL BE OPEN TO THROUGH TRAFFIC DURING
THE BACK SIDE or THE TYFE "' BARRICADES SHALL BE REFLECTOR12EO BY A 4. REMO'110 m.fPORARY PAVING ANO GONSTRUCT m.fPORARY HMA MEDIAN DETOUR CRDSSOVEllS CONSTRUCTION. LOCAL TRAFFIC TO ADJACENT
MINIMUM or SIX 'lEUOW REFLECTORS, ONE AT EACH ENO OF EACH RAIL, OR AT AND OTHER RELATED WORK TO C/'ilORT TRAFFIC ONTO SOUTHBOUND LANES. REFER TO SHEET J.D3. PROPERllES WILL BE MAINTAINED AS PROVIDED FOR IN
LEAST ONE RAIL ON EACH BARRICADE WILL HA'IlO REFLECTORI2EO STRIPES 5. AD.AJST m.fPORARY TRAffIC SIGNAL REFER TO SHEET J.04. ARll= 1107.08, 2001 STANOARD SPECIflCAllONS, PLUS ... I I !
PROPERLY SLOPED AT EACH ENO. CURRENT SUPPLEl/ENTAL SPECIFICATIONS. TRAffIC .,
STAGE 3: (REFER TO SHEET J.04) CONTROL DEVICES, PROCfllURE5, LAYllUlS, SIGNING. AND
FULL LANE ClCSURE 'MLL ONLY BE ALLOYtEl DURING PLACEMENT OF PA'IlOMENT MARKINGS INSTALLED 'MTHIN THE UMllS OF . g g
13. ',.
CONCRETE WITH FlAGMEN DIRECTING TRAFFIC. TWO LANES WILL BE OPEN AT ALL 1. SHIFT TRAFFIC TO A SINGLE LANE NORTHBOUND AND A SINGLE LANE SOUTHBOUND. REFER TO THIS PROJECT SHALL CONFORM TO THE "MANUAL ON ..
OTHER TIMES. THIS WORK IS CONSIDERED TO BE INCIDENTAL TO TRAFFIC SHEET J.04 FOR TYFICAL STAGING SECTION. UNIFORM TRAFFIC CONTROL DEVICES FOR STREElS AND .;~ 8l i! 8l
CONTROL. 2- THE FOU.OWtNG WORK SHALL BE COMPLETED ON THE NORTHBOUND LANES OF OUBUQUE STREET HIGHWAYS", AS ADOPTEO BY THE DEPARNENT PER 761
FROM THE BOP TO THE EOP AND ALSO ON FOSTER ROAD EAST OF OUBUQUE STREET. REFER TO or THE IOWA ADMINISTRAll'1lO COOE (lAC) CHAPTER 130. , '" " '"
, III
1'. TYFE "A" LOW INTENSITY FLASHING WARNING UGHTS MUST BE PROVlOED ON SHEET J.04 FOR THE DESlGNA l!Il WORK AREA FOR STAGE 3-
ALL BARRICADES WITHOUT HIGH INTENSITY REFLECll'1lO SHEETING. A. SAWCUT AND REMO'110 EJOS11NG PA'IlOMENT ','
B. CONSTRUCT STORM SE-. RETAINING WALlS AND "'. STAGE 3
15. THE CONTRACTOR SHALL PROVIDE ADEQUATE UGHTED BARRICADES AND/OR CULVEIlT EXTENSIONS, AND EXCAVATE ANY NEEDED MATERIAL '"
,,\.
FENCING TO PROTECT PEDESTRIANS. ALL SlOWALK CLOSURES SHALL BE C. CONSTRUCT EMBAN1<MENlS, PREPARE SUBGRADE. ANO OTHER .. Z
~PPROPRIA m Y BARRICADED. THE CONTRACTOR SHALL PROVlOE AL TERNA TE RELATED WORK. E. FlNISH '!".. >-'0
PEOESTRAIN ROUlES ADJACENT TO CONSTRUCll0N ACllV111ES. D. CONSTRUCT PA'IlOMENlS AND SIDEWALKS.
E. FlNISH GRADE. INSTALL EROSION CONTROL AND REVEllIENT STONE ;' e...(i)
16. THE CONTRACTOR SHALL REMOVE ALL SIGNS AND POSTS ON THE PROJECT AND SEED. .,:; b:2!:
SITE (AS REQUIRED FOR CONSTRUCTION) AND STOCKPILE AT A LOCAllON TO BE 3. ACCESS TO ALL SlDEROADS AND ADJACENT PROPERTY SHALL BE MAINTAINED AT ALL TIMES. :.',
OETERMINED BY THE ENGINEER AND SHALL REMAIN THE PROPERTY OF THE 4. REIoIO'110 TEIoIPORARY PAVING ANO SET TRAFFIC CONTROL TO DIVERT INTO THE OUTSIDE LANES .' :-.::0
RESPECTI'IlO OWNERS, OF DUBUQUE STREET. REFER TO J,05.
5. REPLACE CURB AND GUTTER AT STATION '. 1l=::C!J
17. THE LOCATION FOR STORAGE or EQUIPMENT BY THE CONTRACTOR DURING 6. AD.AJST m.fPORARY TRAFFIC SIGNAL REFER TO SHEET J.05. , ~~
NONWORKING HOURS SHALL BE AS APPROVED BY THE PROJECT ENGINEER, AND (REFER TO SHEET J.05) ~1Ii
THE CONTRACTOR SHALL PROVIDE A WRITTEN AGREEMENT WITH THE PROPERTY STAGE 4: ~.~:
OWNER,
1. SHIFT lRAFFIC TO A SINGLE LANE NORTHBOUND AND A SINGLE LANE SOUTHBOUND. REFER TO ,
18. THE CONTRACTOR SHALL COORDINATE \11TH UTlUTY COMPANIES ON SHEET J,05 FOR TYFICAL STAGING SECTION. Legend ,'. ~~
RELOCAllONS AND/OR AD.AJSNENT oF EXlSllNG UllUllES \fo1THIN THE CORRIDOR, 2- THE FOLLO'MNG WORK SHALL BE COMPLETEO ON THE NORTHBOUND LANES OF DUBUOUE STREET
. AS NOlED IN THE TABULATION OF UllUTY CONFUClS. FROM THE BOP TO THE EOP AND ALSO ON FOSTER ROAD EAST OF DUBUQUE STREET. REFEI1 TO .
SHEET J.D5 FOR THE DESlGNATEO WORK AREA FOR STAGE 4. ~ STAGE 2 \ bifi
19. THE CONTRACTOR SHALL PROVIDE ALL BARRICADES AND SIGNING REQUIRED A. SAWCUT AND REMOYE EJOS11NG PAI/EllENT
CONSTRUCT STORM SEWER AND EXCAVATE ANY NEEDED MATERIAL ..
TO MAINTAIN lRAFFlC IN ACCORDANCE 'MTH THE MUTeD. THEY SHAll NOT BE B. ~'~ STAGE 3 ....
CONSIlERED A COMPLETE USllNG oF TRAFFIC CONTROL SIGNS FOR THE PROJECT. C. PREPARE SUBGRAOE AND OTHER RELATEO WORK. .....' ",t File #
D. CONSTRUCT PAVEMENlS AND SlOEWALKS.
20. THE BID ITEM "TRAFfIC CONTROL" SHALL INClUDE THE COST OF ALL E. FlNISH GRACE, INSTALL EROSION CONTROL ANO REVETMENT STONE . STAGE 4 PS 244
TRAFFIC CONlROL MEASUIlES REQUIREO OF THE CONTRACTOR EXCEPT FOR THOSE AND SEED.
lIl-lICH ARE SEPARATE BID Im.fS OR ARE INGIOENTAL TO THE OlHEI1 BID 1m.fS. 3. ACCESS TO ALL SlOE ROADS AND ADJACENT PROPERTY SHALL BE MAINTAINED AT ALL liMES.
4. CONSTRUCT CURB ANO CUTTER. REFER TO SHEET B.08 AND 0.01. Shoot
5. REIIO'110 m.fPORAllY TRAFFIC SIGNAL
J.01
-
I I -' I
-- 0
r g:
TRAFFIC CONTROL SIGNING LEGEND ! KMA CnY I z
, 04-'4-(14 8
""_1
0 = 0
= u:
:5.:0 en LL
. "if r Ci
~ DErURI ~D~JURI ~ )>- :s;
END NOT :;:l - -g
CONSTRUCTION PASS C) ~- N ;:=i
M4-10 L M4-1D R :-<!P ,f:""
020-2 (3D" , 24") Rl-1 R11-2 48"x30" R11-4 SO" X 30" c-lJ)
(SO", 24") (3D" , 24") (3S" , 35") R4-1 ON TYPE II ON TYPE II fTl -0 I l?J
RI-2 24"X30" BARRICADES BARRICADES ~:D :r: '-~
3S"X3S"X36" ~7~ r- ~ '-.'F-
~ ! (/)
0
QW
<S> (() ~ ~ ~ 4t> og
cr:o..
cr:F-
Wz
8~
LLW
Wl-4L WI-4R w3-2A W4-1L W4-1R W5-3 W9-2L -e>
(3D" x 30") (30" x 30") 35"X35" 30")(30" 30")(30" (3S" , 35") (35" , 36") F-cr:
Wo..
~~
F--
(/)z
wO
:J-
00
:Jw
CD(/)
:Jcr:
OW
J ~
W9-2R W20-2 ~ j
(3S" , 3S") W20-1 (36" , 36") W20-5l W20-5R i ~
(48-11 481 (..,-. 48j (48-.4Sj ~
! ! I
LEGEND LEGEND x I :
I I f
'*"*"*" SAFETY FENCE THE CONTRACTOR SHAlL PROVIDE ALL g g
.. DRUM OR VERTICAL PANEL BARRICADES AND SIGNING REQUIRED
T'r'PE UI BARRICADE TO MAINTAIN TRAfFIC IN ACCORDANCE m ~ m
....... 'W1TH THE t,.;UTCO. THIS TABULATION ~ ~ ~
ProW:I. witt! reftectortud SHAlL NOT BE CONSIDERED A J J I
ItrfplnV and T)p' "/t..o IIght~!i1 CQMPLElE USTlNG OF THE REQUIRED
T SIGNPOST TRAfFIC CONTROL SIGNS.
DRUM VERTICAL PANEL ShowInlldnctlonofmce
..... TRAFFlC SIGNAL Z
Sho...ln; dnctlon of focI >-'0
e-..US
b~
~C
Ilt::CJ
Oz
.....-
. ~ffi
OW
>-.z
e-..CJ
. btt1
IYPE II BARRICADE IYPE III BARRICADE IYPE III BARRICADE
File #
PS 244
Sheet
J.02
-- - n_
~~ -'
0
~ N go
= z
h ~] c5 = 8
<On
~C) '- ~
112 MILf ...., ",J 100' >-1 :;::."
,....., ",'"
a$ a~ -< ~
- ~~ - INTERSTATE 80 -WettbOl.lnd () f'J r-
~ ....., iilz =j() .c-
:> C!]
c =<h~
- IN1ERSTAlE 80 -EClltbocJnd -a
~ 1 .
- -;"1 ~. ,-_eJ
Not to Scale '<!--^' Z
-/h <:: .. , ~
~ >
I '"
TEMPORARY
~ .l~ --\IX~ I I Not to Scola TRAmC SIGNALS. 1;3
1:1 THREE LOCA nON S
. AS SHOWN ~a
REMOVE CURB AND ocg:
GUTTER ANO GRADE
I MEDIAN IN ORDER TO ocl-
, '9!,_. ~ I INSTALL CROSSOVER ~z
,.,.,..,.,.. ROAD ~;
I
~. I , ....0
INSTALL tuoc
[ ~BcnON I] wo..
I * . TAFT SPEEDWAY TEMPORARY H.M.A. oc::!:
PAVEMENT 1--
I "'.
. z
.,- Cl2O-" wO
(Jo" "'0' I (llCI"x 24' ..-e =>;::
; 00
I INSTALL TEMPORARY H.M.A, T'""T'I =>w
CROSSOVER ROAD. CONTRACTOR I 1Il~
SHALL PROVIDE, INSTALL AND @I =>w
01-
...1 MAINTAIN TEMPORARY CULVERT I I @I J ?;
I=ED~ I TO MAINTAIN MEDIAN DRAINAGE. I I @I
UGHT POLE TO BE REMOVED AND
I REPLACED BY OTHERS. I @I ] i
Rl1-1 4a~ ,g ,g I
'"'''''''' I I @I
""""""'" ~ ~
~ I~ I~ @ I B I J
II!' @ I~ '" ..
1:1/ CW":'H1 00 (I) @ ~
I", I'" x I
Ig @ ::>
-, Ig
(31'".30")
I*~~ I~ I~ ....,
I!I I C .I.. C .I.. ........ I' f
I '-.)
~r I ...., I I I ~ 8 II
.Iil*~ ,,-
...., I ~U
.........'0 L .4""" .I..
;"'" DUBUQUE I I II
STREET I
. I M-3 (Frontoge) [I CONJflBcnoN I]
: ' .....,
1 ,.......,
. FOSTER ROAD T T I Z
FOSTER ROAD . ....... ::"'0
. (so-. 24'")
. I e-..(j)
~ . I * -49 tJ:iE
, . , ,,~
~ / /0 ST AGE 1 I :,<,:0
.... ~< I 1t:(!J
COIIST1WCtIOtl DrnlIIR ... ~ M4-10 R CONSTRUCTION I: I * , ....,
(30- I[ 24") ~ CW'H1I~1 Cz
"""" ~ ....'OR '" ZONE Taft Speedway Signage Detail ~ffi
(30" II 24") :!: PASS PASS
. ..... W20-2 -< I ~UJ
c.-..., (Je-I[J8") Z ...., *-49 ,,~ ::..,6:
0 ""1130' I
Z I~ e-..(!J
F='I I tJifi
, ....,OL~ /....'0. I " ....,
(JO'" II 24") (30-'24") (H" II 3&")
I \ Fi18#
~ < 1- SEE TAFT SPEEDWAY
TAFT SPEEDWAY I SlGNAGE DETAIL PS 244
THIS SHEET
~~ Ht~/ I Shset
~ a.osED J.03
-'
~~ ~ """ ~
co
~~ ... 0 =
~j :,">n ~, 8
<-
./1 ... ~~ ::::
--, wj 100' Y'--1 :::Ie
,......, U 0:-) -<
... S~ rv ~~
~ ......, -- IN1ERSTATE 80 _Westbound =:{C-) +"
:> => ':-<1--
c c
m -:'l ~-=~!
~ - INTERSTATE 80 -Eostbound O,.}.) '>
Not to Scale .c;:'" C!l
if~ 'I S> z
I ~ I I 'D , ~
....
I I en
co,,=""" ~ ~ I Not to Scale
__, ....2A ~ t I I RETAIN 1 0
I TEMPORARY--- .L..L .L..L ~~
,.......,,..,.,.. ~\ TRAFFIC SIGNALS, REMOVE CURB AND
THREE lOCA 1l0NS GUmR AND GRADE
~1-2 ~ { I AS SHOWN MEDIAN IN OROER Cl:!Z
.
,..".,.,... I TO INSTAll ~~
I [ICON.JII~]] CROSSOVER ROAD
I: ,. , - ~~
TAFT SPEEDWAY
...... INSTALL Iii",
I (eo.. 24") TEMPORARY H.M.A. ~;:;;
....-
I ..... PAVEMENT enZ
wO
~ I ,...,. :::>-
; ao
I REMOVE CURB AND ~ :::>w
INSTAll TEMPORARY H.M.A. CROSSOVER ROAD. GUmR AND GRADE I~ m1e
CONTRACTOR SHALL PROVIDE, INSTALL AND MEDIAN IN ORDER TO :::>UJ
! ! I~ 0....
MAINTAIN TEMPORARY CULVERT TO MAINTAIN INSTALL CROSSOVER i ~
MEDIAN DRAINAGE. ROAD I~
UGHT POLE TO BE REMOVED AND REPLACED BY I~
OiHERS. J I ~
.... t;j I ~
w ol! ol!
w w I ~
I!': I!': I I
(J) (J) I ~
~ w w '" >
::> :J I ~ ~ ~
a a x I e
:J ::> I
In In
:J ~ :J
~ ...., 0 0 I ~w~")
JO'lao" I ILl!
1 I .. ~.
10:"1 I 88
.......'0 l. I SillS
/..., I ~ m '"
LAURA KNOlJ.WOOD ~ co...JII&nON ]] III
DRIVE LANE --,
I ..... '"
1 or or
~ G2l>-2
FOSTER ROAD ~-., (10"124' I Z
. e · I .tt'" so- x 3ft' ~i
/ , , OIl.....
I I ,,~ .-..... t3~
~ .,-, ~-~ IiI
~ 1'="1 0 M4-10 R STAGE 2 Taft Speedway Signage Detail ::"l:c
a: (30" II %4") (H".,., ..... I 1t::C!:I
1114-10 fIi W [;J (J" . ,., I 00 CONSTRUCTION ~~
(~.14' :i PASS ZONE
--, ...... ~ . T I ~m
. ,....., (WlI38") z ....,
0 .H 49 I 24"lao-
1;"1 z I':"' ~z
Z4-,ao- -"I'" I c;
II4-IDL\ /114-,.. ..... ,. t3ifi
(#1124") (30" II 24' ,....,.., / I
~ < I I File;!!
TAFT SPEEOWA Y I PS 244
SEE TAFT SPEEDWAY -, I Sheet
-'
SIGNAGE DETAil J.04
iHlS SHEET
- ----
--'
~ g
~.. .... z
~l ...... 8
=
~c 0 ...~
wJ 100' :;;0 en U
wt L- a:
..... h ).> --j ~.::-;- -un
~ ~z - iNTERSTATE BO -Westbound
,......, ()-< .-. ..~-
::> ::> N
D D d-
.........4("') 1'0
~ - IHlERSTAlE 80 -Eaatbound I .;.-<r- rra']
Not to Seol. ...,..., ""
III ....0-1
I -..'0 - \z)
0;;- ~
~ I ",,-'. "- .. ~
<.:
I I : I I I )> I Ul
I
1 Not to Scal.
I t3
I 1 I ~w
I 1 sd~
I a..
" 0:>-
I 1 ~~
I ~~
I I -
I TAFT SPEEDWAY two:
I wa..
I 0:::<
I >--
I UlZ
I ~ ulO
:::>1=
1:1 1:1 / ou
; :::>w
co~
1EMPORARY '!RAfFlC 1 1 :::>w
1 I SIGNALS. THREE I i I 0>-
1 1 I ~~ON] LOCA llONS AS SHOWN.. I I : I I ?;
~
~ I
I ....... ~ ~ ~
: t (SD~ M") I I
I >-1 ....1 ~ ~
....... I I
(3r" .") I l:J1 l:J1
I ~ I ~I ~I z >
-~~ I STAGE 3
I I !"il !"il K I
I CONSTRUCTION a a ~
- I ZONE ffil ffil
I I 51 ..... 51 ..... I I I
['='I ~ I Ie I g g
:-~ll II ~&r... J I
""'10 L ....., !U
7"U' I /~~-~\ I I ,......,
'T" 'T"
....... DUBUQUE ....... I III
LAURA KNOlLWOOD 5TIlEET (10"11 24") I
DRIVE LANE (Franta;e) I 1
1 < ~
FOSTER ROAD FOSTER ROAD I I >-.t5
I I
, , , ~ - r<( 1 e...(i;
~ I 10 "'~ ~--[;] b:i:
""" ~... .'-1 4P: :"llC
COHItRUCI1ON DETM ... ~ lII4-'Q II: (JO-.JI") I Taft Speedway Signage Detail
(30-. %4") PISS ~~
...... ~ .....1O. W I ....,
(30" ,,24") ::::!: ~m
...., W20-2 <. ....., I 1 ..-
" (......, (31".38") Z (31".3&j ~
0 I I
z >-.6:
1-="\ I~I 1 lil.~
e...C!'
0 W4-10 L /.....,.. -1 bifi
(JO" " .., "" (.30".24") ", I
I ~ -,
~ < ..... """"0 Ale #
""'"
TAFT SPEEDWAY ....... PS 244
. \ (""'. a")
SEE TAFT SPEEDWAY...---- , I I / Sheet
SIGNAGE DETAIL J.05
- -----
-- -- -- --~--
/ ..J
FOSTER RO / ~
S1A 104+77.23 /
19.5 IT Cl
ELV 660,91 "" Z
t) = 0
2 C)
/ ~ G
0 .. Sf A 17+96.16 / ,.. <--::_0 '-
:c-.:. 'TlJ5
68,16 LT O. ):,. --j ..c_
,~ - 40' El..V -659.23 ~~~~. i-:::ffi
O- N
S"" .>:"
",-{S --i() iTt
:<i-~:\ -0 --,
STA 17+51.43 ~ ----""J ',--1
34.50 LT '\ Q~.- .>:" !
av ...657.64 ",,/-- ..
-'
~ <- -
STA 18+00." (DUBUQUE S1) )> UJ
STA '03+42.3' (,OSTER RD.) t
ELV =6eO.52 ~W
S1.. 18+96.74- Ifg
gl 46.5 LT 0-
ri ELV :<::663.6-1- 00....
------- I!:'z
-----00 ~r-::- ~~
u.~
-0
-. -' -~r ....00
~ - ----- -I Wo-
...: --'--.I.,. ST" 20+72.02 li!::>
....-
~~ 34.5' L T (flz
UV "665.98 wO
::J-
------------Mj---_ at
- 0--- .... ::JW
ri --- roC/)
::JOO
-- OW
\ S1.... 17+23.58 - --- J ~
34.50 RT ~
\ ELV -656.47 '" ~ --
\ 1Il '"
z Ii! --- 0
g ; Sf A 18+71.95 . ~ ~
"
34.50 RT ~
El V -662.89 ! , J
I ,OSTER RD
S1A 102+65.28
\ 132.45 RT - -
NOTE: El.V""S64.18 --- x I i
\ STA 17+78.94- ~2.0~
\ STATION ANO OfFSET DATA ARE FROM 1HE DUBUQUE 85.78 RT MATCH EXISllNG
S11lEET MAIN ALIGNMENT, UNLESS OTHER\\1SE NOTED. El.V =658.2' ELEV -868.16 I ! f
-
AlL El.EVATIONS ARE GIVEN AS ,OIlM GRADE, rosTER RD g g
UNLESS OTHER\\1SE NOTED. STA 102+4{),95 DU8UQU~ Si
19.50 RT lJl ~ lJl
\ El.V -tl5S.D2 (F~e) ~ " ~
I J J I
\ 0
0 ....
~~ + ....
N
~ 0 z
l> .... .... :....0
." fOSTER RD ~- E--.(1j
'0 SlA 10H9f>.67 t;~
.?' R.O.w, _
\ ELV -657.74 fOSTER RD ~c
~ I STA 101+85.56
\ 38.83' RT I;t:CJ
I ELV -658.46 ~~
\ a: ....ffi
. "- ~ fOSTER RD
CW
'\ t01+61.94 :....~
19.03 RT
\ rn ELV -656.86 E--.CJ
\ tr 1 ~. t;ffi
\ o.
~'
~j 4~ File #
\ ""
, 1J" PS 244
I /
Sheet
L.01
--.--- - -- ----
'-.-/ / // 't- "'F' --
/ ,,// /. ~h - _ I STA 17+01.54. 22.16 LT. ADJUST EXISTING SANITARY MANHotE- - - - - - /---
/ /. iif'l'h "-.. EXISTING RIM ELEV-=65&65- -f'R{)peSED-RIM-~lL=65..5.~ /' - =RI>lOQA'lE: "'.( 8l
- ~ ~ :--.. /. '/ /. iif'l'h STA 15+27.87. 49.8+ LT. l - ReMOVE:.A1.i.o REPLACE EXISTING 48" COf'ij; "<'<'liON. BARREL ~ ,/ H-'fDRAIIT~ ::! ""
\ ~ _ _ , ~ '//''/ ,,~'le.... EXI ADJUST EXISTING s.ym Y MANHOl:E - - - - - - -SECTION. FRAMEA.llO"J:IOfllcer~nO CtlMptE-'fE-ADJUS~N.L'/ ASSE]J1 // ~ u:: 5
- r <",.: ,-"P:..-',/ , /' '( / STING R.o.1V, EXISTING RIM ELEV - 7.52 EXISTING.!. 0 ~ - - -:J _ _ " / ' ~,
""" 10' SID "T- r- _ conpOSED RIM E -649.7~ _ - SILT FENCE I~(( I':; IONS - "~_ INSTALL 6Q, ~N5 &'~ <-~,j!I' /. 0.. a;
"""--" Ternll Moll "'~ 'ti.'/ :;(~ 16"W ___--.REMOVE ANU "t.t"l;A\;t. EXISTING 48" CONE DITCH CHECK /CLASS E REVE'lMENT " --<:~~ ,/}";;; 7,;, Cl ~
? P,'1,.k // / /" '/. ~ -lD SEC'l1ON.<lI\RRE~EbllON.-F:RAMLAND LID _ _ _ ,STONE _ _ _ ~ ~ ~ ~ _ REVE'lMENT ---,/ I I.I/); ~ ~
," - eo' / h ~ NECESSARY TO OOMELETE ADJUS'lMENT. - - ,/~ ~ -l6'V1 -::- T -"'T' - 1'1 _ 'ST~ONE - pp / ~~ff<1/tv' z S-
o'" " '/ / ~ ~ ATTEMPT TO CEr-yTER ~N SIDEWALK. ( / \- -r- ..-r= - - I - ~ - - A ~',:/(Il/;;f/I!; :5 ::>
~. d' /' ~ \ ..L - -L- - ::t{,'//';"";;';"/;" 0.. .g
Cl
REPLACE HMA ",~"? ,j.'l"" /. / REVE'lMENT STONE ~ PE DITCH ____ L- - . ~ ~ - __~-: =-. _"'--/ '~AI
Q rf I (. co. ~ ' ;=- - -- - --- -;:::: '" ~ '"
,/pp 'O<V<<;.>'!>0/~/6:~~iE~-\~---=---=--~fu-"'''<t-'- h .w="..<f,~ --- >='~ ~~~c'~",,~y~. '-.,,' I
/' ,(y"_--_-=---=--_= --_ A:l2 -_-c-CON~--___c~ _-:.;:;~~~ -~------ ~""""=~;:;;::::::.~,~_<l - ~ /
/" --VL - - - - - ,~- rA-n'l ~ - --r-""",_ - -- --- -- - -- --=~18NY ;/
,~'" HH-' '" /' :-'c,.-- - =_ = - / .\ ~ J- U:V'I. -, (ED :-;,' _ - :::--;:.:::;;..-:.~- --- __ P-S- - ~- - --+- ~ -:Y ';-;, ti
.......... I lS:R~) \' -~' _ ~;::::;--:...--- . \$" ~ JE 't W
_ ~ _pp r- _ .L\ ~./~ V \ / ),,~'. -i'MH-2'\ :~;..;.~=:::-=-:..-:..-:..---- L __fa B~ ~ - - ,\. 0 _~~4G~ ~ a
_ _ -~ __ E -=~= - ~ 7_";f'"G___ ",'\ I \ 1.\ ,v r I ~/... I a:g:
- -~""-----.,.-=1-::'::: .::-J'-- =- :.w: .,~ _ - -, ~ / /' I , ",~~J .~.;.. ~ ... I \ a:
- ~'>-,,"+=i'fJ'j~-~-rCA{G _::-- ~- - =-- ~ -/ ,/ / ___- "s"' ..... QU TYI~ObE\B~M.R<.d~TO ""l1.~-1\J.;~8 y ,..( ,-r'l I!:!!z
_ '\ ,c'T= -- 0 _ '-----L- - UR'''CE ':<- ~ ," 'l.. (j) W
- ---" / E ~~......... ---- _/~~~&7 ....--tXIS1\t\GPCCS ~\'- ~ \' ' I "1 C2~
_ ,/ ~~'ACE F-~-=~:: h- --=1-- -D1:I6\:J~STREEi' - J,,,,j\hbOun-~ + ~ =-= '. \ . ""\ ~~\ ~ .....''% .....\f:~11>.f-i'~ $"R~~ I, ..... ~ ... 'I \"..... \' r::; ~ ~
:f..:.:-.ll'['~~_...... <-." "- ~.\ - -" .... \. '\ ~ \ '" -~ '}I, -'-. "\' \... .,-~\ ,\ "-..\- "tJ!~
~\-~ E"~ =12w=L LP ft -_-~ ~---- .... CHE ...t - -" ~... I '~ \, 1'\ . 1---
~ -.. I - lP =l'=:: -~~'-==--_~ ,\, _1::_ 1E ~ - " - _ - :f>-=-:2-- \. -....... Sll \ (j) Z
~~ISTINp ~::::... ---~--- ...... (ED - '2- E€T=-t'cr.thbOUnd ,'", .-: ~==~ itfY n~~~~'~-"~ - ~~,-\ .~r~~ ST ~~: ~~
=~ ;&'A"" N'< "='- - ~...... DUBUQu~ _ - - r~'/ \~o ' ~ \ p ~ _'- -"."'" ::J W
'::::-:::::'=",,-- "fo ' \_"-_ _-_____ '-="' - - -.... ~"'B~~~, I r\ ~ ~fQ
~-=rG=' = --,I _ ,--- _ _ __ __ ~~~~~~~""rl'~'--- ~~\ \ /' \:~~\; ~\\\\ ~E \ f ~ Cll!:!
?-~~ ~~~_ _ _ --= -~ _ ~ w.,~~ - STA 15+73.31. 35.16 LT. ~" X \ \ \\ ~ 1\ I _ V.i~ ?;
~~~::-' ~ ~~ -:-=.=-__ ~----=-'=- "~- __ ~ ~-- ~;/ ADJUST EXISTING SANITARY MANHOLE ~~~ \ "~\~ \ \ \\\;Y.' \ \ \ \ 'g I \- ~~1'AF: I
~ -~~-=:::.-=:-=:: ---=- -:.~ ~_--. - = __ ~-_ ==~-=-____~~ 3'...... EXISTING RIM ELEV =650.41 .~\ S~~.LL 6Q TO \\ CO~'I'~<\ \ I ~.' \ \T~;;
- - - _ _ - - - ~- -- ----:: - -- _ _ _ --==-- PROPOSED RIM ELEV =651.07 E \ \..: \ TO =' \ I' \ ~ c
~ - -:::-- ~-- REMOVE AND REPLACE EXISTING 48" CONE ENT S,\O ~\\t~l~ II \ 110 \ ~ I, , .' J ~
. SECTION. BARREL SECTION. FRAME AND UD \ \_ \ \\-":f"~ ~\ ~ ~ \ '211 :::- 1 .;
NECESSARY TO COMPLETE ADJUS'lMENT. \ " ",'C \ \ \ ~1 /~ ~ dI dI
________ ~ ~ ATTEMPT TO CENTER MH COMPLETELY BEHIND _ \--;-....- \\0\\\ n~ <\ \1 \ \ ~ IE~' :: > J
-- CURB. I \ \ ,\\ \\\ IJ \ \\ \ \ ,.l\Wi' , I
~ _ .. ,\ \ \ 1\.\ W (/)/- <i
--- - - _ RIDGEROAo -- _ / \'\\ '\. \\\i\:,\\\\~\I,\: ~/ J ~ l~ x. ~
UTILITY POLE TO BE III
REMOVED BY OTliER_~ 8 8
m::> ,J ~
>0 ' g ~ Iil
__ - a:: C) a:
660 to- ~-:;; :;;So IT' I
-' 1'0 .~
--1(-"-:1 .l:"' -a
(E) -<'~~"
655 ' iT. :555 !...!..~
l!!:!J 'c.- :>:-JQ
_ :( ,,", .r- .... en
~ ~ .. b~
650 ,iijO :"l: Q
I ~~
iii 645 II.OClln CP!L Mt.OO 645 ffi
~ ~W
>-.~
. 640 640 e-.. c:J
bffi
635 635 File #
I PS 244
630 630 Shee'
9+00 +26 +10 +711 10+00 'tU +ee +11 11+00 +u +iW +70 12+00 +25 +llO +70 13+00 +2& +eo +70 14+00 +ZlI +eo +711 15+00 +211 +5CI +70 16+00 +Zfl +eo +11 17+00 +%6 M.01
ll.J
~ ~ID
'\' 0 LL._
' ',._~ 00
-1- J" '\' ~"a"r~\~I~:\ I." \ \',\ " \ ~ i
/ " / ';/. / // / ~ ( 11:~1,(~1 \)~ 7\-~" ~~~t\\\ ,.~:\, ISI; T1 FtlNCE ~ ~ c:
0/ /', / 1//1 _ 1'1, 'e'- '" ~ \'1' \ ' \ , \ .
'" /" '" --- , ,- , ~ '-\ , ,,\ \ \ , \ ~ ~
Cl..
' Y 0 / // '.. '. ''-'''', ""' " \ \
~ .. <>Wi ~'" "3'):\'" /P / . 1\, , \ "&! """ \ """"!
CLASS ERA.'\. ~,/,/,/ ,/'/:;::0 ,/ /' ~ ,,;r.~\~--i- 'j _ ,-, '- """'~""" \ \ \ I
., "'''' / ' / I II/I.. " C--/ ~.\ "I - I I ' ~ ~~-";;'___'0' \ \ /
~ ~~ , /, 1/ .y/II/ "..:; / -,- " - .~ ~ '" \, '" OC~ \ \
~-""''''-~''G 'y/~//,/, /',/,/,/ 2>~~;:::AK~~bi,..W- iiI //-~~1-f--7 ~~-~~~~~~~~ "'" >- \ \ \. /'_ ti
~ "-::"~"-/ j/ II .ICC- Ie. 0"g;'-9!'-;:'~R~-1 I_//~ - I I, / ".u ""'~\ ..$',. _ I ~a
/ II // / I f?' - ~_J, CBD "',,,, o.
"":~3 I 2'j' C~~~ J', ~t-/;~ I"ds:.~ ~"""_ ;"~"\4'~~0 i~
[3::;
LL~
'Z- - \ ~:O~/- -r~ /' ~ _/-~ ::'--;'ad "'~ - / / -J._ t I ~ . ~ " , ~-ti,,,{t~.~ ~ C~
'" · "' A-" J ~,';'~.' y -,",,' ''"', I I /1--;;-'<11/1 ~~""l'~"~", ~~~c "~~~~~~~~ 0 ~ ~~
· - - .rr",," -,.,.!'<" - f"''. -.ii, " v . -- '" ,\ /. ,11, I ,,,,I" '';~~ _ - , ,,\. .~ ~'\:<! ~ ~ 0 ~ Ttii ;:
- -. fl "-'" -I " --'" . -<" "-"" '~''" ."" >lK '" ~""'.. "..,... , 0
- '" ~ ---f 1(I-17~"7 I'('?F-~~"'f:\-"" ~""-"'-I l/' ~/' II~ :~'~~\\,\\\\ ;,~~ ~~. -.1' ,ft" ()< N =--=BG
- O~'f/I n,/ -L [;S >>-~'./ / I-6 I -<i'~ 1- I ~ ~-I.?"..,.\ ~ "'~" ,}"~_ I'~~' -,r-' .c- -~D w
.. 0 " .. . 'r, , _. , " ",,,, , "' . ~ . " . .
",.., '---~ _.ce' ", c- / ",:~ < :' ' t ~l', ,~l ~ , ..,,, ~ ~Il'\ "" ~~" .<~; "'8ffi
,~jjJ.,./:/_-:!.-_~~.~~~,~;M~~~~~1 ~\':i ~i: ~ ,~ ~~"" I \Il~~~~ \~\.~.; \", rA~~." ~~ :- i' ~
.. 'Yr , ..~ .c.) " "AA/" "" "'.1,c, ' ""~""I '''-..--....:: ~_~ ,,; ~~ <-.
- -/~r;;"~ - \. -"" --"'=...""" II ih \ 'NT" 1<, 'y." ",. ""~ '" ~ ,'C. . ,. ".. ~" " :;;,
I I .. .. I'll ~- " " . '" G,,,, '<",~... "
' , .. I 11--" d? ~ 'i -.."'" " .\ I" " ~ Ig/" "~'J.\.','::--=-.::- / I.. ~A ~~W ! i I
~. 55 TONS ------j.~~ - -~~;;//~~ ",~~q", .' ~P,~II~ ~t , r,ii~~-,~1i.: ,--:;;rw, ~ ~\ ,,~~ III
d' """ =--=-<, tz.... , , _ 0 10 I. , / ~,~. A", "!il ~',., , .
'{f ~,~, ""0 ".:c~ ~J .. " I f~ 1:-~ ! 1)1 ~~~~ 1/ / ~I t^l~ \\\\~I(I!, ~" ~~~ I i
STONE )'t'--...... '''''tgl\~1 r //:il :II 1,0 I I \,~'W {~~\\I:;\\\I\ \ .::::-, _ ~
I " I ~l ':! ..r, I '~ ~ \ \ \~ ~ x .
1 ~ !!l 11' jj,.... ?!l /, I (~I ,II \ ~ ,1\,,111, \ , " I Ll!
r-" ~ 1-'1 : ( , ilJ" '"'J .ro is
',11 !i1"~ .~""-
~-, ,'" ~ . '. I II
_.J, "'- ." Iii I
_F =,~._' " ,
/ - .00 "i'5
- r ~0
- ~ b-
.ro ~~" I........ !S
/ - - ." "
\ ~ "co
Cz
- - ~ffi
--r ---=- _ "-
- ow
- Z
- "ffi
-~- - ~z
- bw
655 F'I #
I - _ '"
PS 244
- .-
- .. 00
M,
I 645
...
105+00 +26
.sc +n1
.~ ~ ,. "H" ~
- " ,,~OO ~
102+00 +15 +80
lID +71
635 150 +78 101+00 +8 .;-
100+00,,8 ...
L--J U U u ~0
o 'O~ / ~-, o:~
. / ~ - g O~
1- _ 80' 0 c....n a: ::>
/ PARKV1(W CHURCH D 1 LP ;~ 0 ~ ~ ~
/ __ \, - I / /'> --I :.c;. -eZ' 10
/ / _ - J ._ '" ,_ -< "...... .__tI:
, c,~ 0 .- ~ /~......... ./ / / (). N \~-Q)
!G.~ / " \ ~........... -...... / / I --\ c .;:- 'Z-<;;
~ ..... /, / / / ..... ..... I ..... - ...... ~ _ -' / pee :< I~ is p
" '~L - - ',/ - - ,/ / DRIVE _ rr I :!' i~ -'I-
",:" - - - _ / SILT FENCE INSTALL EROSION CONTROL t.0T ,/ / / b:D - '.=";
...... ~ ~ - - ~ -.......... --L -:t= r-- "-'" ..G / / - , ./ /' r.ll
" "- ~ - - ~ ~ .......... __ _ ~ --=- _ _ =- ----- ~ ,.... 'TRACE~WlR~ vAt~ BOXE~-t"RO~ ~ - ~ .:::. \ ~ ., '"
~ FH"::'-'C' ..... -; --- ------ "so \,~.......... \ 'i1;/ c~ y - 1
......... ~ ~""I '- __ - ..... -......., -.,..... \, J / C Ir- - - ~ '\11 UJ .;
p>"", - ~. .... \ p j..... ) / / / \ \ '\ \\ L
@'" -..... .=~_ ~_ ,c.... , ;;J / / / - - \ )/ - - - - -
~ _ ____...-.---~_~.g ~ ___ ~~ ~ __~ ~._I_ ~ !.-. ---- --pp 1::7
"--z=:;r~--:~ ~~ '"" -:---=~ -=.---.:;z ~-~r;.::-':;;;:-=: =- '::t;..=- ...~--- ~ ~: rxIslffiG....R o...w U
~~:::=~~~ -% _-s.-~~_~~~---~~_~-:--_____-=-::::: ;r__ ~~=~~-~~r:;!.;;L~ ~ __ ~~ . . = ::,ur OW
:;:-~~ _ ~ ~=-- ~~ ~=--~-=-=:.e:-~_~_- ~_~ -=_ ~-:;i_~, ____ ____ <t:
;;:;-__~~..:-- ~-=- ~ _-~-r =--~ ~ -= -~-~."..- --~~ - ,- ~ ~- o-x 8" TEE 00: (3
- -~~ _. - - ----=.- - -- ___ ::.:s::: -- - ~ -".: - - -g- g:
. ~~ ~ = ~ = = ~ ~ _ ~-' _ ~ .'" -,_ It ~,-- ,,_ 1.(I-21}.. "l2" GATE VALVE a: I-
- 0 , - ~ -, ~,-A ..... "-, \ ~_~ _\>___10 -, -+ " 8" GATE VALVE ~ 00
~ \ EXISTING pce SU~FACE :-::.:~, \ \ /"" / ..... / '" ,\/(~ =8 12 X 8 [g::;
~ 0 /1 ~oo\ .-- _ \ e 106t~ \ "\_ 107tOO ':; . _ .......10etOO _.) ,(,~ lO9tOO --' ~ '(.... "0;+-00" \<'~\ 111+ooT +" REDUCER ~ \;!;!
~~~OP:;/IO / "," /BORE 65 LF OF 12" DIP /-1"OSTERROAD ", ,/ EXisTI.iQ..~ee SURFACE ~', - ';" ,.",- '" ~~~. tL;~
'I F:;;J4'~ - ......... -'. ./' ...... (/" !;) N:> W a.
__ /; '~".. 4 ~ __ c~' -'-:-"G ' ....._ ~ ~ /"", _ 0: ::;
1__ --f /~ ~~~ -~ -=- _ _ - ~ -.- 4 .z= =0.- ~~:"'-L,.F I ~ ~-
. ,,~~-r' .,z: == "'" ~ '" (I r""'-;;.7?-~ ~ :'...~~~~- ---'"- ;:--",,_~ ~-~~"":"~-::.~-.o,,; --c=_~ '" ,"':20 'w- (j) Z
~~..:: -_- _ ~~ '). I (1...-:(~~ ~- - - =----- -- :3TW--::":: wO
,,- ~~o-~,...., ,,',,(( "" -- "-~,, " ,," __. _~~;& \'\\\11'-W' 1\i'9N~'- ,-x: =>F
^ _ ~ '1I'I.lIP. - - -- -- - _-~-: - - _..v 'W ...:." ~,c ~,.er I 00
-<-- - - . ,-,- i\..- ,''''', ,1Jj, _,,- D _ - - - -'" - - 'V / 1- => UJ
REMOVE 12 X 6~ ~-;~W-O-~- - - "11.fH;jll~ - -T" I ) I Y _ _ _I \ ,. ReF ~ P-2 ~ I gJ ~
REDUCER AND '; z ,,~/ '../.'" 48 r..... I SAN"H _1-- -/--t---- SAN""\,\:,- '" ~ p~ I ol!!
REPLACE WITH ~~' " ' ~ ~~~- \ t'~~~iQ:t,- - - -Slt1fENeL -I- - -B-- -II 1- - I PLACE 60 /~-b \<~~\ \, ~'~, .-7, i 11 \ J ;i!:
12" TAPPING l ~~" '" -~~...... ~'\,. - EXISl1NG RO.T. ~ 'I TONS OF -:S-~1< \ ,,'" ~v \- ~
SLEEVE )lo~, -./ .-- : I, II ~ ~~~5 ~ CLASS E '~
;I'if:.,,~~~\ _ "'r- - _/'...... J1l111/ ~\ :\ ~~~'., '--siLT fENCE / FIRE HYDRANT WITH ~ ABANDON 6" W~TER MAIN REVETMENT ~q", \ :\ \ ~(~ s " ~
, "~~~- ~ _~._ ~ /' ~..JI I \ \~ ~~~~QlTCH. CHECK (3) 12" GATE VALVES 3 I STONE . \ 6" G~ VAL (I I ~ ~ to
~ :'t~~ ~~---.""'~=_ --II\\~~ ~~'~ 6" GATE VALVE I I \e"TA INGSU \ II
. ,~~, 'i~ -~_~ !.. I \; ~ ,,"-.: ~ 6" TAPPING SLEEVE I ,in \ 'I '" ,. I
~ I I
I
675 675 I Ii ~
Sl 1\ Sl
~ STING CEN RUNE a: i:D a::
670 ~I; Fi m:' ROAD 670 I I
~ / J
'"
665 ,I... 665 ::>-. ~
- ~W
b~
660 660 ::"': 0
li:i:~
~~
. 655 655 lO;., ffi
oW
::>-.~
~ ~~~
bw
645 I 645 File #
PS 244
640 640 Sheet
104+00 +11 +flD +'11 105+00 +21 +00 1-7& 106+00 +25 .aD +7'5 107+00 +16 +tlO +15 108+00,,25 +10 +1& 109+00 +26 +ao ...7& 110+00 +:ui ...eo +7! 111+00 +25 +10 +711 M.04
-------
SIGNAL PHASING t / r /1 ,/ /1 / / / /- ;> SIGNAL INDICA TIONS
I J' / I", /. ;:1 / ' // /
.- _ <l-t / (New Sidewalk / i fj / j//,/ ~R LED ~ ~R LED z
/ C' f / 7 ~ ~ V LED :'5
6 7 a / ( '<: " / I .:rr:J.H:f-;.~ @ ~ 0 lL
J'- +"" - - -( _ > / } / /X I / / ~ tp LED @ LED <;!
- - I // F k)../'l ~ P21. P41 Z
I ~'J _ dj 11/ / 1\'" ,j, / ~ / I i0<. f!!i. ~ ~ [j:;., 1/. 51 P6l, pal ALL OTHERS ~
~ \ )'f' /1/ A' :1/ I i ~ .~~ (f)
~- I ~ '-r' / iii Ii I ~'" /~/ I! 1/ I /(<i '-<>-, ~ ~
I - l , f!' I 4\ >7t;;)/~- 'OJ >-;-<,.N <(
I ~ A,.... 2 'tJ/ If I I v-rri~ - ~.}., go
.
, I //~J/~ if '," ,-"(,{,l<l,:jJY lJ:::1_1- - ,- \ I ~ See Sheet N.02 ~
.<POLE 1 (j _J 1 Cl:J"~ -I- -/::!-\ ' \~I{H3 '(Y far Advance
\ ,,(' () 1.- """ V) I \ ,\ I DetectIon Plan "
l.. J Ji" c.,.:!i ,Y/' 'I I 0 ,-' Future Walk c.:s::.5 t;
I ~l::'1 _L/lt[j I .i:PBB //'~.c "'R" - fl' *'~...,~ 4" RSC (Tre\ ~ \ J/ (By Others) ~~ ;:~ r: __ ~a
!- E L ""~.~ 'Or<-. (.-:<1 ""' ,,- -.v_ ..# - "----":i t~ \ - I" '" -":7:;;: J a: it
. F 0 t ~~~ t Y.J l~a'i1D- V,/.,/' ,/ . --J /7 ------ '" C) N '{' = ffi f-
, r:: (..:'..J ~ Z""11'> 'fP / - y,/ '-.... ~ -j(; -I'" _ f- it
. ..:; ~" -'i-j ---~-, i / \ P 1'1 · -- ~ c-< 1:- -u " 11 8 :2
_ ....-::./ _ ~ In 1--"lLW
-----E-------- _-8;~:':-r S'AN '1'~J/, IIY- --Q_ ~ (43 \ 4'-.. 0HH5_____. ~-') ~ Ut;~
"-A-h-I -+.ld- ~~ 1'................ -~ I ,'.. L / c- \ / f-. -j'" I --- <~<S'.- . ,"-
-- ,- -:Si'\I~ iVII ,(,'\~=-.-I---"""-......p--..J ...rr-=- . i i ~ 3 / J - - -\...., _ __:::-- f 'I --1-iJ -------,~ >: -,.- i'i;:2
.,. .: ......,...... '-l I I / / - - f _ /-::0:--1-="" ____ I -- __ _______.. f~ tii -
, ! < / _-;- lf~---..;::. _ ~-_ z
DUBUQUE STREET / i ~ :::\::: ~ / I.. t I - -I f - -p r- -~"~:I~- -- __ --~.__._--- ~ ~
1 7 tOO It:::;::: ~ Sign R3-5 I /1 n/{@/[]/I[:.r f,llt- ~ - -- _ ~~ -- __ ~ \\~ ~ ~
I ...... .....: 'i (Typ.) 7\ / / / ';./" -- -- ~""'" -- --- \\ 0 ~
" "..... ~ rI f I -- - _ _---~_-- ~ \ ~ z
~.. - +--,.:,=-,~~ Il I I, I~ 0 ~ ., ~'., ·
-=-=- ......+ -==b-i~ _/~~t~~-L,'"h. ,,18~00 I / / t:/J/ Jri~/~~~~ ~!
I l ~ /,/ Y Y It " Si~gn 1 =1i3- _ ' . ,l.... I' I ~ \\ " ~ ~
, ......,~ r , -- _ I - I. .
I I to-. ...... ," .1 If/I I (Typ.) "-1.....- .. j~~ _I./;:' r Videa Detection ( \ ~ ~ ~
I I Vi: -::. .........,. ~ I;a i I I "F:/---I=~ ""--=,,'. (1'_ . /..1 CTyp) ,.J
I r:;.; .~' I i I "'= ;;""I--...:'..J 19 ~
I , i /' I "'"t-I '''''-~r-I..:.. -"'''''''-':::::::'' +00 ~
I ......1'-', I ! 'L I-"'-.~_ "~~_.,, "
, ---..;-_ -- - I'
x l!.:' x
~ ..
l\ ' g
/,;.v '--f-. , II :! _ . _ .8 u -
I ....1 I --~ ; ~ ---=:---":':--::--,. 3;! Cl C
.." -'- ~ ~ --1 i I I ,........ S~ et Name j~ II rN ---'''''''=--~~~ a' i.l ~
f~ L --~~'[ ,=---t---f"I,._ " SIgn /J-r; I ~~ ~ ~ ~
I- v - - - - _ _ _ . /" _l.:_' I -t- ril"" -,,-=::" I ______ '-- _ , __ __ ..
'~CNew Efack of Curb HHB/ "''''''~ I ! ~I "~ g I ~-----1-- L ----/~---4' I 1 . ~
/ ...... ~-"! ,!,BV'j, I- 1/ I r----- .3 ~ ~
I ,/ t:: ::: t 'i ,.J. _ 1\, >- > + + / /-- __ jj ----M:- Vid~cI, Detection -l:Jnit"-Mo.!'.~~ I
I"-. .' / 0...... ~_- _4 ~~.J6~"'l.~ IV) / ..I_t.)I-~-r. IT _1'1,lminoire Arm (Typ.) .-.-......--....1 -~==------ ;:.... ~
- - - 1- - - - C4J--__=I;" :'18-3 - - I I -l:!::1 --_ E- ,^
---- ]". -- _ II I I.-.......w
TRAFFIC SIGNAL LEGEND .. .. PO ;B~l!) ~{.~1'-== ::.:::-::...::::==-=-+~_ P _ 1 _ . )), ~ t. - _ _ _' .-.-..--...--., ''',_.._ ''', u ;;
-K) TRAFFIC SKiNAJ. HE:AIJ W,/O BACKPlATE I-~ r- .. I;' .);-_ --...__ " \' 7"// .. - =JQt: :::::: ",::,Y_ /- _ ~
-K) TRAFFIC SKiNAJ. HE:AIJ W/ BACKPlATE ~I I PB4.J \ _ :L-L -C :.:.. -'-V=-_~h POLE 2 - - :::::: :::::: - _ ! ~r - _ ~ <:::> ~
-.0 OPT1CA/.lY l""'TEO HE:AIJ ,~' .r, \ \x ~'~~~"_( -..."'" - ..,/J_ JV, L - - :::::: - _ 'I - - ~ .....-
. -KJ PEOES/R/ANHE:AIJ C"c.--U!"ff~~ HH1l'---- (\ I\~",J-~ -,T. ---1- '<Y-- -...t'C?l._ --::::::::::::-_ I J, L:'::::~ffi
--0 MAST ARU AND BASE "-' - - .:.. \ -----.:: ! , \ ~ h' - V I ::::::--. - - - _ _ "6f - - _ - - :: :t _ 0 UJ
PfJXSTAL - t- _ :---- 'J ,'l" - - - - - :?:;
e CONTROllER I - - -~ .. ~ l~l/v OI'LSSIOA,~ I he..by ce'lily thot Ihl. Englneedng document wo. p,epo,ed by ;:.... C)
o CONCHt:TE HANOHOlE \ Power - - __ , \ / .A q~ .. - .... ....:< me or under my direct personal supervision and that I om CI duly Eo-. Z
61 PlASTIC HANOHOlE Supply-:-;::'- -. - ..-. \...., Y _,' ~ '^ 7!.Licensed,/Jn in.eer under t..h~e lows of the Stote at lowo. CJ W
r, \ ,,> - -"'(iI~ ~ - 0' ~'t.'
L J VEHICLE DETECTOR lOOP :: /' ./ '"" 1" i ~ '\ '/~ HH4 0' ,1;) /)
. PEOESTR1AN PUSH BUTTON \ ./ ./ r'r} (/.! I"" _ '-!:'Hq _ 2" RSC (Trench) $' JEFFREY C. ,z u C. File #,
& SERII1CEOR/CIN \ ~') _\ ','_' rh lRAF 'l---.~, <:::'A . ~I MORROW ,f;l J~eXff~eYIf.""o"olllowo Reg ~.1'259
---<:--TRAFFlCSICNAlCONOUITW/SIZE \ 1 .---1.7\ rvlL.l~...,t\: '"', \ ~._"""-.~__.'-#~\'~...J\ 14259 ,:0 M Lice~:e,.en"oldoteis/Oecember31,2005 PS244
- - - -Q,- - - - OVERHEAD COMMUNICATION liNE .-/ \ )t !" \ ! ~ \ /- . -~ ~., \
@ END OF CONDUIT \ /\ . ~. I '--' :2" /' ~, I Poges covered by lhis seal: N.01 - N.09 Sheet
__ S/CN ,/ f ;".~(1X s__Y -- 0.... ,"0
--0:;: COUBlNAlION STREETUCHT .:v"'" ~ ,~o\._, i I J U ,-\r"i -/00 N.01
-.- ---
fl' , " ' /. "'/
I I '1' ~ \ r I' ___;:'/ - ,/ / / 6x6 Loop Detectors
. } I . \ -,/ /,
}. , I !"'J,' .__ - -- /' / / 349 from Stop Bar z
(tJ I I I '-...'">,. ",.,......-- ...' ~
"~-I ;71 ~ i I ~r-- -~-> / ~~, :)
1 8 I __---..-H..-- _ / 0...
I / '" I - , 1---(-- / a:
Q ...J I ,-- 0
~ ! Ig /I~:/ I 6/6 Loop Detectors t5
/ 1/% /it'O .11 ,254' from Stop Bar ~
'I. I 0:::: II / ~
U1 II /"[ / w
I I 0:::: / U
I Lul II / z
~ I I I lti;. II / ;;
Z /1 l'i2\.f., // ~:il
I ,~ I / ~
1 ~ ll' " I.
o 60 "' 'rlE -I.' f-
I I "'-'I OlLJ
<{ ...,
( 00
. 1+ \ ~g:
I wf-
\ - - f-Z
'"I' C) U)W
i'i ~ :::J(-' 0:;;
1 \ J~ ~W>
-....1 _
I - 'T' f-O
~ _~~ w~
I g r)_.J W 0...
\ '~7. r a::;;
) ~ f--
\ ;':- N U) Z
<t< .Y or' ll! 6
\ :J f=
. Ou
V ' :Jw
I CD(/)
/ /" I 6ffi
" ' I f-
/ / i I ~ ;:::
/ I ! "-, ~
/ 1 ""-.
/ I \ y ~
/ ! I 5 15
/ I\.. ~~8
. I ---l <~~
/ ' i ~ ~
/ / ~< ","l -:0:
/ I > c.
/ / ' NOTE: Do not install advance loop
/ -- - detection system (loops, conduits, ~
..,/ ~ hand holes, wires, etc.) unless attempts to ~
/ ," p~ovide ~dvon,:,e detection with the stop line : ~ x
/ Video units fods. ~ 3! :f
" Q Q
/ ~ 6 6
/ If advance detection con be achieved using
/ / the video units, then the advance loop ~ B, ~
/ / / detection system will be deleted from the ~ . t
/ / ' / contract, and 0 credit will be issued by the /?; ~ 1
/ ,,*' I . 'f.. Contractor for the value of the work. ~ 6 "
/ /~' Z
/ '" "'" / '0
/ / J:. y / " e:::-
/ -~', ("" / " +,>, t;~
/ / / -.............. '4, \: -
/ '-- .:.;r:;":::-~::::..:I'.t-.....\ ,," r~~ r:- ;;>00' __ '\ I :": 0
~ --r--,....) ," .", I O::i (!)
/ '-h..' '....... . ! S2Z
. ~~....; ......, ''''t:, " I' a:
/ i$. '...... ......... t'.:t., w
\ ~ , ow
6x6 Loop Detectors \ ...... -..... <.;, ' r ;;.... Z
254' from Stop Bar ~ -..... , 'I' ~ t:. it:: ~
\ ~ ~~ < <:...> w
\ \ \ ----
\ \ ~; /
, '
_ ...._.. L i \ i
--- .~-
I
/ z
:s
2" Rse (Trench) ,;; 4" RSe (Trench) r-.) "--
0 =
= (9
3 - 4c # 1 4 2 - 2c#14 (Loop) en
<0 (-- z
2-11cVideo -=:-=-.-::!. 2': - a:
3 - 1 c #8(Luminoire) .v-i ~ ~
~ (-) -.~ N -
1 - 9c # 14 c-
2" pve (Trench) ---:n ~ !
/ - (l
/~
2 - 2c#14 (Loop) -< , -0
~ ..... fll n
---"l ::;:;:
:::J~. <-~
</" .r;- ~
20 (r,
0 ---
, , )> N
2" pve (Trench) C> f--
0 n
~
2 - 2c#' 4 (Loop) ow
. (f <("'"
00
~ a: a:
CL
f$ ffit-
. 2" pve (Trench) f--z
(/)w
" 1 - 2c#14 (Loop) 0;;;
t1 LLW
~>
f--O
i.i:. wO:
wCL
j 0:;;;
4" RSe (Trench). f---
/ HH6 (/)z
3 - 4c #14 wO
~-
-f--
2 - 11 c Video au
3 - 1 c #8(Luminoire) :::>w
HH7 ro(/)
';,3-fi :::>D:
00 2 - 2c #14 (Loop) o~
1 - 9c # 1 4 L:. -II < ~
15+00 "
I ~
11 J ';,5-1/
_....----1-- ---+--- - - - - --l..--- c6i[ -g 6
-- ----....1-_ --~1~ L:. -I I o "5
Z Z g
DUBUQUE STREET :I. .
I <: c.o
~; ::...
- - -'--- - (j~ ~ ~~ ~
'2;' I > n
'2;' -----.....-__ 19+00 ><
;.:::J c::-.l 2" pve (Trench) J - 00 ~
I \ 2 - 2c# 14 (Loop) -/- - -'---. ~
! - x :5:: x
Ir:~ r: -"1 \ --- ~ . .
2" pve (Trench) ~ 5 ~
I ~:J ~ ~
~~\ o 0
2 - 2c# 14 (Loop) ~ ;] 5
I I HH8 " "
II ~ ~ ~
~ I 4" RSe (Trench) ~ .. ~
~ ~ .
1 - 2c # 14 is ci 6
HH10 2" RSe (Trench) ~ (Pushbutton) 2
3 - 4c #14 Run to Pole 2 >..0
....-
Note; 9c wire for ped heods _C.f)
1 - 1 1 c Video ~ w>
3 - 1 c #8 (Luminoire) ond push buttons. "'t:O
2" pve (Trench) , - 9c # 14 i't:::C)
POLE 2 02
1 - 2c#14 (Loop) - -
a:
c:...,w
. OW
CONTROLLER 2
>..-
Power ....C)
Supply _2
WW
4" RSe (Trench) 4" RSe (Trench) 2" RSe (Trench)
5 - 4c #14 HH4 2-4c#14 File .#.
2" RSe (Trench) I
3 - 11 c Video 2 - 4c # 1 4 1 - 11 c Video PS 244
3 - 1 c #6 (Power) 3 - 1 c #8 (Luminoire) 1 - 11 c vi10 3 - 1 c #8 (Lumina ire)
2 - 2c #14 (Loop) 3 - 1 c #8 (Luminoire) , - 2c # 14 (Pushbutton) Sheet
2 - 9c # 1 4 1 - 9c #'1 , - 9c # 1 4 N.03
CONDUIT CABLE ~
o
l!... b~~ TRENCH ~EDIAN PUSHED ST~UR[ ~..... POWER CONTROL TRACER VIDEO DETECTOR INTERCON :--J ~
::!: <.10 ::l! 00 - g <f
~ TO 2~. ,., ......... REMARKS ~ TO e~ ~ :. Ie '14 2c '14 flBER RE~FKS en -.J
LA.. ...,\;1 "1 'l1 ... l"l .. ('oj O'l <"0""" on "1 n .. to..,.,,~ 2c'14 4elu gel14 ICIIO lIe 0 I.EAO-IN '"T.'''O ~,., ( ::>
j::<-> _ _ O;:.....:! 2. INUCT CABLE....... ....::::.'-:..:::;_CI1
u u -r-;.. ---0" \ lei
, 14 14 ps 1 14 114 95,38 14 57 40 -'..,. :-~
1 2 139 139 1 2 139 435 557 206 139 290 290 \- ~-.~......,:::- <(
2 3 67 67 2 3 67 67 146 ./' . '~f,j
.3 5 28 14 J 5 28 26 68 - U~ -' ~Jf5
5 6 245 245 5 6 245 245 502 , ) ->,,' ~ ()
6 7 95 95 6 7 95 95 101 ~...,. [
,> . <i:
~ 'r; a:
,(2) 41 34 34 2) 141 34 282 40 290 53 34 89 PB61 to Pol. 2 ;; f-
"
I f4I ,1 55 55 41 111 55 183 122 61 55 61 Ii,
(i) 41 27 33 Includes Riser - See Detoil N.OS ~ ~ 27 45 27 Splice to 9c 0 Pole 2 tJ
OUJ
<(3
ita:
. (1) 21 26 25 1) 121 26 249 433 45 26 162 0.
OCf-
~z
84040 840 40 92 U)~
,!!. ~ 225225 8 9 225 225 462 ~~
.2,[!8888 9188 88 94 tJ:j~
UJo.
3) I"l 8 8 3 1"1 8 201 139 26 8 62 g: ~
(f)Z
QJ F1 JO 55 Includes Riser 0" . j:8j 30 213 30 leove 10' pi9tail at weother ~ ~
head for connection for g ~
utility. ~ g?
~UJ
Of-
~ Z
c -
~
0; -g
13 ~
z z ~
:'J. :e N
22 9 - 118 S -~ .,.
239 94 ;:~d
24 1 128
TOTAL 353 477 308 25 1 102 g
62 6 116 ~
If-
NOTES: ~ 6 90 x ~ x
64 7 118 .~ E .;g
1. Controctor to coordinote with utility to 65 7 90 ~ ~ ~
supply power to signol ond lighting system. " J U
~ ~ ~
2. Video Cobling shall be 5-)(, pair (5 Poirs " J
plus chosis ground) per video unit ~ ~ ~
manufacturer's recommendations. c3 .5 <5
Z
3. A pull string sholl be left in eoch conduit ;:.., 0
run ofter 011 wires ore pulled in. Eo-. (f)
- -
u>
4. Street lights sholl be fused in the pole 0
bose. Type HEB-AA Fuseholder (5 Amp). i3:? c:l
Cz
5. Connections in the controller cabinet sholl - ex:
be done by City Traffic Engineering Personnel. ~ UJ
Contractor to coordinate. C ~
;:..,-
Eo-.c:l
_z
uUJ
Filei!
1464 213 85 1636 429 112' 721 856 1795 SUBTOTAL PS 244
146 27 10 164 41 109 79 84 185 10X FOR CUTTING. ETC.
TOTAL 1610 240 95 1 BOO 470 1230 800 940 19BO Sheet
N.04
-.
---
- -
"'" U)
= z
Q =
"" 0
;=:.0 (~ i=
RS Cop ~ -1\ :5
/'- '.-, -~
-~. -.- ::J
(') N ,-m
-~C; :;:- rn~
LOCATION FOOTING LOCATION
cr ~(I~ - --1--1
w crcr ,.. ~ I '<t
en ?);:;.} -./Z
::! Ow
" ~'" .r:- 52
z ~::! ':::--/"-
t;;" -- (f)
Sign R10-4 ~ POLE TYPE MAST ARM DIAMETER DEPTH TOP BOTTOM SIZE PHASE COMMENT- N
"' LENGTH OF OF OZ .Y" u
0
PUSH Mounted to Conduit "- FOOTING MAST u::
BUTTON ARM LL
, <t
FOR 1 Combo Double Mast Arm St. U ht 55' 55' 3' 14' O. - - ~ g:
2 Combo Most Arm St. Li ht 55' 3' 12' 0" - - 22 6')(6' 2 Advance
II 3 Combo Most Arm St. li ht 44' 3' 10' 6" - - 23 6')(6' 2 Advonce ~
24 6')(6' 2 Advance
25 6')(6' 2 Advance ;-
- Controller - 62 6')(6' 6 Advance U
OW
63 6'x6' 6 Advance <e---'
54 6')(6' 6 Advance 00
-+ 0:0:
65 6'x6' 6 Advance "--
. Pushbutton mounted 0:;-
Wz
to conduit SIGNS ;-w
(f):,;
~w
~>
cr P821 PUSHBUTTON 2 POLE .3 ;-0
. ZW P841 PUSHBUTTON 4 POLE .3 wo:
u'" w"--
-::! LECEND OUANTlTY COMMENT PS61 PUSHBUTTON .6 EE DETAIL THIS $HEE 0::';
V> "
Z ;--
PB81 PUSHBUTTON 8 POLE 1 (f)Z
wO
::J-
LEFT TURN QNl Y 4 MAST ARM MOUNT at)
R3-5 ::Jw
Rl0-10 LEFT TURN SIGNAL 2 MAST ARM MOUNT (lJ(f)
::JO:
REMARKS OW
DUBUQUE STREET 2 MAST ARM MOUNT .. ;-
RS Cop 0-3 ai ~
0-3 FOSTER ROAD 2 MAST ARM MOUNT '0
1. Street light fixtures shall be 250 Watt High ~
RIO-4bL PUSHBUTTON SIGN 3 POST MOUNT Pressure Sodium (HPS). Photoelectric eye u ~
.
R10-4bR PUSHBUTTON SIGN I POST MOUNT control conforming to ~ivision 4100 of the 0
z z. "T
lOOT Standard Specifications shall be mounted . ~ 1J
[; .,
Iii an controller cabinet. All lighting on traffic 0; 0
~~ ;~ %
Note: Signs &: Mounting hardware incidental to traffic signal. signal pales is incidental to the Traffic Signal I > D
Pushbutton mounted bid item. "
~J to conduit 2
.
2. Luminaire arm shall be a single curved .
.;:
4" RSC '" LOCATION" REMARKS arm 15' long. The end of the luminaire arm x if:' A
I w .'
Riser "'''' shall provide a 30-ft. luminaire mounting ~ :f ~
w::!
m"
::!z height. ~ 9. D
" c.: 00 ()
zw
~ APPROACH STATION OFFSET
~O 3. Pole. most arm, and luminaire arm finish " L ~
Standard V>:I: ~ ~
00 shall be galvanized. ~
Mounting "-~ ~ - ~
~ ~ ~
Height Finish Ground 1 Oubu ue Street SB 11+11.13 54.31' L 4. Controller Cabinet and controller shall be 2; 0 B
2 Oubu ue Street NB 18+53.25 53.1S' R fiber ready (Far future fiber interconnect under
3 foster Rood E8 17+54.30 61.45' R Z
separate contract). :>..,0
I 17+68.06 65.91' R CONCRETE .....-
2 17+89.98 71.31' L CONCRETE 5. Controller Cabinet shall be sized for future .....C/)
u>
/; 3 18+53.78 72.98' L CONCRETE master signal coordination unit (to be supplied :<<:0
4 18+25.33 74.24' R CONCRETE
24" Dia. 5 18+ 72. 70 54.06' L PlASTIC ond installed under separate contract). ilt:C)
PCC Base 6 21+15.86 36.00' L PlASTIC oz
Bend (Incidental to Pushbutton) 7 22+10.98 36.01' L PLASTIC 6. Electric service disconnect (50 Amp) and ..... -
36" 17+29.29 38.00' R PlASTIC a:
. 8 meter socket shall be mounted an controller "",W
j To Hondhole 9 14+99.84 31.99' R PLASTIC cabinet. Meter will be supplied by local utility oW
1 14+11.80 41.58' R PLASTIC Z
- Contractor to coordinate. :>..,-
17+54.01 69.86' R CONTROLLER .....C)
.....Z
7. Refer to construction plans far orientation uW
Pushbutton Assembly Detail and elevations of sidewalks and curbs. Align
pole and controller bases and hand holes with File #
N.T.S. sidewalks and curb lines. PS 244
.. All stations ond offsets from Dubuque Boseline. Sheet
N.05
EDGE or PAVEMENT
OrTF'CTOR LOOP DETAILS SAWED SLOT OJ-H-EATSHRINK ~
Il 1 I L . TUBING J \"""' Po" Lw, :J
CURS OR PAVED --.J l-c.II4A.c . . . . . 2-C. 12AWC leod-I" Cobl. <i:
SHOULDER ' ~ Tl.tld l-
I r- -~-=-. --~ ':=F:--==r--' Smil" ..... ~
3/16. 1.0. Sh;.Jded -l
PIc.t;c tut>>r19 e.kIon Coble <(
I I LOOP A A =:==--=.__~~~~._r: ..... ~i..::.~' 12
I L J 3=~(-==r- "".....".. (f)
SoIMrecl Splice g
lL
I 1 vn-- ~
D". ,," ' .}iI
8----:8 r f-
L '.~J- _ _ _ __ . E~.h Splice 6: Coble Wtoppecl 1nd;vM:l1lO1IJ' ~ ~
;__.__ -- - . T. 0 =, ,
. All d~teclor loops sholl be. wound ;n.a clockwise configurat;an, L__J i 1--- ==-:~ :'>0 ~ ~
os viewed from the lead-In connection slot. From the lead-in L Butyl R"bIW Tope "j; ---I ~~ - Tl
~onn~ct;on, the bottom conductor in the sowed slot sholl be W", E",". SpI.. =- .,- tl
Identlfled and labeled os either the positive or negative lead - T'--~--~ .. ---~ PILL l.J'" N -0 w
" The negative lead sholl be ~~nnected to the block conducto; of See De'o;1 ---~;) '4:~';::;'" j)) BOTTLE ':::\'::; .r:- "\--~ <3
the coble path and the POSitive lead sholl be connected to the 0 or E ~ 1.;.t .... soldet' .-/ r-"- fI: a::
color coded conduclor of the coble po;r. Hondhale ....~ To" E.'.... ",d opply ... "" - . IT':;:'! h- CL
Junction Box or Orill ," Hole Ekyond futJinl;! ;=- J'j ~ I..-tl:i I-
Condulet For 3/4" Conduit Sltol coble end ond cov.r 0 -;::,.!:" J-- Z
on 45' Sian' FINISHED SPLICE :'):."'.::.' .::::':::,~ :2: N 13 ~
. J> 0 ~~
The .Iength of slack for the loop leod-;ns sholl provide for t;; 1i?
making the splice on top of the foundation above the conduit F1hible W 0....
open;ng for the loop w;res. "".,. go ~
(f)Z
wQ
Spl;ce "Il end of eond"" "" ::J >=
" with jute before ~ 1 of 1/4 0.0. tubin.9 wedged in 0 CJ
I pouring seolont. ploce to prevent floating ~ ~
Pavement Joint :::> a:
r ' Placed on 2' Centers .. 0 ~
Bond conduit to ,d. g Z
12" min.- pav'! with epoxy ~. ,<I Detector loop {f -
" . I
36 Lmox. ~~". . .00 on' =tlEll ~ -
_ .... .s.aa; ~ S
1/4. O.D. Ptostic Tubing E ~ ~ g
1_ _ E " <
6~ " 5/16" Reeamme"ded sow blodo L J. ~ ~ 6
I 14"x3/S"(Prod"Ced 5/16" "0')
IS" SECTION A-A ~
to 1!:
I ~_!
CoNon;,od .teel x K' x
conduit bushing J .;i! .
Drill 1.2~" die meter ~ "5 ~
~ovicIe slock in I~p .i ~ 9
w.re and fill with i..:. U 0
Drain sealant.
.. Depth os required by conduit 3/." Tubing- S. ~ ;:E
<;( c.. u
SECTION B-B Seal ""'d. wllh due' '001 ~ ~ ;
~ ! ~
~ SECTION C-C DETAIL E z
Y' Orm dotec'ar loop co,nm ~ 0
2" deep then sow pavement ....... (f)
slots to form loop os {..;I >
\ dimensioned on traffic -
... L- "9nol layout. . "B,oo.o"':"': Cl
No. of 3/4 S;ze of [' 3/4 / ill:: (.!}
. ~ ~ Leod-Ins Bush;ng C Z
1-4 2 1/2" ---.--- -------- J:77/7.lgz7/: ..__ --- :- We:
" 'jL-
, ()Ye_op 'ho sowed .10" to ;n.uro 5- 7 ._..2-_._. ~ C W
1 i.-::'------ equol depth at the drilled corners. B-MORE 4 N I z:
. 1:>-'-
. I ~(.!}
D ET AI L D GENERAL NOTES' --.. --. ----- - - --.-- __...I - . -.- --------.- t; m
1. All loops sholl hove separate
load-;n sowcut. and conduit SECTION E E .,
between the loop and the hondhole. - Floe #
2. Sowing of new PC. concrete pavement PS 244
sholl not occur ~ntil seven dOYs (Loop wire treatment ot
after pour unless opproved by pavement joints and crocks)
engineer. Sheet
N.06
-- - -
(f)
NOTES: -'
t.IAIN STREETSIOE ~
Unused stubs will w
I~.I NOTE: See pion fOf conduit sizes. 1. be threaded and copped with threaded metal pipe cops. 0
-'
2. All used stubs will hove metal grounding bushing with #6 wire. <(
Z
See Note 4 3. Minimum clearance between conduits will be 2". Q)
(Jj
4. Minimum clearance from sides will be 10". 0
~'" "."..1 I' 4. ." I" 1. . . ... 6.g~['lJ I 5. Unused stubs will extend out beyond the base not less than 18". u::
"cr::'''- ;n- ~~. ., u.
-n-..2.IT--- 6. All stubs extending up to the surface of the base sholl not be less than 1.5" <(
"' ::OCr- 0 0 0 _p=' 0:
l-
I :: i. and not be more than 3" above the surface of the base.
See Nate" II ~.. J2" 7. Pipes and cops sholl be held in place with on approved tie bar before the
. I I I.
J"--1' .It : I ~. J" base is poured.
. '.L L. --=-_-+.,.,.:"'_- -_-_-_. ~ 8. Forms mode of suitable moterial to maintain the dimensions of the base sholl I--
. L)
ow
. . . be used. <(-'
Controller location Station ."." I I .. . . 00
..... 9. All stubs extending above and below the base sholl hove the pipes copped 0:0:
l.l. . a..
. . .4 :. I"' < .' . before pouring the bose, except where the pipe stub is to be used. Those stubs "'I--
. '"0. ", lod "!. '.. 4' 5/S- Copperweld wz
.....:. ...: :~ ~ '". . Ground Rod used sholl be connected to the conduit network and copped on the ends I--w
.. ". . ll" . .' 8:;;
:..., ".." .... extending up to the surface of the base before the base is poured. LL UJ
~>
.: . <Ii . 1",1 10. Conduit connected to the conduit system sholl be connected by 0 threoded 1--0
. .> '~"i.i:'~.. ~: J6" wII
... coupling such os that supplied with conduit or on Erickson type connection or wa..
.. :. 0::;;
I-- -.
.. . "I' I ... approved equal. No set screw type connector will be allowed. (f)z
. .1." 4. .... wO
:=>-
. -I I. Controller Cabinet at;
l. r ...
.. I ~ :. .- :=>w
aJ(f)
Meter :=>0:
Oisconnet w/Circuit OW
. I--
Outside Dimensions of Breoker Protection ~ ~
..- P.C. Concrete Side-olk Controller Cabinet ~
II "
.
c 0
CONTROLLER CABINET PLAN z H
:;!
~-; .~ '"
0 C) ., M ~ ~
U-l r "> a
~::::'r\ (-~ -n il
:t; '=-~~ --
- !!:
r--.' - "
c: - .<:" ~ :.0: lli' x
:':':0 \ T\'
';:" -~. i :"\ "1) ..~.~~ (f
rl~:1 -" "lY35
.r-
i.' ~ . Power ~~./.... ~ ~
". :1'..,I:.,.r..,:', 1" "... ....,1.. Supply s u u
12" ".1.' 1'1 r I. ., I;,. . 1 J p: ;0 ~ ~ ~
.to. ~j';J. 1"":1..1: '.1.1-. .. . ; I.-J _ 0 ~ j I
,. .:J L;.I:I..~~I .1, ... 1~;..'"
: .: I r..~'." .'. r :1. ,~ .: .. ~~~ >-~ o Q U
: j: f .1..1.... t... i. ..... .. "":1;." . ,,'0A"- A<< ~~ z
. .'1...:11".' "'1 "" ..I.i....
L ... .'i 1 1" I I ~l..l' .... .1".1'" '-,i - 30" ;:....0
. ",oJ 'j' ,..,; I I 1,1.- . . H . ....-
.......'_'~""..~._........~ ....00
. ........ ,." . \._-
"' ,.!::.7.-.....:..W. Q..l}~.., .'. ,-::.-;...~ III 48";1; u>
L,B" ,; ,<.. ..~: :. . :<t:Cl
Bose Bose
18"+ 01:::<9
Oz
min. .... -
" ex:
NOTES: c...,W
4'-0" min. OW
l z
1. DISCONNET MOUNTED TO SIDE OF CABINET WITH NO ;:....-
METER SOCKET & ....<9
Provide smooth firm subgrode PENETRATION THRU CABINET SIDEWALL FOR WIRE LEADS. ....z
uW
2. PHOTO CELL LINE wi LEG TO POWER AFTER CIRCUIT BREAKER. VENDOR Fiie #
~)/8. Copperweld SHOULD SUPLLY MAKEUP BLOCK ON SIDE OF INTERIOR CABINET. PS 244
Ground Rod (10' min.)
CONTROLLER CABINET SECTION POWER SERVICE Sheei
NO?
Anchor nut covers os specified (f)
by pole manufacturer. -"
Anchor bolt projection as specified ~
~ by pol. mono'oelu'.' W
,~, 0
Levelmg nuts under pole base for c-'
raking pole C~ c:' -"
2N" Spore Conduit of> <(
(Threaded and copped) Metal strips for skirt :';0:0 c_ Z
.. -1 ~
1/2N expanSion material. ........-,
Unpaved Area / '-::J ,-' -- (f)
." I'" f" - U
Finish Grode [j Anchor bolts os specified ()
Mounting Plate for LuminOire.~ --- by pole manufacturer ;~~~l s:- i .-, u::
Field drill bolt pattern. rT \ \ LL
" .-\ <(
Position Mounting Plate to II 5/8~ Copperweld ground rod. - ' \ ...J a:
be 27':.t from pavement surface. I : ~~\~,-_: ~ f-
II '.:' ....... .r:-
II - 1
Traffic Control Sign II f' ~ ~c__ ro.)
I y- O ~
I""' .. -" I oE
opposing lone. I I!:, C!' I-
~ f!&. 0
0'" OW
Signal Head centered m <(-0
<; 00
on opposing lone. ' , a: a:
~~ CL
- L a: I-
MAST ARM POLE FOOTING SCHEDULE Wz
'V' Bars I-w
(/):;;
MAST ARM FOOTING DEPTH -YN BARS -S" BARS 1tw
LENGTH DIAMETER (L) ~>
~) t L 35' ---I ;,,~ 1-0
8 - '7 BARS It 7'-0" 8 - '4 BARS 0 12"wAX wa:
Varies [j O' OR lES 3'-0' 7'-6" wCL
a::;;
;.., t 22' - 28' ~r_oN 8'-5' 8 - '7 BARS It 8'-0. 9 - '4 BARS 0 12"1rU\X 1--
(/)Z
wQ
3D' - 44' 3'_ON 10'-6. 8 - '7 BARS It 10'-0.11 - '4 BARS 0 12"W.x ::o-
at)
46' - 48' 3'-0" 11'_6N 8 - '7 BARS It 11'-0.12 - '4 BARS 0 12'\iAx ::ow
"s. BARS 1Il{/)
::0 a:
50' - 55' 3'-0" 12'_ON 8 - '7 BARS I 11'-6" 6 - '4 BAAS 0 12"wAx OW
I-
"V" BARS '" ~
Sign 5-
56' - 60' 3'-0" 14'-0" 8 - 17 BAAS It 13'-0' 6 - '4 &BS 0 12"W.X ~
0
0 61' - 70' 3'-0" 16'-0. 8 - 17 BARS It 15'-0"16 - '4 ~ 0 12"1u.x a; ji
E "
z H
0 MAST ARM POLE FOOTING SCHEDULE ~
. ;.~
"8 ] ~
NOTES: m
MAST ARM POLE FOOTING I > c
:t19'-0" 1. GROUNDING SHALL BE IN ACORDANCE WITH SECTION 2523.04 N'
15'-6" 25.6' AND ELECTRiCAl TESTS PERFORMED IN ACQRDANCE WITH a
Min. Max- SECTION 2523.21 OF IOWA D.O.T. STANDARD SPECIFICATIONS *
fOR HIGHWAY &: BRIDGE CONSTRUCTION. "
x ii' x
2. TOP AND BQTTOM "5" MAY BE WELDED TO "yN BARS. ~ ~ l'
REMAINING S" BARS SHAll BE WIRED TO 'V" BARS.
10' -0" Normal ~ U:
3. IN PA~D AREAS. TOP 6" OF FOOTINGS SHAlL BE FORMEO .'!:1 Cl 0
8'-6" Minimum IN A 3 x 3' SaUARE. EXPANSION MATERlAl. SHALL BE PLACED ,I <3 3
14' -6" Maximum BETWEEN FOOTING AND PAVED AREA.
SPARE CONDUIT IS SUBSIOARY TO THE POLE fOOTING. fi ~ ~
4, o 0
~ ~
{ if ~ ~
~
f - Top of 80S. flush with 5"'oe. ~
0 o 0
Poved Median/Island 2
>..0
.' E--,-
~.: ..;.. .... :..... ,;:...~: ..... .':' 0:: :./:- ". .~. .:~. . :'~:: .:. OJ. <:._:: -~
.. , , u>
.""41 :",:0
.. il::eJ
STEEL MAST ARM .... 02
- -
, MOUNTINGS # .: ~ Varies- See Table cr:
....~ r...,W
OW
4.-..., . 2
. Maximum height dimensions to signal heads ore I L,see Plans >..-
E--,eJ
measured to top of signal housing. _2
uW
For signal heads less than 53' from the Stop bar,
refer to the MUTeD for maximum signal head File #
height. PS 244
Sheet
NOS
.
r-..)
~ -::)
-- ,~ [J)
Q <.Y' -'
:::0 c_ 'n<i'
A A -.','; \ t-
~.,. .-
).~. .--} - - __w
r<) . --0
(., .:;; -cj;;;!
:--'. r-....
-1"'- '
I (--- --0 .:".2
GENERAL NOTES: ~;~,-;r\} ... \fl
."
[J) I
"::..: ,/".... .r.- u
Details hereon far a precast hand hale ""'-~.... r~,' u::
,/-. are y LL
for installation of electrical wiring and 0 <(
a:
conduit. Location and other details will be 0 t-
shawn on praject plans. ,:::
]
v'
Conduit access shall be grouted with mortar after
. Hondhole Location Stotion necessary conduits are installed. t-
u
Cost iron frome and lid OW
<(-'
Min, wt. 1651bs. Type .C Cable hooks may be precast with handhole 00
(checkered top) lid. a: a:
or may be installed os necessary by a method Q.
Provide special lettering ffi~
"Traffic Signols~ and approved by the Engineer. Coble hooks shall
manufacturer's nome t-Z
on top of lid. be hot dipped galvanized In accordonce with U) w
02
ASTM A 153. LLW
~>
t-O
Body of hand hole sholl comply with the UJ a:
26 1 /2~ WQ.
a:::;:
requirements of lOOT Standard Rood Plan RF-l t- -
DETAil ~A" enz
----- - - - r' 1/2" - -t - _22~4' t- - - - - - - ----.. / for Closs 20000 Concrete Pipe insofar as WO
applicable. =>-
00
=>w
~//~/////(J \ When hand hole is in sidewalk or <Den
precast placed ~a:
OW
pavement the frame shall be inverted from . t-
\ ) B ~
the orientation shown on this detail. 6'
~
'---- - -------- - ---- The top of the frame shall be flush with
the sidewalk or pavement elevation. li "
c .
"
z H
~
Q; "
Coble Hooks ~ ~ %
3/8" Galvanized Steel Rod I > D
(4 Required) !
12" min. .
?:
,,-.
30" max. >< X:' x
36- min. i.: .;!< .
~ ~ ~
i! 3 3
$ 6 a
<:( .-' -;
il ~
~ '_: _';l
go ~ ~
Jl .5 is
Excovation line Z
T- ~",. :>-,0
sholl be deposited & Normal Slope E--
I uniformly spread around ......00
handhole os indicated u>
6~ min. R.S. Conduit :-.:0
. . . . . .. ... . . . . ."...- ~//////r~////~ ""'eJ
. . - . . .
. . . . . .. ......... Oz
. . . . . .
(] .................
\ . . . . . . . . .. ............. I ...... -
. . .. .... .. . . . . . . . . . .
. . . .. ..... .. ............ a:
... . - - .. - . . .. ....
· . . . · · .. ......... fg~~~~t..l~~O'~~o~3~~g~;5 . . . . . . . . · . · . · · . . . / c...W
OW
18" min. Z
J . . . .......... Supplemeotol Spec;f;coUoo, '04:) . ." :>-,-
E-eJ
12...............................................8 ......z
uW
Earth Backfill Excavation Line
File #
SECTION A-A DETAIL "All PS 244
LEVEL GROUND INSTALLATION SLOPING GROUND INSTALLATION
Sheet
N.09
- ---- -------.-
- ~:~\-::_~:_-_-:~:_:.------~ h /.~ /// ~ /'
\,' -----":::..o.,-~:::::..--~..----.-l1!J!r!!!''!!j..irvf.r'''Tlmn/1 ~ ,~
.\ ~ "-'WJ-!.1JJlwvm,ijjj'iii,iiil'-~ - - - - _ _ _' flI ,t:-_,' I
1"--.. -, .. ,''W- - < /
'-..... // / I ---___ /' z
\ ~' ,,' /1 0 -- --~~______ I <f
\ / uv -_______ / / --1
, (/ I I 1 ---------16''''_________._ pp l.r: n.
I //" -------- #-..../ / ~
) / . CIf, / i=
\ //1 2" PVC C d -t (Tre h) 2 PVC (Trench) I I
/ I on UI nc -< __ _ _" _ {- m
/ -- -- ::=:
- -'
'" ----+,,/ II __---- _ .../ __ &' I
<-. ._" _'_"_'-< '_ '_';-" - - _'_, - _" ""." I.
1'1 Conduit (Trench) 8 SIDEWALK "- ,,~' ." H j
pI'> ............ 31 _ P. l~jill$' ~ .-
,_ or:.""___ -"
_~ / i <-<."t <> 3----:1-
." __ '_ '^~~_,_ / \ ,}nt.-HR _ _ -E ..--""...... .'- ......~1il'W- ~
_. / "" }-oj.' _ - -E- r t' 0 ~
/ ,,~__ ,_ f <t-,
, " ,,_ 00
/ ~"~ a: a:
~ "" I . ~ - - ,- n.
/ -"-- \
.J E TREET ~-=".;;:;..:r '\ \ ffi '-
ti- '1- -=- -=-- -=--~. LP91 ----______ DUBUQU \ , . tJi ifi
':::/ H 1 -8- _ _ 51 \ \ 0 :2
;,.... __ __ LP61 _ _ . ~N-m"-
\. I _ t~ LPatl;s- ~P\P71 ..:; ~..:-_ :;: - Ei~ ---- LL ~
" . _~~ ~ -. '=----='::E -- , - -, ---..f; "" --0
_ HHKl t: , HHJl ----. HHHl _ - - -E- - -\-E" .. --.... PI tu a:
. _ \ . ~~n:: -; P'U>117' "~\[( W (L
~_ ..=- ,,-...: 0::2
.. __ c -=-~ \ - ~-
c _ _ --..:; __ _ T[\,; __ \ (; ~- -f)" PI" u) Z
---F-- /,,:t!--PVC (Trench) '"t \ '" ",,(;7---\,.,., wO
Splice to existing .---// " \ I' , )./ \ - "1 is i=
circuit in New Handhole. ____-----~- 2 RSC (~rench) \ ././ \ {, ::J Q3
_~ I Run new nser to 'I \ \, \ ;' IT] 0"
--____ 2" PVC Conduit (Trench) -----:\ / existing control cobinet \ 'J' .Y /1 I 6 ~
____ ______ .. . \ ",,,,,,- I ! ~ ~
____ ____. CIRCUITl Use eXisting co~troller/ ,'j: ./;,../ '" I it
______ __. _ _ __ / I contactor In ploce \ ././ I 1!i' ~ ~
__ I Z Z 3
_--- 1 .'2 < &
__ _ __ - - - - - L____ Refer to Traffic Signal ~ ! L
;""... _ _ _ _ _ _ _ - - Proposed Power Supply P!ans for detoils of ;;;!! I : d
-<r -- to be relocated by signal system. ~
utility - coordinote ~
\ .., If
~"\ 0 __ 50", x ' x
-- I ,'"
~ .~~ ~ 'E -il
.........S"N7K 2" RSC (Trench) \ :~J) L -' J 9, ~
,t..... __I - r- U ()
. "... - ""..""."" -. \ L- - " ,- - -- -- .""""""""".- "... .:- ---='=-:- .. .....". ~~. ~1."" !~: .." ~~.l~t ~ i."
I \ I' .-- ., "
LP32 -'c; :::J --- \ Eo 1}
(I '" LP42 .. ..... >_::'::~~:'..,=~::=:::,__:~ _:__~HF2 ~__ . -. ,.;;;' ..::--:;;.-==-=._"-'-;==-;::.._=~_.~-:-= ;?~_-::.~:::.-
_ _" \ _,,___'_ ,,,_,, _ r.1..-._" -E '- -j:--'-~..E-~---E-':"--E'~ _e-E _E E.:: E --HHG2" Z
=-: _c.~_- _ - - - HHB21 - g-, ..., ,',LP52'-___"'..''':::_""",, ..,.-.....: __ 8 "LP82lf' .J:::::=.=:S&==:_ ~ ~
I I DUBUQUE STREET C::; >
--I __",_,,,, .-- ,---,------ Cl
" , "c C -,- - ~C"C3~t "~ c_ . ," "'" (Treooh) c_ Ugh! Pol. to ~"" --C;, ~ '"
~ __ c- _ ,,':'':''=-_ _ _~~: _ - - -U'w- _ _ _ ---5 in place. !,e t~ n~w . . ~plice to existing )---'. ......~
---v--- __ =;----"1""""------'-- _________,_____________, "'--__~------- - __ electncol CirCUit. CirCUit In New Handhole. lO-., LU
l1 (f I C W
J 2" PVC (Trench) " Z
~ v' ~ :";AN Mlj ~,~ >-.. -
- '" ~---w ~-- t "'-. ' - --'---. '- 0 e::l
e' \ v__ 1,1 ~-, I"' I 1':, CD \'---- ~ Z
\, ~LU
i / N?w Control Cobinet Q'lJ 'f?l! I
;/ I with Contoctor & photo eye. i i I! File #
; , , I '
/ I 2" RSC i i I j---"_._. PS 244
/ ( (Trench) I I I' ---.
/ \ i i CIRCUIT 2 J 'ii Sheet
I \,,", ; i 1 11 P .01
-
en
-'
NOTES: ~
LIGHT FIXTURE SCHEDULE HANDHOLE SCHEDULE W
Existing Relocated Handhole Station Offset 1. Controller for Cirucuit 2 is located at Sta. 20+ 18.50, 52' R. 0
Pole No. Station Offset Station Offset (')
Z
A1 17+07.98 45.42'R 2. Refer to the following Standard lOOT Plans: j::
LP11 14+89.99 40.7T R 14+93.21 42'R B' 14+97.41 42.1TR I
LP21 16+32.16 30.64' l 16+31.43 4ZL C1 17+14.34 40.10'L (')
01 16+31.38 39'L RM-33 ELECTRICAL INSTALlATION DETAILS 10-03-00 :::;
lP31 14+20.53 44.85' L 14+20.12 42'L RM-34A ELECTRICAL INSTALLATION DETAILS VIA HANDHOLE (CABLE IN UNDERGROUND DUCT) 09-21-99
13+38.83 2.89'R 13+39.10 0 E' 14+20.10 39'L
LP41
F1 13+45.17 39'L RM-34B ELECTRICAL INSTALLATION DETAILS (CABLE IN UNDERGROUND DUCT) 09-21-99 0
LP51 12+64.74 1.1S'R 12+64.74 0
LP6' 11+89.59 O.28'L 11 +89.58 0 G' 13+45.17 3'R RM-36 CONTROL STATION DETAILS PAD MOUNTED 10-03-00 ,., :;;
, ...~ .t.
H1 12+64,74 3'R JUNCTION BOX (FIBER REINFORCED) 04-27-99 ,.,
LP71 11+13.49 4.74'l 11+13.91 3.G3'L RM-38 ~ . ,
11 11+69.56 3.03'R L. w'\
LP81 10+40.42 O]O'l 10+40.42 0,70'L RM-39 DETAILS OF FOOTINGS FOR LIGHT POLES 04-30-02 %I~ c.. I-
J1 11+13.70 O.64'l -~; 1
Lpg, 9+60.03 7.14'L 9+60.03 7.14'L RM-40 CABLE SPLICES AND CONNECTORS 09-21-99 0
K1 10+40.66 2.76'R :::;. :.=.j -- ' . oW
RM-42 PRECAST HANDHOLE 10-02-01 " : <{--'
LP12 20+21.90 37.93' R 20+26.14 42'R L1 9+55.93 5.88'L C) - 1'::> I' 00
21+35.68 -.- ("" .t::_ \ '\ 0: 1E
LF22 21+37.89 40.08' L 42'L Provide green ground conductor throughout entire electrical system. .~..' '- )
A2 21+31.22 40'R 3. -,. .- -., ex: .....
LF32 22+91.08 O.48'L 22+87.21 0 :'-'-' , -;OJ
B2 21+31.22 4.13'R I' ..- \ )WZ
LF42 24+37.83 0.31'L 24+34.51 0 ;:-::. -_.~ y . I- W
27+26.35 0.33'R C2 21+31.22 40'L 4. Wire for Circuit 1 is #4 AWG. Wire for Circuit 2 is #4 AWG. :..-:: (f):;;
LF62 27+26.35 O.33'R 2_ ".-.... f2w
02 22+87.13 3'L
~-'- ,. , ~>
E2 24+34.52 3'L Contractor shall supply and install breakaway couplings on each pole anchor bolt, and st~r skirt 2:> tD1f
F2 25+81.62 3.67'L 5. wa-
G2 27+32.25 a.54'L around couplings, incidental to the bid item for relocation of street lights. Couplings shall conform to 0::;;
AASHTO Standard Specifications for Structural Supports for Highway Signs, Luminaires, and Traffic 1--
"cr; z
Signals. wO
::)i=
00
ELECTRIC CIRCUIT SCHEDULE 6. Contractor shall leave 10' pigtail at top of weather head at Cirucuit 2 for connection to power :ow
a:J(f)
FROM TO rRSC 2"PVC COMMENTS supply by utility. Contractor shall coordinate with utility on lighting control unit equipment, power :00:
OW
connection, etc. I-
z
CIRCUIT 1 -
"
CONTROllER HHA1 35.0' Includes Riser to Existing Cablnel 7. Connection of Circuit 1 to existing control panel is incidental to the lighting bid items.
HHA1 HHB1 195.0' - . "
HHAl HHC1 88.0' " 0
8. Contractor shall coordinate installation of lighting system such that it does not interfere with other z ~ ~
HHC1 HHD1 86.0' .
<
HHD1 HHE1 216.0' construction proposed in this plan set. . 0
8 ,~ ~
HHE1 HHF1 75.0' ~
9. Relocation of existing street lights includes careful removal, salvage and storage of existing street x :> a
HHF1 HHG1 40.0'
HHG1 HHH1 75.0' light fixtures, removal and disposal of existing concrete light bases and existing electrical circuit in the x.
oS
HHH1 HHI1 75.0' way of the proposed widening project, all material, labor, and equipment necessary to build the new .
. Vi
HHI1 HHJ1 75.0' concrete bases, footings, ground rod, wiring and conduits within the pole base, wiring within the pole, !!:,
>< K. ><
HHJ1 HHK1 75.0' reassembly and resetting of the salvaged poles, breakaway couplings, anchor bolts, skirts, breakaway ] ~ ~
HHK1 HHL1 75.0' connectors, and all other items incidental to relocating the light poles in place as shown on the plans.
" 0 0
if ;J 5
Total 163.0' 947.0' All conduits under pavements shall be galvanized rigid steel.
10. ~ ::l: -:!
~ ~
~~c~rr2 11. Contractor shall install a spare, empty 2" PVC conduit in each pole base that stubs out below j) ~
&. S '"
POWER CONTROLLER 2 40.0' Indudes RiserlWeathemead at Service Pole grade. Said spare shall be capped for future use by others. This conduit is incidental to the pole ~ g <5
CONTROLLER 2 LF12 11.0' relocations.
LP12 HHA2 105.0' Z
HHA2 HHB2 36.0' 12. Pole bases shall be flush with the finish grade. :>-.0
HHB2 HHC2 44.0' t-.-
_C/)
HHB2 HHD2 156.0' Contractor shall leave a pull string in each conduit run for future use by others (incidental to the w>
HHD2 HHE2 147.0' 13. :"l:Cl
HHE2 HHF2 147.0' bid item for Electrical Circuit.
HHF2 HHG2 152.0' ~C)
Oz
14. Existing lighting system is 240/480V single phase. Completed system shall be 208V 3-Phase. --
a::
Total 120.0' 718.0' ~w
15. Handholes are Type 1. Conduit from handhole to Iightpole is incidental. OW
Z
GRAND TOTAL 283.0 1665.0 :>-.-
t-.C)
_z
WW
File #
PS 244
Sheet
P.02
SPECIFICATIONS
REINFORCING BAR LIST - RETAINING WALL NO.1 REINFORCING BAR LIST - RETAINING WALL NO.2 DESICH, AASHTO. STAIlDARD SPEaRC,",,"S FOR HIGHWAY BRIDGES. SXTEENTH EDITION- "..
LNQ.UDlNG INTERltr,t SPECIfiCATIONS THROUGH 1999.
NO. LOCA1ICN(WALLECIDO IIHAPe NO. LENJ1H ~ NO. LOCA'T1ON(WALLGElCTDO BIW'I! NO. LB<<ITH WB>>fI' CONS'lRUCTlON: STANDARD SPEClACATlONS OF lHE IOWA DEPARlVENT Of lRANSPORTAllON.
HIGHWAY AND BRIDGE CONSTRUCllON SERIES OF 1997. PLUS CURRENT SUPPLEMENTAl. SPECIfiCATIONS
401 ('J.P TRANSV . 269 1'_10M 329 4131 eN' TRANSV. 153 ,'-10" 187 AND SPEClAl PRO'l/lSlON5.
402 CIP LONGfT. B 10 31'-2 20 4<12 CAP lONGlT. H 2 9'-8 13
<0' CAP LONelT. Cl 2 '0'-2 '"' <0' CAP LONelT. IPS "'-S 78 DESIGN STRESSES \-:!,
404 C/tP LONGlT. C2 0 E f G 14 29'-8 277 404 CAP lONGrr. K t.4 N 0 10 29'-8 198 D€SIGN STRESSES FOR THE FOI..l.OWlNG MATERIAL ARE IN ACCORDANCE IMTH MSHTO STANDARD G?,
'J
Sbl W lONGrr. 8 61 31'-2 1983 Sb1 W LONGfT. H 13 9'-8 131 SPECIfiCATIONS FOR HIGHWAY BRIDGES. SERIES 199&. ':..~ n . - _
~~ lONGIl. (el 15 30: 2 472 ~~ LONGIT. J P 0 HIGH STEP 6 1-4.:-8 92 STRUCTURAl CONCRETE: fc _ ",000 PSI J~::-- .' - ._Q
~ W LONGIT. C2DEFG 90 2~-8 2785 ~I~ LONGfT. I JK MNOP Q 133 2~-8 4116 REJNFORClNG STEEl.: ASTM Mi1S. GRADE 60 /. N .......
~ W VERT. B.F. A I 50 7 -10 408 ~[~ VERT. B.F. H I 11 9 -4 154 C) ,- \-.
~W VERT.B.F.BE 123 9',4 1197 ~~I/ERT.e.F.1 16 11:-4 272 :.:.~:C) - ;:.\\
~ W VERT. a.F. C1 C2 I 48 10 0 501 ~~ VERT. e.F. J I 16 13 -4 320 GENERAL NOTES _:: .:.- '''0 ''-',
~ W VERT. a.F. 0 24 8'-0 200 6b7 ~ VERT. a.F. K 31 13'-10 644 ' \ ' \ -..... \.. J
5b8 W VERT. B.F. 24 10'-8 261 6b8 W VERT. e.F. L 31 13'-8 637 AlL EXPOSED CORNERS 90 DEGREES OR SHARPER ARE TO BE f1U.ETED 'Mlli 3/4~ DRESSED"-:: :'~\ -
5b9 W VERT. e.F. G 48 9'-2 459 6b9 W VERT. B.F. 1.4 31 12'-2 567 AND BE\nED STRIP. UNLESS OlliERWlSE NOTED OR SHO'IIN. AlL CONSlRUCllON JOINTS SHALL~BE~ >..:::. r
5b10 W VERT. F.f. G I 86 2'-6 22 ~ W VERT. B.F. N 31 12'-0 559 FORMED 'MTH BEVELED PlANKS. -.;:-: '\
5b11 W VERT. F.F. B D E 150 2'-7 404 ~ W VERT. B.f. 0 P 47 10'-6 741 THE M1NIt.lUt.l a..EAR DISTANCE FROM FACE Of CONCRETE TO NEAR REINfORCING BAR IS TO &;. ~
5b12 W VERT. F.F. C1 C2 42 7'-7 JJ2 ~ W VERT. e.F. Q 16 8'-6 204 2~ UNLESS OTHERYetSE NOTED OR SHOWN. THE REINfORCING STEEl IS TO BE SECURElY 'MRED ur
5b13 W VERT. F.f. H t J N 50 2'-7 135 PLACE BEfORE CONCRET[ IS PLACED IN ACCORDANCE WITH lOOT STANOARO SPEClflCATION SECTION
Sc:1 FOOTING lONGrT. B 40 31'-6 1314 5b14 W VERT. f.f. KO I 42 2'-5 106 24Q4..
Sc:2 FOOTING LONGrT. C1 8 30'-6 2 ~lw& VERT. F.f. L 21 2'-3 49 AlL REINFORCING BARS SHALL BE GRADE 60.
Sc:3 FOOTING LONGrr. C2 D FG 56 30'-0 1752 5b16 l!& VERT. F.F. M 21 2' 9 60 AlL BACKFlLL BEHIND THE RETAINING WALl. SHALL BE GRANULAR, POROUS AND CONPACTED
.. Se4 FOOTING STEP 1'-6 STEP ~ 12 5'-6 69 5b17 W VERT. F.f. PO 42 3'-1 135 BACI<Flll. AS SHOWN ON THE PlANs.
5c5 fOOTING STEP 2'-0 STEP 12 6'-0 75 THE CONTJl:ACTOR'S WORK AND t.lATERIAl STORAGE AREA SHAlL BE LOC"TED AS DIRECTED BY
Se6 fOOTING TO WiIll I 609 5' 9 3 652 5c1 roOTING lONGrr. H 11 10'-0 115 niE ENGINEER. AREAS OUTSIDE THE CONTRACTOR'S AREA, DAMAGED BY THE CONlRACTOR, SHAlL
6c7 fOOTING TAANSV 414 7'-5 4614 5c2 F'OOTlNG LONGIT I J K M Nap a 77 30'-0 2409 BE REPAJREO TO THEIR ORIGINAL CONDITION AS DElERt.lINED BY THE ENGINEER. NO ADOIilONAl
. , . . ,PA'l'MENT ~LL BE AUniORIZED FOR THIS WORK.
SeB fOOTING KEY TRANSV. 267 5 -0 1392 SeJ FOOTING STEP 1 -6 STEP 55 5 -6 316 THE CONlRACTOR SHALl. Y1S1T THE CONSTRUCllON SITE TO ENSURE THAT HE IS fAt.lIUAR WITH
&4 fOOTING TO WAU.. I 440 6'-0 3965 THE EXISTING SITE CONDITIONS. THE CONlRACTOR Sl-iAll. DETERt.lINE THE EXACT LOCAllON Of ALL
ed1 EXPANSION JOINT DOWELS 106 2'-0 566 &5 fOOTING TRANSV. 303 10'-11 4970 EXlSTlNG UllUllES BEFORE COt.lMENClNG WORK. SHOULD ANY UTlUilES BE fOUND, THEY SHALl. BE
Se6 FOOTING KEY TRANSV. 148 5' 8 875 PROTtCTEO IN PlACE AND THE ENGINEER It.lMEDIATElY NOTIFIED. THE CONTRACTOR SHAlL BE RJU.Y
UNCOATED TOTAl lBS.) 23,774 RESPONSIBLE fOR ANY AND AU. DAtolAGES 'MilCH t.lIGHT BE OCCASlONED BY HIS fAJLURE 10
EPOXY COATED TOTAl LBS. 0 &11 EXPANSION JOINT DOWELS 76 2'-0 406 EXACTLY lOCATE AND PRESERVE ANY AND ALl. UllUTJES
If ARCHAEOlOGICAL t.lA 1ERIAlS ARE ENCOUNTERED DURING THE CONS1'RUCTIQN PHASE Of THE
CONCRETE PLACEMENT OUANTTTY UNCOATED TOTAL LBS. 22,454 PROJECT, THE IOWA DOT OfFlCE Of LOCAllON AND ENVlRONt.lENT MUST BE CONTACTED It.lMEDIATElY
EPOXY COATED TOTAl LBS. 0 so niE PROPER AUTHORITIES CAN BE NOTIFIED ACCORDING TO THE EXIS11NG FlDERAl REGULA liONS
rrEl.4 UNIT QUANTTTY AND STATE PROCEDURES. ADOIllONAlLY, IT SHOULD BE NOTED 1HAT FINDINGS AND
FOOTING CY 151 CONCRETE PLACEMENT OUANTTTY RECOUl.lENDATlONS fOR ClEARANCE OR fURTHER TESTING CANNOT BE CONSIDERED FINAL UNTIL
WALL CY 96 CONCURRENCE IS RECEI\'m fROM THE STATE HISTORIC PRESERVAllON omCER.
CAP Cf 13 IlBot UNIT QUANTITY GRANULAR BACKFIll PER lDOT STANDARD SPEClFlCAllON SECTION 4133.
TOTAl 260 fOOTING Cf 138 POROUS BACKFlLl PER lDOT STANDARD SPEQFlCAl10N SECTION 4131.
WAL.i CY 82 AU. EXPOSED FA.CES Qf RtlA.lNlNC wm CONCRET'E CAP SHA.U. RECEIVE A. ClASS 3, SPEOAl
ESTlMAlED OUANTTTlES CAP cv 8 SURfACE FlNISH PER lOOT STANDARD SPECIf1CATIONS SECl10N 24O.l.21. COST SHAlL BE INCLUDED
TOTAl 228 IN ~STRUCruRAL CONCRElE~.
ITEM UNIT QUANTTTY EXCAVAllON a. 20 INClUDES AlL LABOR, EQlJlPIilENT AND INCIDENTAlS REQUIRED FOR THE
GRANULAR BACKFIll. lON 220 ESTIMATED OUANTITIES EXCAVATION RElAllNG TO RETAINING WALL CONSlRUCTlON.
EXCAVATION, ClASS 20 C'( 1,219 t.[AN CONCRETE RLl BELOW INTAKE SHALL BE INCLUDED IN THE PRICE SID fOR ~INTAKE
STRUCTURAl CONCRETE C'( 260 ITEM UNIT QUANTIlY RA-43~.
STEEL REINfORCING La 23,714 GRANUlAR BACKFlLl TON 160 ~SUBDRAJN, PERfORATED PlASllC PIPE. 4" DIA.- INa..LUDES All t.lATERlALS. lABOR, AND
SUBORAlN, PERF. PLASTIC PIPE, 4~" LF 395 EXCAVATION, CLASS 20 c:r 1.319 INCIDENTAlS NECESSARY fOR THE INSTALLATION AS SHOWN ON THE PLANs. INClUDES (1) Rf-19E
4 spur fACE UMESTONE VENEER SF 2,2:s3 STRUCTURAl CONCRETE r:t 228 oun.ET FOR WAlL NO. 2. CURET INTO ST'CliRW ~ fOR WAlL NO.1. RLTER fABRIC AND POROUS
STEEL REINFORCING LB 22,454 BACKFlU. BEHIND WALLS.
ORNAMENTAL METAL RAlUNG LF 240
BENT BAR DETAn...S SUBDAAN. PEIlF. p'-'STle PIPE. .. LF 209.83 ORNAMENTAL METAL FENCE
4- SPlIT FACE UMESTONE VENEER SF 1,890
_ I __ THE ORNAMENTAL t.lETAL RAJL IS TO BE BID ON A UNEAL fOOT BASIS t.lEASURED END TO END
BENT BAR DET ALS Of RAIL THE PRICE BID SHALL BE fUU. COMPENSATION fOR fURNISHING ALl t.lATERlAI.S. lABOR,
~ EQUIPt.lENT AND INCIDENTALS REQUIRED TO ERECT 1HE RAIL IN ACCORDANCE WITH 11iESE PlANS AND
I I I I - ~ SPECIFICATIONS.
,.. " t.lATERIAl fM THE PIPE RAlLS AND POSTS SHAlL MEET ASTW A-5OO, GRADE B.
V-1 ~ ENDS OF RAIL SECTIONS ARE TO BE SAWED OR WIllED. AU. CUT ENDS ARt TO BE TRut.
\t I I I I St.IOOTH AND FREE OF BURRS Oft RAGGED EDGEs.
I RAlUNG SHALl BE SHOP PAJNTED IN ACCORDANCE YetTH IDOT SUPPL.Ea.D1TAL SPEClRCATlON
"0 ~ 97010. COlOR SUBl.IlTTAL.S SHAll. BE REVIEWED BY OM\IER fOR FINAL SELECTION. COlOR RANGE
'f - 0 ANITClPATED IS 'BLACK GREY.
;,. I a" . 'b V- ~ HANtlUHG. STORACE AIlD INSTAllATION OF STEEL SQEWAU< HAIlDRAll SHAll. BE IN
~ 'i" - ACCORDANCE WITH 2424..06 lOOT STANDARD SPECIfICATIONS.
5ca in t AU. RAJUNG POSTS TO BE VERTICAL
~ 8. All. DIMENSIONS ARE HORIZONTAL UNlESS NOTED OTHERWISE.
PRIOR TO FABRlC"TlOH, THt CQNlRA.ClOR SH.IIll SOB\llT STEll. RAIl SHOP DRAWINGS TO 1HE
Sc6 ENGINEER fOR APPROVAL AU. WALL ElEVATIONS AND Dlt.lENSlONS SHAlL BE FlELD \DIRED BY TIiE
0.3 3/4. 0-3 3/'. i 2'-0. [ COIITRACTOR PRIOR TO RAIl FABRICATION.
2'-o~
D-4 1/2" D-4 1/r -
~ tr r"' r r 1 I hereby certify that this engil1eenng docurnent was prepared b)' me or
I kJ _1 ~ "c t . under m)' direct personal supervision and that' am a dul)' licensed
0-3 3/4-\....J j I I ~r ~~~"E"S"S""" Professional ngineer r the lows of the State of Iowa.
l'-o~ 10" 't. '!'l: D-3 3/4~ ~'O'f IOAl#.
olS ,;s 1'-0. 10~ !'I.~'~"""''''u",,~~~~#, q " '2.ce
. Q ~..:> q",' ",,( ~ _ t-:' ..1
tD I I ...().... ....((I....... -r
5e6 5b :.!.. .... 6c4 6b ~ =..l4if "-.u"\I A \~ NICHOlAS J. HN, P.E. DATE
. - ~SJ.-w.
b "-2. bt I i ,'-.. t=n I~ ~~% = ~~~ ~;e~::n:eu~::;~Q~4:; i. DECEMBER 31, 2004
~~ ~~
~ ). . . ~ l' . . ~ "'" ,,~; Pages or aheets covered by this leal:
0-3. .... 2 -0 1>-3. .... . 2 0 ~'" "'" .,..., !'I.':> U.01 -.U.08
",,,,,,l;} '1""""'\' ~""..
401 5c4, Sc5 401 5c3 """,9.Y:'I1'~~~
PROJECT Nl>. ..OO2.-JOl DESlCNED "" NKUHN g R"'S'9" DESCI>lF'TlOH I liAJ DUBUQUE STREETIFOSTER ROAD SHEET NO.
PROJECT ~Tt: JUNlC 14. 2004 CHECKEIl 8't: NKUHN
CAD DATE: c;..member 02 1004 9.00'29 a m DRAWN IJY' DfRNST . .' INTERSECTION MtROVEMENT PRO.ECT U 01
CID ""'~PROJ\04CIO"-J.'\CAD\dw.;\;'\U\llOl;'" E e Alliance, Inc. aTV OF DWA aTV, r;JWA SPECIAL CONSTRUCTION DETALS .
5'-0. ,'-1- NOW "-6.
,- ...
WALL NO.1 DIAENSION TABLE --'-,
TOP Of WAI..L 4G BARS
8T~"'" 8T~1O lBllII>t """"" ... ... $ 0 _.~< : n
"at 0 1'-6. a.c. , '="""':..
10"'20 10+~ 31.50 A 6.83 2.14 :0 "'I ~ .........---..c 4:
10+50 10+80 31.50 A 6.83 2.14 ____ =i i!
10+80 11+10 31.50 B 8.33 2.31 ' ' A :~ :-;-!...l'
11+10 11....0 31.50 a 8.33 2.31 1'-6- ,,;,,!.. ':';':!;> ~-< i~~~ ~ POROUS /
11+40 11+70 31.50 8 8.33 2.31 CAP ~.I '.:~d:t'Jt..'1~ __--- BACKF'lLL /
_ ".~.",;--,,,._~.,....C1,.. /
11+10 12+00 30.50 Cl 9.00 ".J1 II NOM. UYESTONE VENEER~ -' ,!-'<.~~-+.,,,,,;._.]_~.,_.J~~~. lo /
......... ~ ..1r::{ /,.;"t. ~)' .1
~ 12+00 12+JO 30.00 C2 9.00 4.31 '.... /:';'::;.~'~>7.r-"'b-r\'- - /
-..."", -:"J.:..~-~"~"--"~'->'
12+30 12+60 30.00 0 7.00 2.31 ,j'.'~j'-{j,.;'{_. /
1:\. NC'lI.lINIJ WAll r.ON<:TRlJCT10N '~L ~ --'-';-;(~"--'/"'~"'-. _
12+60 12+90 30.00 E 8.33 2.31 S- REINf'. CONCRffi'~ /
12+90 13+20 30.00 E 8JJ 231 ,. AIR CJN> (KEEP fREE Of WQRTAR) \. ~' '-.' I /
.. . . 4. UloCESTONt W/STAlN\;ESS STEEL ',' r~~O- I'_.J
13+2013+50 30.00 F 9.66 231 STONE~HORS0160.C.(VERT.) ~ 1-0~.C.__: / ~.;,
. AND 24 O.C. (HORIZ.) 1 / -- " ~~
13+50 13+80 30.00 G 8.16 2.13 ' ' "'- 0 i.;.1'l
lJ+80 14+10 30.00 G 8.16 2.13 S(E DETAIL 5 4' :1 / PAY UloCllS :..;: C) (-
ON SHEET U.04 ,_ , ,,". .. / Of ClASS 20 <: ..::...-; \\
,,' --':5~ ~ 0 I / EXCAVATION _.l--~ -] .- ___
JOI~2~~_(~~g')~I""" 1-40.C. 1 / C~-<: ~ r-
IT,' / r. - -"'1
,'. /1 ... .J , .
1'-6. PCC BANDING 2 CLR. I _" I . .- , t
,',';' \ .. /-1 ' :- ,'-.', :S! C-',
l""; I / , - '-1 ~J
4:11: (lYf'.), f ....., -' ~
:nT:. :i' . : : ;11 ;1 T __. . ...;, f--- < ~.-" /' .J::"
3% (Typ.) f -Ij'n-r 'fri' I 'i~1 ,':"':":'j 1-':- ~ ", " -. , GRANULAR BACKFlll. TO ~?"
, -! ~,,-::! ""- '" / '-'j Wl'THIN 2' OF TOP OfWAU. J:> ~
PCC PAVEMENT ~ .::.'.... .> 1 ~
. . /..-., BARS 0 .'IO.C'
r<... r- ~ .. \,
. ~ N~I' )
',"" COloCPACTED ,," <il
,,',',' ENrrH Flll.~ '/,," ii ,,'_ ,j _4. CONTINUOUS SUBORAlN
,'," /, ,', ,', ;0; '., u" - /'" wI FlLTER FABRIC
'//,' ','" ,',' r,;-.J _~ ,,/ (SEE SHEET U.06 FOR
,',"',.', 5- PVC SLEEVE ,,.,. ',' ,:t'f::"-~\''r~_,.''/ OUTlET lOCATION)
(SEE SHEET U.06 FnR- :/, ,"; -/--y..:,,";:.!..)Sy~..l ...
" 0U11D LOCATION) '0~_ ~""'- ,Y-':-"
, :.c.' - . ,",,~..J .
" . ( )~;l1Ti2 ~ POROUS
" ~. '-~~'~~l I, --- ""KFlU.
.... INTAKE, 1-1 ",., . --(.~ '-'-,r(...s.-.:=' -
--........... '~, /,.' -:r;;;;,j::;;.NG - '- -'! ,=
............. ,., ,., -";i.... )'--- I,,;=-.....
'" ?;:t::::::,:~;,::;:::.:~,:/.:~:.::;:.:-;:;;.;.:.::.:.;:::,:~.,::/:; 0; ,. III'~~~~~~".
" '," /.'/ /. /// // /// // //.' /// /// .'/, //. /. / "'-,.,l.L""L'el: Ie. G ___COMP..cm> EAR'THFU.l ON WALl '02' ONLY
" .. U>N.. :2J"c,.FlU.. '<.' / I ",",,",.' I,. ,.,.,.',,.,',., ,." ',. "',,.',,. " ~'i -5iJ. i ;----:1 !~i~:=tl.:!-..-..'.. _ ---- POROUS fW:Knu. AT AU. OTHER WALL LOCAnONS.
" BElOW INTAkE ~.,.(j 5"-3- ~'. - .:. ~.. -= ~;~~I i _1 i, -
I. ""./ I..-I..~I"-I'.~
" s" ~~ d"., '" iY"""'"', i:~!i~ii:- ii~.
,~ ~ . 'u' PERMlSS18LE-.... 1'-8. ~ f~;Tti:l- .
1 ~ ._ - ~ ~ . CONST. JNT. b 1 1'-2)(6 KE'l'WAY t:\ I.J....'.-;- ~
.-[h , f-, ' ~
".~I"--'T' - -'~ .' ~ / F
~~.-i i~=i ':---:' I i;:,:::i i ;;'-'~"'i~<''':'::;';i''';' ...t;"-;~\;:::::'-:~ ;-""",-_r.;.~u;:;'~_.:",.:...:""'1 ,:---.'- -':~:'-. ~:..:-?-'. -,q~--;,<;';'.Y-?'.~'::::;;AT'--:'
j I ,==i I 1::: i I r==i I!=;:;r 0-1" J ''''',13.'CLR crYPr~ ~: S:~f .";;...." &c7. BAR$, 0 ~2. O,C.7-.1 ~~.~.
'~i II' ~U~ll i' TT ~~}~?.<i "'~';;;'~it1ti~05?-p~~j~-i;~C?~:::~~g}~}"- -{-NOTE:
li==ili=~ili !19a-L~1:-..-'~ ~_;"'~t_ A-~F~,i.,-i~.rA' ~...t}.~ '_:!.3~ji'-~NL;'-\?~~~'''A_:dj-1..._. 0 C()NTR.t.CTOR SHALl NO"nfY CIlY"s GEOTECHNICAL
ClASS 'A' ROAD STONE '7T=if.=1 ~~"':?I .:.?(....., "'/.'-. '- 6. .c,..! '5t' ~ '7 <_""-'-:<"',;6, .'~,}bCl'_><_}'::~>- ~ ENGINEER TO DETERlIllNE SUITABIUlY Of' EXCAVATION
WErnNG ICflIM DOT SPEClFlCATlON -clJ,.' I I'i.!...' _ I IT-rl,1 5<:8 BARS 0 1-6 OC ,,_- .:) i j"_ ---lJJ:::::- ! i AND ALLOWABLE BfARlNG PRESSURES PRIOR TO
SECTION 4120.04 (WIN. ,. BELOW FTG) -....... - I: : I = : I ~= I -= 1;- ~ I '::""-::::: I =- i 6. ..J 11 i) i=:! I i:=- PLACEMOO OF CONCRffi fOOTINGS.
-.': : I -;: ,=" -,: = 1 = ...... ,;: I~;T:~
-1=1 ;=~::I ~~:I:i :1
"-0- I -- I i- ~m ~i;z - 5e BAAS
! I i 1'--
2'-0. 3'-4. 1'-2. 3'-4.
. 7'-10-
. 1 RETAlNINQ WALL NO.1
SCAlE: NONE (LOOKING UP STATION)
PROJECT NOl 0<OO26-J01 O"''''EO"" "KUH" m """"" 0""'"",,0" I IiAI SHffi NO
PROJECT DAft: JUNE 14 1004 CHECKED BY: NKUHN DUBUQUE STREET /FOSTER ROAD .
CAD DATE: Seotember 02 2004 9'03"40 0 m. ORAWN EJ't': DERt.IST . .. INTERSECTION IMPROVEMENT PROJECT RETAINING WALL NO.1
CJD flL< S'\PROJ\O<OO26-J0'\CAO\dw..\Ct\U\U02.OWG E e Alhance, InC. OTY OF ~A OTY. O:>WA SPECIAL CONSTRUCTION DETAD.S U.02
---:'1;-
, :==il
~~; I:ffir~r, ~ FtHCE POST. CENTER
BASE PiATE ON CAP.
--:::11 liD VARIES
"I'-:II~ :::::::l ' 2'-0. 5'-0. (TYP.)
'~I~~~~~fu~, ..
,.
" BARS i TOPorWAl...Lq, WALL NO.2 DlAEtISlOtI TABLE
401 0 1'-6. o.c. ,8 ...~""" "'~1O lBmH '""""" 'A' T
19+45 19+53 10.00 " 8.34 2.31
19+5J 19+68 15.00 10.34 2.31
POROUS ','.1 19+68 19+8J 15.00 -
J 12.J4 2.3'1
BACKRLL :gm ','"
" 1'-8. 19+83 20+13 "'.00 K 12.84 2.12
" "" ,
, . 20+13 20+43 "'.00 L 12.67 1.95
" r 8. NOld. UhlESTONE VENEER
. '- 20+43 20+73 30.00 . '1.17 2.46
" 20+73 21+03 "'.00 N 11.00 2.29
"
" 1 !')" NOIoITNAI WAil ('~'lCTInN 21+03 21+33 "'.00 0 9.50 2.13
" '0. REINf. CONCRm 21+33 21+46 '5.00 , 9.50 2.80
. I. St:! BARS'O 1. AIR eM> ~KEEP FREE or hlQRTAA)
" 1'-O~_ D.C;. 4. UYESTON W/STAlNLE'SS STEEL 21+48 21+63 15.00 0 7.50 2.80
STONE ANCHORS 0 16. D.C. (VERT.)
PAY UYITS /' " I ANtI 2". O.C. (HORlZ.)
or CLASS 20 I
EXCAVAOON "
I 6b BARS 0
1'-0. O.C. .
" I
" I . 2. "CUt
C"
, " I , "-6. PCC 8of,NDlNG r~_l
.,
< 1 . , 4X(TYP.) 7"" ~ .':.)
GRANULAR BACKALL TO ,ii i,'iil. '--0'. ,-"
WITHIN 2' Of TOP Of WAl..L JX (NP.) ~~\ c._
,i~,.I_ 11
~ ,..;.:>- -) -- -.-
. , N \--
f'CC PAIIEldENT Q,r'-'
b 6e4 BARS .; 6.' O.C.' .<=" '" '1
, )\.: ) II
..
:-----\,\ -'0 .-<--'
, ._.J
>~~) -:Q
'-~<~. /..... "':"
..::: ~
COWPACTED~ -- N
5b BAAS 0 ):'- -
l'-6.0.C. ~EARTH ALL
.
,," COtlTlNUOUS SUBORAlN
W~ F"L~ FABRIC
~Sl-lm U.08 FOR 51> BARS 0
lOCATION) "-0. D.C.
11'-0. /
POROUS r /
BACKfl.L
~ /
'" PERYlSSlBLE u .J'
,
'- CONST. JI'lT. '" /,
. . . p,
+ NOTE: :<'^)~f-":;I\<C;i-~t./~<,,:,,..,;~.:.::'lo;,Cf-j:;i\;~-:-~;L!" - ,~"'\)..A; =TiJL ,j~!] i~
CONTRACTOR SHAll NOllFY CnY'S GEOTECHNICAl ,-,,~'''-, 'W"',-" = ""1i' -~-,--., H~ 'd
ENGINEER TO DElERVINE SUITABIUTY OF EXCAVATION
AND Al..LOWA8LE BEARINC PRESSURES PRIOR TO ;t>r J'~!;;;<\:brs,,"~;1'-,<;r{)(::;!\::~bA;;;.\;~=~'r'--r ~;C'\jy~ ~lTi=:~fTi~rll~
PlACEldENT Of" CONCRETE FOOTINGS. ,cQ .--~, ~,ey,_,,~C~N.,~,."~~ .~-'C' ,- ,- 1-'
b
, L;1;1~~t iZ::' .:. ~'~~: P N ~;~ '~TI:;I;fi' : :IJ':: :~! ~LI "
N
5c6 BARS 0 1'-6. O.C. ~, I ;-! I WEETlNG IOWA OOT SPECIFlCA110N --=, I ' ---=i I ,==i I i -=:i I C-
. iel! I !illJ~t;I~~;fTT;' 2 _ 00 :ON <120.04 (.'N " BfJDW no) -, . c".~~.,!."
,'-oj.
1'-2. "-oj' 2' o.
11'-3"
1 RETAINING WALL NO.2
SCAlE; NONE lOOKINC UP STATION
PROJECT NO: 040026-J01 DESIGNED BY: NKUHN ~rn R~SION OESCRlP'TlOO I 'M.AI Alliance, Inc. SHEET NO.
PROJECT OATE: JUNE 14 200" CHECKED BY: NKUHN DUBUQUE STREET /FOSTER ROAD
CAD OATt:~ember 0' '00" 9'04;03 n.m. DRAWN BY: OERNST INTERSECTION IMPROVEMENT PROJECT RETAINING WALL NO.2 U.03
CAb FllE: S'\PROJ\0400'6:-.101\C'..AO\dWllll\Ct\U\l103,OWG arv OF' rJWA CITY, K:JWA SPECIAL CONSTRUCTION DETAILS
END SECTION - PLAN V I EW (KEYIIAY N01 SHOliNl ROTATE ALC+tG Ii BARREL 7~ ROTATE .&.LONG C1..BARREl ~... 6 SP. 010)1, I!
'''..,,~ CUT &: RElOCATE Kl &. K2 BARS ONLY. 7-1ol11 OIl' K11 BAAS ! "2'."~
CUT " RELOCATE 1016 .& K6 BARS ROTAl( ALONG ~ BARREt ~ sP. DISCARD CUT LENGTHS OF Z' OR LESS. ROTATE ALONG 1.l10PT. Of BARREL ti $P. 010
AS REQUIRED. DISCARO CUT EXTEND loll &: lol2 BARS INTO HEADWALL APRON. 7 IolZ OR K2 BARS
LENGl1-IS Of' 2' OR LESS. I ,
'" ~
TOP OF BOTTOM
SLAB K9- OF SLAB I
I
73 $P. 0 4JS: 74-"2 BARS
K6 STAGGEREO K6 K2 K2
K7 K7 " "
K2 '" K2 '"
, , , - - - , , , , , , , , , .'
" , . , , , , , . , , , ,
.
."
., ., ., .,
. .-
. ., ., FRONT FACE OF ., ., FRONT FACE OF
I EXISTING PARAPET EXISTING PARAPET
BOTTOM TOP OF
BACK or PARAPET OF fLOOR FLOOR
AT ct. BARREL .,
.,
2. CLR. BElVIEEN 2~ ClR. BETWEEN
K9&t.l9 K11 & M11
~ sP. 24 $P. 09; 25-K7 BARS - BACK OF PARAPET 20 $P. 0 "-0; 21-1ol1 OR K1 BARS
AT liBARREL ~I
~ SP. 18 SP. 0 1'-0; 19-\17 BARS ~ SP. 20 SP. 0 1"-0; 21-"'2 OR K2 BARS
~ sP. 19 SP. 0 "-0; 20-1.16 BARS
~ SP. 25 SP. 09, 26-K5 BARS THE EXISTING WINGWALL MAY BE REMOVED
AS NECESSARY TO FACILITATE NEW R_C.B.
~ SP. 26 SP. 0 1'-0; 27-1.4" OR K" BARS CONSTRUCTION. THE CONTRACTOR'S SCHEME
NOTES. FOR MAINTAINING STABILITY OF PORTIONS OF
~ SP. 27 SP. 0 1'-0; 28-1.45 OR K5 BARS REFER TO SHEET V.08 FOR BAR LIST & BENT BAR DETAILS. WINGWALLS NOT REMOVED SHALL BE APPROVED
5<4 SP. 0 S; 55-AI BARS ALL TRANSVERSE REINFORCING BARS AND HORIZONTAL LEGS BY THE ENGINEER BEFORE NEW R.C.B. CONSTRUCTION
OF CORNER BARS SHALL BE PLACED PARALLEL TO THE CONCRETE BEGINS.
BREAK LINE AND NEw PARAPET UNLESS NOTED OTHERWISE OR SHOWN.
BACK OF PARAPET DIMENSIONS SHOWN FOR LC-f OF TRANSVERSE BARS. VERTICAL WALL ~" .)
AT INSIDE FACE OF NOTE I ALL LONGiTUDlNAL BARREL STEEL SHAlL EXTEND AT LEAST ld
BARREl wAlL TO THE BACKFACE OF PARAPET. BARS. AND CORNER BARS ARE MEASURED ALONG ~ CULVERT. U.N.O. J: 0 n
>- <:....\
U. Z - :;;:;0 (_.
iSYHHETRICAL ABOUT ~ 0 0 ~ --n
~ SP 0 l' -6 C.C. 0: ill - -' .-
1<7 ISP EO BETVEEN - --
K6 BARS) 0 z - N .._-
5 BARS <ljE2 o w (-) !
, ~ >- "'-
PERMISSIBLE KI {AlTERNATE u. x :-= (~) i'-c-,
CONSTRUCTION .KlINT K2 SPAC I NO w CONCRETE
K<lj OR K5 w --<I- I I
J: 0 LIMIT -a --,
( ALTERNATE >- w ~ ell -" ,..,.)
SPACINGl ill _.,-..,-:t
w U. 0 ;-='~'l -'.::'
~ o Co. FRONT OF ..,/.. .C-
482 ~ 0 -~ ..
J: 0: PARAPET
6 SP 0 I' -a c.e. 75PA.1D1'-0 7 SPA. C 1'-0 >- Co. '- ,-,)
6 0 )0-
7 BARS-5El BEVELED 0 :; -
w w SLAB & FLOOR SLAB &c FLOOR
~ KEYlfAY ~
AI w w
A2 S1 AGGEREO 0 ~a;
, ~ ~ ~.
<; , 8'-0 ~ .., B'-0 , ~~
'" ~ if' ~~ <r
BEVELED ~
D ~ D~ DOWEL BARS DOWEL BARS PART REMOVAL PLAN
KEYlfA'f w 1);=
iJ; ~ "
m m ill
6SPo I'-aLe. ". .. ~
7 BARS 4FI ~
. '" D "
4fJ '"
':" .,.. 114 OR 115 <i ~
0. ~
. ;.. ~ (ALTERNATE ill "
SPACING) . OESIGN FOR 30" SKEW
"2 "I "2
146 (AlTERNATEDl M ~ , L I - ~ TWIN B X (; REINFORCED CONCRETE
~ SP 0 l' -6 C.C. M7 I SPACED BETl{EEN 116 BARS I
. 5 BARS 4F2 BOX CULVERT EXTENSION WI APRONS
~ BARREL SECTION SECT ION NEAR TWIN EXTENSION DETAILS
l i SHOwING SPACING OF %' OIA DOWEL BARS I STA.16+18.93 CL DUBUQUE STREET JULY 200"
g I MAl Alliance, Inc. CITY OF IOWA CITY SHEET NO.
;. PROJECT NO;~26-JOl OE:SlGNEO BY: NKUHN Rt'v1SION DESCRIPTION DUBUQUE STREET /FOSTER ROAD
~ PROJECT ClATE: JUNE 1<4 200<4 CHECKED BY: NKUHN INTERSECTION IMPROVEMENT PROJECT V.03
i ('AD ClATE: Seotember 02 700" 9':35:04 (l.m. DRAWN SY; O(RNST
CAD fllL; S'\PROJ\O<40026-J01\CAD\d'St\fd.~yo3.OWG arv OF IOWA CITY. W)WA
----~ --- '-'. ;
! - 0 I -' "! /j ---" ~/
'\ I ~.----~___~~ ----l---- -----____________
, . ---....: -.-____1 LP ------___
..' --+::---~----~-~-----__.c, ~---- --- -__ ! P
DUBUQu. " r -f -~-...I:::...~-'-'-~:-=--~-=~t4+00------~------ ____ __ I~
( 'E: S~' - .--. ----- r:
NORTHB ,'E:cr I --- " - -- :>'-'--~-~---~_ ---- --- ~-:..---------------- L.
--- =-
. OUND) , ---- ,
\ ' I
- -=~-:~-:::.:-~=----~-- !
:-- -~~3~' ~--:-~--~.-~~~------~
~:-~--=-:,' ,:-~ - -:.::.~---Lbfj-="~,G !.
-, ~. _ _ - ,~----",2,:-=-~-,:_:::--- -:'~l1fl-EllO . .0-:::____________
-___. - -. V -.. __ -. -. .......---_ -_'-._ SfA.1Q~20 - __ ~"... -'-..:
'. -. -. -----=- - -- -- -. '- ~ _.~ :..-..;;;...._-=--=;. -:':::-"- -. --- ~-~~---.,.-----~
- - -, - . - - ~ - 1=_-__~ --- -2
-~-"--' -. ~- -::. :: ~=,~------=__~~-~ ~ ~~.---]~:: =.~~-=-- -- ~~~ -. --~ -_ n __
->\ ' ~ -. _ ., ~ ~ .- -1 '~"'-sueD"'. _ - _~ --
'-< - -_ - ___ -. - _. - -- _ '- ------L - -WI-~TER-FABRlc.. _ _. -- _ ..... -....~_ -----------
-.- -- -. -----_ --- _. ----... .......... ~- -'-. -____'- -. .- -'.... "7 - ------ _ ______ ~
-. - ~_ --- -. _ '___ "- -. _ - -., -_~ __ GRADIRG tlMl'fS.. . __ __ - __ __ _ ___ _ _ ._ ____ -.....~__ '- _ ._---
- - ' .",- '. ~. - _ ., - ~-. - _ _ ,5" CROss, 5,cnONST -.- -. .-'. PROPOSED IGHr'OF-WAY / /
~ . -,~. - - ~ - '- - '- --~- -.- - -, v 6 ~ ::) 7
-. -. -- - - - --- ----. -. - - ---- -- _. - ....';{
L ' .c-.
- ( ') . -(P
. . I.
::.- \ ," -';l ,
:r.~~~ , _--1
.r;;'
.'-~ /'.... .. 665
665 .....:!:: .~. . ---
.......:.........:..8 .:;1. .,... .... .::..;",." ... '.\'-).
~ ~ ~ ~ ~ P :3-
~ ~ m
~ ~ ~ ~ ~ ~
~, ~, ~ , ~, ~
~ ~
660 ~~. ~~. ~~.......... ~~. ~ , ~, 660
~.~. ~.~.
WAlL SECTION ~". 'w WA1.L SECTION ~". 'w W.4l.l SECTION ~B~ n ILl W,JU SECTION ~~ 'w WALl SECTION ~~ W~ SECTION ~~1. ~~
~~ ~~ j~ ~~ 'w WALL SECTioN -C2. 'w W
~~ ~~
655 M M ~.~. M we 655
~ ~ ~~ ~~ ~.~. M
~~ e~ ~~ OZ
~~ ~ ~
&z e~
~~
650 ,,- ..- 650
"1' -
,
t~~
,
,
, 645
645 ....... ............
~ 640 · ",~ . t:~~=~~=,=:r=:t::::::=~:?:~=~~t::::T::::t::-=~t~:-='E::~t7~~~::::3:=~J:_=::=:=:!~-=~~~: .~
~
~ 635 . 635
~
. ~
~ 630
~ 630
. ,
~
~
~ 10+00 +50 11+00 +50 12+00
~ n REVISION OESCRiPTlON i IiAI Alliance, Inc. SHEET NO.
PROJECT NO: 04002&--101 DESlCHEO ev: NKUHN DlJBUQl.E STREET /FOSTER ROAD
~ PROJECT OATt~ JUNE 14 '004 aiECKED BY: NKUHN INTERSECTION NPROVEMENT PRo.ECT RETAHNG WAll. NO.1 U.06
CAD OATE: SeDtembllr 0' 2004 9.07.40 C M. DRAWN BY: DFRNST SPECIAL CONSTRUCTlON DETALS
i CID Fll..E: !;;.\PROJ\.04OO?6-J01\CAD\dwtls\ct\lf\U06.DWG arv OF rJWA arv. rJWA
-.
...;.0.___________________________________________________-------------------------------.-
--.~.--::..~'- -- -_.- --.- --- -_.._-- ----_.- -- - -- -.- - - -- -.- - -- - ---
-~
665 :-:~ ~ ~ iii
........:~_~. ..;1:. ~~. ~ '$. .~. 665
I"- '~.n .,; ......'" to '" fD
~ ~~ ~ ~I ~. ~. ~I
.. 0 I"') c;>, N;>, N;>, N
0'" ~. IC!I :2~ ~~ :2:1 ~~ r-~
660 ~.' ;_~. ~,~. ~:;. WALL SECTION ~F" ~:. WAlL SECTION ~G. .''::;. wAlL SECTION ~G. ..::: ;::- :;: -~ 660
_ ~~ . ~ WAlL SECTlON ~E" . ~ WAlL SEC11CN "E" ~~ ~~ ~~ ~~ - - ',2 - ;~.-.-
WALL SECT!ON -C2~ I ~ W,f.U SECTION :0. ~~ ~~ WC) WO We) ~ we. ~::: () . ~- -
~~ We) od" ~~C ;!;~o 50 +~Cl --:-.---\ v'" .'Tl
655:~i + ~1~~I~~i - ~i ~~i~~i - - -.. -C) ~:~;~; -655
!!! ~c: ~c;: :-.() - 11-1
o(Q..z ./ ,--
ti~i:i: ...-..\~, '-' ',--"
: ~~ ~~i,~C;~~'~:~"~.':~~~C,'"+:s'c..c;:p.::k.~j:.;s.L; ~~. ;~."~~C,;~"+~c.;.;~ .~)! ;: .<0
! ~=~di~::i=;:::{:-2::'--~::-E~-i~_=---~-------=:-=-=-~_ _~::E-:::=::~~fc.~:::;:::t::::::::--t~~~3 ",," · :
e ., I .... ~...:.~ TOP OF" F"ooTlNG . ... :
~ ____-..:.____..J-. .. ~: BOTTO~ OF KEY... .
. ~ 635 635
~
~
,~ ~
. ~
,
~
~
~ +50 13+00 +50 14+00 +50
~ """"'CT NO, 04002h101 ~GNEO BV, NKUHN ~ ',""SION oo;cmP11ON ~ ~I SHEET NO
ti PROJECT OATE: JUNF '4 1004 CHECKED Ii'f; NKUHN DUBUQUE STREET !FOSTER ROAD .
.. CAD DATE: SeDtember 02 2004 9'08:28 a M. DRAWN 1i'f:~NST . " INTERSECTION IMPROVEMENT PROJECT RETAINING WALL NO.1
i CAD """ s,\PROJ\O'OO26-J01\CAC\d.,,\et\U\U07 owe E e Alhance, InC. OTY OF OJWA OTY. OJWA SPECIAL CONSTRUCTION DETAD..S U.07
"-~?~;:.' '. -\ _J "I / '.' / / "I I / / / I / .',' I \ I '"""
- _,Y 1 \ ' "" ,I, / I I, / / / / 1..,'1 " \ \ I
/~ ._..J .f / /,~.:-_ I '/ /STA.~~. 67~'L, \ \ / PP ,I \-- _ _ _
~ ' ~_ __ ( / (" ,~,_ / ..5\Jl3 UTU:T ",
'" "'/ ,/ "._- - ~ I (" / I ,~-.I~ /' / / ' '. \
./ ~',...J / / ....- '
/ /" ~ ,( _--- / ('{y: (( / 1// 17"'-.1__,,:, \ \ r--, @/~..
_ ..-'./ i-"_'-:~_ ._. j I"'{ ((r I' / // / I ----____ \. I ~4-
_ /..- ___ -' r " _. -------- . I 1 "1..' ---..:. 7 /~ ;...-.::-_-~-~i-'
--- ..- ;--, _____,/ ,\ l"t-.l.' I ( \--- 1n,~
- - ___... ...--..----1 />":' ___.~ 1<.! I I I, ' I.. \ \ ,\.,\..... ~ \ -------~fNr I i' ~.. ,..
- .-/././ J ~.~--// ..-l';, ,\\ '~\:. ~ \ -----_ f 0 f:\lO ...'~' I" ,~r\.... )..-
I' ___ ,. .......-A-,tJj\
..- ~..-- I ~,______ ) ""I \ \, ........ ____ --. ----_ / " , . v'--' _
-' .___ ,/. _' ._.--J / r'~' ...-l ;'<i, j ~ _-- .... -. - _..... 4 IN. SUeORAlN----__ EXISTING ELECTRIC \-" ~.~ ELUG=-EtID -, - ~~ "
._ .r I / I '-'/\,r ~"~ '_:..__~ ---:- _ - ___ -. . "\ FABRIC --- _ REL.OCATION BY UTIUTY / ./ ~ :}/' ~ '~:r"".:1+~J _ _' _ _ '
_ ~ . "~ ' _ _ _-.. _ _ ~ , . -__ COMPANY ~, / ~ ~Elr.l!JfL__--- --,
,...:;:- - I, I / ". C'1", -=r...;...:...... ................ ___ -=--~~ -. -..... -' -- 1- - ---- - -- I '-......i _______~f9_; "/ ..-/ /'( ../ _ _ L _'__
_m_Hu---T ""- ; I. -~- - . -- \ . - ~ ____ /' / ,.~ I
--- ';. / '--'" ~ '-..:. --...---~......._ ::::::~-.__ 1 I _. ' -- - - r; - -- -I - .. -.- ~
jJ / " /', '-...... ~..... ................ ..... ------ -~"",---' \ -- '--
/, STA.J9+s3.$l'5l- --- -.. ---- - ~ ~ -- - ~- r I ..
,-, ---- - -- -- -~- - /"." . '-';l~--...~--
..... -'...... ..... ----=:..-- =-=:.~ -:-LLlS!!~GHT(}f_W"Y_ ------- :.!:/1 ,/ -" ---"!""-.!.._.\ nT'" ] TI
-m-:='--T m~__b_~_~~__~_--~-- ---=-- ~-~~2 -~:-:;-.:: __ --..."."'........... \: >-', I- 1!'<J !!<
-- \ ~-,'-'"
. C,
-----,----i-.-.-'----------------.
ST....21t63,Y,'~.5.l
. v : r---T
.
'-
~
'",,;." ..",-,' -.,... ~.~"...
~.d:.;J/.'
~~ I-J
(". '~
N ~S 0 ,:d
~ c..n
695 .... ..S~'~
:::. < - .6
")- .....
: WAll. sECTI~m "N~ : WAll. SE~ "0. ---"
0-'-- . N .-'
: WAlL SECTION "LR : WAI..L SECTION "'MR P s:- i90\
690 . . : .'IW!. SEClIOt\l. :'lo;~ . - ~-) :
..... ,- .\....--:,:,.
.~ C,..
I . --
N ~:;~ ~~< -;.
~
685 '"
G . --- 685
.~. .::::-.""':'...:... .f..,.,).
;1;. Y' _
"'iij
10 .
w.
680 .101 of 680
J~l
~~ In
675 ~~ ~ 675
.....(;:.):.
, :r.
l ,...--.. ,
, E.:l::,,_~i:~_______ : _________~__...LE.:~:"_~i~________~_________~__ TOP Of
~ 670 iC::;~c"====:t;:~:::I:::=;S0t::Ifi:=:i&T~~,~~Cit=C:?;:"'C~~C""" C""~~"C~ fTG, 0 670
l 665
! 665
. $ TOP' Of
fTG.
I 660 L__:_.L__~_____:_____';"..../' . .
. 660
l 19+00
i +50 20+00 +50 21+00 +50
PROoIECT"'" 040026-J01 DESIGNED BY: NKUHN R REVISION OESCRlPTlON I ~I Alliance, Inc. SHEET NO.
PRGJECT CArE: JUNE 14 7004 CHECKED BY:: NKUHN DUBtJ<XE STREET /FOSTER ROAD
i CAD DATE: SeDt.mbM 0' 7004 9,09,08 a m. DRAWN ll'(; DERNST IN'reRSECTlON IMPROVEMENT PROJECT RETAHNG WALL NO.2 U.08
CAD fU: S.\PROJ\040026-J01\CAO\dwo!l\Ct\U\U08.OWC aTY OF OWA aTY. OWA SPECIAL CONSTRUCTION DETALS
---
SPECIFICATIONS Cl.ASS 20 EXCAVATION MATERiAl UNSUITABLE fOR BACKFlWNG SHALL BE DISPOSED Of'
DESIGN: MSHTO SERIES Of' 1996. IN A MANNER THAT Y/1Ll LEAVE THE SITE IN A NEAT CONDITION
THE PRICE BID FOR -REMOVALS AS PER PLAN- SHAll. INCWDE THE COST fOR REMOVALS
CONSTRUCTION: IOWA DEPARnlENT Of TRANSPORTATION STANDARD SPEClFlCATlONS OF PORl1ONS Of' THE EXISTING CULVERT AND lHE SETJ1HG Of DO'llRS INTO EXISTING r"..:)
c'
fOR HIGHWAY AND BRIDGE CONSTRUCTION, SffiIES 2001, PlUS CONCRETE. . 5 c:>
APPlICABLE GENERAL SUPPLD.lENTAl SPECIFICATIONS, REMOVAl OF THE EXIS11NG CULVERT SHAlL BE ON A VERllCAl PlANE PARALlEL W1TH L"
DEVELOPMENTAL SPECIFICATIONS, SUPPL.D.lENTAL SPECIFICATIONS AND AT THE FRONT fACE OF THE ElOSl1NG PARAPET, AND TO THE WIDTH Of THE flOOR "s.n ( -
AND SPECIAL PROVISIONS SHAlL APPLY TO CONSlRUcnON WORK or THE PROPOSED EXTENSION. THE REMOVAL UHE SHAll BE INIllAlED WITH A ~.:I:: DEEP '""'--. ~..:.. -n
-,. .' '.'
ON THIS PRO..ECT. SAW CUT ON mE lOP AND BOTH SIDES or EACH WALL. AND ACROSS THE TOP or THE _,0'-
flOOR. THIS SAW an SHOULD CUT THRU ANY ElOsnNG LONGll\JOINAI.. REINfORCING ,..--,-'.., {".) r--
DESIGN STRESSES lHEREBY fAClUTAllNG A NEAT NON-SPAll..[[) BREAK UNE. IF EXISTING 'TOP OF PARAPETS ::..-.... "'-"', .c'" ;-;-,
WIll BE WITHIN 0'-6 OF PROPOSED SUBGRADE ELEVATION, THE PARAPElS SHAlL BE _i'c_'
REMOVED DOWN TO AN ELEVATION 1M ABOVE THE TOP Of THE EXISllNG SLAB. ",,_. . ,
DESIGN STRESSES FOR THE F0I..1.0WlNG l.tA 1ER1Al.S ARE IN ACCORDANCE WITH THE ANY -0 ',.-1
EXISTING PARAPET VERTICAL BARS EXPOSED DURING PARAPET REMOVAl SHAU... BE CUT OFF :-'-- 'Ct \ \ '
MSHTO STANDARD SPEClFlCAllONS FOR HIGHWAY BRIDGES, SERIES Of 1996. flUSH W1TI-l mE PARAPET REMOVAl UNE AND PAINTED Yt'IlH l'M) COATS Of' ZINC RICH ~-:, ~C: - ~.J
REINFORCING S1m. IN ACCORDANCE WITH SECTION 8, GRADE 60. PAINT. _r:-
CONCRElE IN ACCORDANCE WITH SECTlON 8. (c - 3,500 PSI. All REid OVAlS SHAlL BE CAREruLL Y ACCOMPUSHED AND ANY CONCRETE DAMAGED BY ~/.., ..
THE CONTRACTOR THAT IS NOT TO BE REMO\'ED SHAlL BE REPAIRED BY THE CONTRACTOR - {".,
GENERAL NOTES AT NO EXTRA COST TO THE C1lY. REMOVALS SHAll. BE IN ACCORDANCE WITH SECTION y- -
2401 OF" THE STANDARD SPEClF1CATlONS.
IT IS THE INlENT Of THIS DESIGN TO EXTEND THE EXISllNG REINFORCED CONCRElE BOX TI-lE PROPOSED aJLVERT EXTENSION SHAU. ABUT AGAINST lHE FRONT FACE Of" lHE
CULVERT. EXISTING PARAPET. S-. X 2'-6 DOWElS W1TIi A 10~ MINIMUM EMBEDMENT INTO EXISTING STANDAROS:
PlANS Of" lHE EXISTING STRUClURE ARE NOT AVAIlABLE. CONCRETE SHALL BE SET AROUND TIiE ENTIRE PERIPHERY OF THE EXISTING CULVERT.
FAINT UNES ON PRINTS INDICATE EXISTING STRUCTURE. DOWElS SHALL BE CENTERED IN lHE EXISTING SlAB, WALl.S AND flOOR. DOWELS SHALL FOR DETAILS AND NOTES NOT SHOWN REFER
~ UllUlY CQL4PANIES AND l.4UNIClPAUllES 'I\tIOSE FAClUTIES ARE SHO\\'1\l ON lHE PlANS BE AT 1'-0 MAXIMUM SPACING C.-c. or DOWE1.S. DOWELS SHALl BE SET Willi EPOXY TO THE FOLLOWING IOWA O.O.T. - HIGHWAY STANDARDS:
OR KNO'MII TO BE WllHlN THE CONSTRUCTION UMITS SHAll. BE NOTIFIED BY lHE GROUT IN ACCORDANCE WITH STANDARD SPECIFICATIONS ARTIClE 2.301.12 AND CURRENT STANDARD ISSUED REVISED
SUPPlEMENTAL SPECIFlCAllONS or lHE IOWA D.O.T. HIGHWAY DIVISION.
CONTRACTOR Of THE CONSTRUCTION STARllNG DATE. THE ROADWAY WILL BE OPEN TO TRAFFIC DURING CONSTRUCTION. .,
THE R.C.B. CULVERT EXTENSION SECTIONS ARE DESIGNED FOR HS20-44 UIJE LOAD AND SINCE THE HrGHWA Y WILL NOT BE ClOSED TO TRAf'FlC OURING THIS CONSTRUCTION, THE
, EARlH flUS OF 8-10 fEET. THIS DESIGN IS BASED ON LOAD FACTOR DESIGN, ACCORDING CONTRACTOR MAY FEEL TEt.lPORARY SHORING (SHEET PILE OR OTHER) IS NECESSARY TO
TO mE 1995 MSHTO SPECIFICATIONS, FOR VERTICAL LOADS THE 'WEIGHT OF EARlH IS ENSURE THAT THE SHOULDER WILL NOT SlOUGH IN MillE CULVERT IS BEING EXTENDED.
ASSUMED AS 140 PCF. FOR LATERAL EARTH LOADS EQUIVALENT flUID PRESSURE IS HOWEVER. IF FOR ANY REASON SUCH SHORING IS DEEMED NECESSARY. THE CONTRACTOR
ASSUMED AS J6 pSf' /FT. z ... 170 k/ln FOR CRACK CONTROL WILL SUBMIT mE SHORING PlAN TO THE ENGINEER FOR APPROVAL COST Of SHORING IF
REQUIRED WILL BE CONSIDERED INCIDENTAL TO CONSTRUCTION AND NO DIRECT PAYIoCENT
AU. EXPOSED CORNERS 90' OR SHARPER SHAll. BE FUETEO WITH A i~ DRESSED AND v.1LL BE MADE. All. MAtERIAL USED FOR SHORING SHALL REMAIN THE PROPERTY OF THE
BEVELED STRIP. CONTRACTOR. .. NOTE: "TOP SLAB CONSTRUCTION JOINT DETAlL~ DOES NOT APPLY.
TRAFFIC WIll BE MAINTAINED AT AU. TIMES IN ACCORDANCE WITH TJ-lE TRAFFIC CONTROl
THE CONTRACTOR MAY SUBMIT ALTERNATE FROST TROUGH DIMENSiONS FOR APPROVAL PLANS SHO,*", IN TJ-lESE PLANS,
ANY ADDITIONAl COSTS DUE TO a-IANGE IN THE FROST TROUGH DIMENSIONS IS TO BE PAID TRAFFIC CONTROl ADJACENT TO THE CULVERT WILL BE THE RESPONSlBIUTY OF THE
FOR BY THE CONTRACTOR. CULVERT CONTRACTOR. THE CULVERT CONTRACTOR IS TO COORDINA1E CONSTRUCTION OF SUMMARY OF REINFORCING STEEL
FLOOR Of BARRa IS TO BE FINISHED SMOOTH. SIDES OF roOTING ARE TO BE fORMED THE CUL\'ffiT WITH THE ROAD CONTRACTOR.
TO INSURE CORRECT UNE AND GRADE. THE CONTRACTOR IS ENCOURAGED TO TAKE FUll M:NANrAGE OF SPECIFICATION 1105.15
mE PERMISSIBLE CONSTRUCTION JOINT AT THE TOP OF THE WALLS MAY BE LOWERED -- VAlUE ENGINEERING INCENTIVE PROPOSAL A PAMPHLET AND CONCEPTUAL PROPOSAL LOCATION OUANTlTY TOTAL
fORM WIll BE AVAIlABLE AT THE PRECONSTRUCTlON CONFERENCE.
AT THE CONTRACTOR'S OPTION W1lH ENGINEER'S APPROVAL 1Nf DIMENSIONAL TRANsmON REQUIRED BETWEEN EXISTING STRUCTURE AND THE HEADWAlLS 30' SKEW (1 REO'D. 1 AT 2,832
THE VERTICAL BARS IN 'THE WALLS MAY BE SPUCED ABOVE THE FOOTING AT THE EXTENSION SHAlL BE MADE IN THE FIRST 4 fEET OF NEW WORK. 2.832
CONTRACTOR'S OPTION AS FOLLOWS: WHEN DE-WATERING PRESENTS A PROBLEM FOR I'tACING THE CURTAIN WALLS AS 28' 0 BARREL EXTENSION (1 REQ'D. 1 AT 5.700 5.700
BAR SIZE NUMBER 4 5 . 7 8 DETAILED. ALTERNATE METHODS SUCH AS STEEL SHEET PILE AND PRECAST CONCRETE
MINIMUM SPUCE LENGTH 2'" 2." J!" 43" 55" WALLS MAY BE APPROVED BUT AT NO ADDITIONAl COST. THE CONTRACTOR IS TO SUBMIT
TO THE ENGINEER FOR APPROVAl.. COMPlETE DRAWINGS OF THE PROPOSED CURTAIN WALL
THIS SPUCE, IF USED WILL BE AT THE CONTRACTOR'S EXPENSE. ALtERNATE BEFORE BEGINNING CONSTRUC110N.
METAL BAR CHAIRS SPACED AT NOT OVER 3'-0 C.-C. IN E1TIiER DIRECllON ARE TO BE ALL DIMENSIONS AND DETAILS SHOWN ON THESE PLANS PERTINENT TO NEW
USED TO SUPPORT AlL SLA8 AND flOOR STEEL AS OUn.JNED IN THE STANDARD CONSTRUCTION IN RELATION TO EXISTING PORTlONS OF THE STRUCTURE SHAlL BE IJERIFlED
SPECIFICATIONS. IN THE FIELD BY THE CONTRACTOR BEFORE STARTING CONSTRUCTION.
THE REINFORCEMENT SUPPUED FOR THIS STRUCTURE SHAll. BE GRADE 50. REINFORCING TOTAL (LBS.) 8.532
BAR ClEARANCES WILL BE AS rDU.OWS:
EDGE ClEARANCES 2~ EXCEPT
TOP OF flOOR 2J~ TO NEAR TRANSV. RElNF'. BAR
BOTTOtol OF flOOR 3~. TO NEAR lRAN5V. REINF'. BAA CONCRETE PLACEMENT QUANTITIES
END CLEARANCES: ESTIMATED QUANTITIES
VERTICAL TOP 2" LOCATION FOOTING WALLS SLAB TOTAL
VERTICAL BOTTOM '2" ITEM UNIT QUANTITY
TRANSVERSE 2" HEAQWALLS 30' SKEW (1 REO'D.) 15.8 5.0 '2.2 23.0
REMOVAlS, f>S PER PLAN LS 1 28' -0 BARREL EXTENSION 1 REQ'D. 18.0 10.5 14.3 42.8
lAP .xx. EXCAVATION, CLASS 20 Cf 30
t~ STRUCTURAL CONCRETE CY 65.8
REINFORCING STEEL LBS 8532
~ "\ "- ENGINEERING FABRIC - Sf 260
CLASS 'D' REVETMENT TON 250
JlA r::.." ~
. THE QUANTITIES LISTED ON THIS SHEET ARE AlL, OR PART OF THE BID ITEMS LISTED TOTAl CU. YDS. 33.8 15.5 16.5 65.8
&:^' ON SHEET C.01. . INCLUDES PARAPET AND TOP OF WINGWAlL
.'h
~ / I hereby certify that this engineerin9 document was prepared by me or
",'''''Es'Si''',#. """" my di,oct pe~'8':~ ~d thot , om 0 d"~ Ii.",...
/>% ,~';q.O~\IIII"llttr;###. ";::'7]""" b., of tho sw;_o~:~
...... ~ ~~~~\ "'" '( """
2 - 15 DIAGONAl... BARS IN ':() ~~~ ".. ~
EACH F,Aq~ NEEDED ONLY ':1Ii~ '~ ~
WITH 3 -0 NolO lAAGER ~Oj: NCHOLAS J. :'(i)': NiCHOl..A5""'J':'" KUH!f; P.E. OATE
OPENINGS. 'ill' KIHI ;:;:'
License Number: 146-43
. NOTE: SO; ~ gms My license renewal date ~ DECEt.lBER 31, 2004
~1~~L~'W8J'~i~~~ -=-")\ l$J~ DESIGN FOR 30' SKEW
0:. ~ -:0 ~ Pages or sheets covered by this leal:
THAT WHICH HAS BEEN INTERRUPTED. ADDED STIE. ~ "" \~~.. ......
SHALL PROJECT PAST OPENiNG ON EACH SIDE THE "#. ';""l"'''''\'~~ ,..... V.01-V.08 TWIN f1 X 8 RBNFORCED CONCRETE
REQUIRED lAP DISTANCE. IF ODD NUMBER OF BAAS "# lOW" ,....
. ARE CUT. ADD Nol EXTRA eAR TO OP~ SlOES. ""11""''''
MINIl.4UW BAA SIZE REQUIRED TO BE 5 BARS. BOX CULVERT EXTENSION WI APRONS
1 ADDmONAL REINFORCING 0 OPENINGS GENERAL NOTES
SCALE: NOT TO SCALE STA.16+ 18.93 Cl DUBUQUE STREET JULY 2004
PROJECT NOo 040026-J01 ~ R!VlSION DESCRlPTlOH - l liAI Alliance, Inc. CITY OF IOWA CITY
DESIGNED 8'1': NKUHN DUBUQUE STREET /FOSTER ROAD SHEET NO.
PROJECT Do\TE: JUNE 14 2004 OiECKEO B'l': NKUHN
CAD 0I0TE: Semem'-" 02 2004 9'33:21 0 m. DRAWN B'l': DERNST INTERSECTION M'ROVEMENT PROJECT V.01
CAD FJL:~040026 J01\CAD\ttw""\Ct\V\VOl owe aTY OF DWA aTY. DWA
I'
'so
'0
0
,-
;.. '!
,
m
;-J
c_,
- Q =
or'
e_
____0 :,..::.-' '11
y=-~
-- .--
. C) .... "-' !---
=--I,/j !-- iT1
--< ~- ~ ..", ,
" . '" ,__1
, "___..J
0 -;;=:",...>-<
'" "-;:~ /-.... .C"""
--' .-
-~ ..."
p -
'"
~ ,-
,
" '" .
n -'- ~
,
~
..
,. ,
'J 0
'"
~
,
'" m_
,
~
'"
~\ \&....0
\
\
PLAN VIEW
,
DESIGN FOR .30" SKEW
. TWIN f1 x S REINFORCED CONCRETE
BOX CULVERT EXTENSION WI APRONS
X DETAILS
l STA.16+18.93 CL DUBUQUE STR[[T JUlY 2004
~ PROJ(CT NO: ~40026-JOl DESIGNED B'{; NKUHN ~ RE\'ISION DESi:R1PTlOH I RAIAlliance, InC. CITY OF lOW A CITY SHm NO.
~ PROJECT CArE; JUNF ,. 7~ CHECKED BY: NKUHN DUBUQUE STREET /FOSTER ROAD
Ii CAD ()A.Tt: Seotember 02 2004 9:35:77 c.m. OAAWN f1Y: DERNST INTERSEC110N IMPROVEMENT PROJECT V.04
I eN) fllE; S'\PROJ\040026-J01\CAD\dwlIs\ct\I/\.V04.0WC arv OF r:)WA atY. ~WA
--- -
END OF WING
0
,
~
0
~
.
0 ....~
,
~ 0 0 ...0."
, (--,)
~ U"
~!~ c_
~ s,~ --
,
~
0 c: , r,-'
_ t.~= ~ ~ ::--') -'=" !-
-:-:...., -',J Ii
1-'-; r-
i __._ -0-'1 --'- \...~
~ - S2~-; .r:-
~""-
)> r..)
-
0
,
~
0
0
.
,,2
0
,
~
0
,
~
0
,
~
0
~
~ 4
END or i'I1NC
PLAN VIEW - TOP OF APRON REINFORCING BARS
. PLAN VIEW BOTTOM OF APRON REINFORCING BARS
DESIGN FOR .30" SKEW
TWIN f1 x 5' REINFORCED CONCRETE
BOX CUVERT EXTENSION WI APRONS
~ DETAILS
~ STA.15+18.9.3 CL DUBUQUE STREET JULY 2004
~ PROJECT NO: 040026-JOl DESIGNED BY: NKUHN ~ RE'o1SlON DESCRiPT10N I liAI Alliance, Inc. DU8UQUE STREET /FOSTER ROAD CITY OF lOW A CITY SHEET NO.
~ PROJECT OI<TE; JUNE 14 2004 CHECKED SY; NKUHN INTERSECTION IMPROVEMENT PROJECT V.05
i CAD OATE: Seotllmber 02 2004 9:.35'52 c.m. DRAWN BY: OERNST
CAD FlLE: S'\PROJ\040026-J01\CMl\dwcs\Ct\,^V05.[)WC arv OF J:)WA arv. J:)WA
,
lOP OF PARAPEl
4i \'-0
~
2CLR.
., . '" (TYP.1
...... '"
TOP OF OPEN]NG
-:."
PERMISSIBLE ..'~ ALTERNATE PERHISS18LE .,",,".
CO'lSTRUCTION JOINT :....: TOP OF OPENING CONSTRUCTION JOINT
.~
PERMISSIBLE
CONSTRUCTION ..K)]NT
TOP OF WINGWALL DETAILS
SECTION THRU PARAPET
'iCULVEIH
.
~
, N ~
.
653 65'
6
655 58 656
F.F.H.
657
'8
48 B.F.H.
. CULV SPAN 40
B.F.H. F.r.v.
58'
STAGGERED '"
5C Q I.:';
.,
B.F.V. u'
5C 405 6F3 ::::0 ,..
B.F.v. 51 AGGEREO a BEVELED . "-n
6 KEYVAY ~y~ =-l
'" . -
6M2 (TYP. l ~ .--.,-
0---' r>' i--
:::::-lC) r :.T1
- /
"=-"'1",1 -0 --
401 61<5 a' Q5~ -- '.~
'" ~
M W ,'"
"',
<.- N
TYPICAL SECTION .. NEAR CENTER OF APRON J:~
.-
]"S
2~ 7'-2X 2~
WALL DETAIL
~
N -.".,- ~
_.-4'"'
~ ;.,
~ 0
406 Ow
" :. ~
::2~ d
~ 0 '"
m ~
- , ,:,~~=r:
~ ~
~
~
~ : .,,""' ;'''...-..:.." #,- ~
'#-..- 'C5 M 6P
. .!"',.> ;"',:".'(4'- ,. . .'~''',. .. fi~
,.r-..--
. II
0'. : 2-4C4 (DNE F.F. OF
.. ON EACH FACE) PARAPET B.F. OF
PARAPET DESIGN FOR 30" SKEW
w
6 TRANSITION FDA ' 3 TWIN f! x rI REINFORCED CONCRETE
~ flOOR THICKNESS
4C5BrlRS06 STAGGERm ~C6 BARS II BOX CULVERT EXTENSION WI APRONS
6' STAGGERED SECT I ON THRU CURTAIN WALL
~ TYPICAL VIEW - CENTER WALL DET AR.S
~ STA.15+18.93 CL DUBUOUE STREET JULY 2004
~ PROJECT NO: O<<1026-JOl DESIGNED BY; NKUHN ~I R~O'ESCR1PT1ON I RAIAlliance, Inc. DUBUQUE STREET /FOSTER ROAD CITY OF lOW A CITY SHEET NO.
~ PROJECT DATE: JUNE H 200-4 CHECKED BY: NKUHN INTERSECTION IMPROVEMENT PROJECT V.06
i ColD DATE; Seotember 02 2004 9;36'27 lI,m. ORAWH E!'1': DERNST
ColD F1LE: S;\PROJ\040016-.J01\CAD\dwas\Ct\I/\V06.DWG arv OF r:JWA aTY. ~WA
652 651
00 '? 00 00
12
;.. ;.. '- ~JK,
-
.., 5FA GALV. STEEL :.. SFA GALV. STEEL
en FEN:E ANCHOR 4C3 '? 00
4C3 401 FENCE ANCHOR
l' -3 '-
8 8 '53
00 00 ~ 00 1'-0
00
402 ~ 00
'- ~ '-
w
'" 00
~ " 00 00
~ ~
0 ;.. '-
~
~
'7 00 00
'- '- '-
w
- ,.,
6 4C2Cll'-1i] 4C1 Cl ]'-3 6
TYPICAL VIEW - FRONT FACE REINFORCING SHORT WINGWALL TYPICAL VIEW - FRONT FACE REINFORCING LONG WINGWALL
c--'
15'-0 18'-6 c'
Q .-.:;:.<
<f'
;:0 c_
'1\
....!:..>. ") ., .. -
0-<" r,-) .,-
12 "'- I
00 =-~ c-~ IT
lX r::::::;:; 5e12 '?
1'-0 ,., -<I
,., 4J [ -'
- n i - ,-
-'-.,J --
]'-0 ,-- ):::..:- r
"-.;'~ /'"
:: 800 ..c.~?
~ . y N
~ CD_ 00' 00 -
~ ~ -
'- '-
481 5C7
'? 00 I
'-
6 5ea c 1'-0 5C7 Cl 1'-0 6
7'-6 5C10 a 1'-0 5C'10I'-0 12'-0
TYPICAL VIEW - BACK FACE REINFORCING SHORT WINGWALL TYPICAL VIEW - BACK FACE REINFORCING LONG WINGWALL
DESIGN fOR 30" SkTW
TWIN B X 5 REINFORCED CONCRETE
. BOX CULVERT EXTENSION WI APRONS
~ DETAILS
~ STA.16+18.93 CL DUBUQUE STREET JULY 2004
Em I :MAIAlliance, InC. CITY OF IOWA CITY SHEET NO.
~ PROJECT NO: 040026-.101 OESl~EO BY; NKUHN REVISION OESCRIPTION DUBUQUE STREET /FOSTER ROAD
it PROJECT ClATE: JUNE 14. 2004 CHECKED BY: NKUHN INTERSECTION IMPROVEMENT PROJECT VJll
;; eN> DATE: Seotember 02 1004 9;36:49 0 m. DRAWN E!'Y: DERNST
I CAD F1l..E: S:\PROJ\O.oo26-J01\CAD\dwQs\Ct\,^V07.OWG arv OF tOWA aTY. ~WA
REINFORCING BAR LIST - HEADWALL REINFORCING BAR LIST - BARREL BENT BAR DETAILS HEADWALL
BAR LOCATION SHAPE NO. LENGTH WEIGHT BAR LOCATION SHAPE NO. LENGTH WEIGHT G'-]Ja 4~
5FA FENCE ANCHQR (GALV,) c:=:::= 2 3'-1 (; 4Al EXTERIOR WALLS. F.F.V. li0 6',5 412 1"4
481 W!NGWALL. B.F.H. L --- 1 21'-6 14 4A2 CENTER WALL. F.F.V. - 74 6'-5 317 j=r I ~,., 1[
482 WINGWALL. B. F .H. S ___ 1 18' -0 12 O.J~ () ~ D " i'i'
, .4~,
483 WINGWALL. B.F.H. L ___ 3 VARIES 29 481 EXTERIOR WALLS. F.F.H. So 8,F.H_ 14 27'-10 260 10 ::..
4B4 WINGWALL. a.F.rt. 5 __ 3 VARIES 25 482 CENTER WALL. F.F.H. &. B.F.H. - B 27'-1121 149 5FA 6S1
565 W}NGWALL. F.F.H. L __ 1 21'-6 22 5' 1,!S 4'..;J.j: LENGTH 2'-IBX
586 WINGWALL. F.F.H. S ~ 1 IB'.0 19 5El SLAB. BOTT. LONGIT. - 14 27'." 406 ~ ,15'," 'I
587 WINGWALL. F.F.H. L ---... 4 VARIES 54 4E2 SLAB. TOP LONGlT. ~ 14 27'-10 260 V V
588 WINGWALL. F.F.H. 5 ---. -4 VARIES 46 ? ?
589 CENTER WALL. 80TH F.H. 7 VARIES 54 4FI FLOOR. TOP LONGn. ~ IS 27' -1~ 335 ~ '::I'~ GS6 ~ ,."' 6S7
4F2 FLOOR. BOTT. LONGIT. - 14 27' -10 260:"" '" ~ :.... ~
4Cl WINGWALL. F.F.V. L 19 VARIES 64
4C2 W!NGWALL. F.F.V. S 15 VARIES 51 4Kl SLAB. BOTT. TRANSV. - 2] 17'-11 251 2'-HlJ.( LENGTH
- 4C3 WINGWALL. F.F.V. L 1 6',6 4 4K2 SLAB. BOTT. TRANSV. - 42 5',4 150 '&' .13'." 'I
4C3 WINGWALL. F.F.V. 5 - I 6' -6 4 4K4 SLAB. TOP CORNER r 54 4' -B 16B V
4C4 CENTER WALL. BOTH F.V. 2 1'-6 2 4K5 SLAB. TOP CORNER I 56 4'-B 175 <T ? '"
4C5 CENTER WALL. BOTH F.V. 12 VARIES 33 4K6 SLAB. TOP TRANSV. -- 26 11'-9 204 ,!b 0-
4C6 CENTER WALL. BOTH F.V. - 2 5' -4 7 4K7 SLAB. TOP TRANSV. 33 3' -8 81 ~
5C7 WINGWALL. B.F.V. L -- 12 VARIES 56 4K'3 SLAB. TOP TFiANSV. 8 VARIES H212 481.2.3.4.&5B5.6.7.8.&6F4.5
5e8 WINGWALL. B.F.V. S 5 VARIES 19 4K10 SLAB. TOP TRANSV. - 3 2~'-8 41 2'-2
5C9 WINGWALl.. B.F.V. l ----, 7 VARIES 55 4Kl1 SLAB. Bon. TRANSV. - 7 VARIES S'1 R I" rl
5C10 WINGWALL. 8.F.V. S ---, .10 VARIES 67 4K12 SLAB. Bon. TRANSV. 3 20' -8 41 Lbl T J]>--' ~ m[E:'2!i
5C12 WINGWALL. a.F.V. L ----, I 10'-6 11 :- ,2 :. ~ ::..- ';'
5C12 WINGWALL.8.F.V. S ~ 1 10'-6 II 4MI FLOOR. TOP TRANSV. - 21 18'-5 258 - 0.3~ ~ ';' ;.. j
5M2 FLOOR. TOP TRANSV. - 49 5' -10 298 0.6
4DL APRON. LONGIT..BOTT, - 11 10'-8 78 4M4 FLOOR. BOTT. CORNER L 54 6'-4 228 ~ 2'-B ..I ~ ~ <.0
402 APRON. LONGlT..Bon. L 3 21'-6 43 4M5 FLOOR. BOTT. CORNER L 56 6'-4 237 411
403 APRON. LONGIT..BOn. S 3 18'-0 36 5M6 FLOOR. Bon. TRANsV. - 20 12'-1 252 NOTE' 5Cq,J~.!l.l2 5Tl
5M7 FLOOR BOTT TRANS V - 27 3' 9 106 ALL 0l!<\ENS1ONS A,QE QlJT lQ OJ,.
. . . - Q.PINDlAMETER.
6FI APRON. LCNGIT..TCP - 16 10'-8 256 5M9 FLOOR. BOTT. TRANSV. 8 VARIES 163 fJ.
NOTE, INCLUlJES TOP OF \/INGIIALL OUAN1JTIES.
6F2 APRON. LONGIT..TOP L - 7 VARIES 68 5M10 FLOOR. BOTT. TRANSV. - 3 21"3 66 YEIGH1CfBARSOVER41i1'-0lOM:iINCLtIJE
6F3 APRON. LONG IT. . TOP S 7 VARIES 69 41>111 FLOOR. TOP TRANSV. - 7 VARIES 142 AN ALUJltANCE OF 2'-0 FOR LAP. ~~;;
6F4 APRON. LONGIT..TOP L ---... 1 21'-6 32 4M12 FLOOR. TOP TRANSV. - 3 21'-3 66 SuaSCRIPTl-DEN01ESLONGII1NG. 0 ~ji
6F5 APRON. LONGIT..TOP 5 --.... 1 18'-0 27 SUBSCRIPT s DENOTES SHORT IIING. %0 (.- _
%"'IOOWELS - 51 2"6 123 -;>:'-', ,~ Tl
./ .-..-
411 PARAPET. VERTICAL ----.!l 33 6' -4 14~ n .- r~ \
--- '., ~ '
REINFORCING STEEL - TOTAL (L8S.) 5.700 - -< I .' 0,'.
/ - \
7Jl PARAPET. HORIZONTAL 4 19' -B 161 HEAOWALL NOTES I ;:--- Lr ,-; ::!!. r-',
-. . - , J
BENT BAR DET A I LS BARREL TH15 HtAO"'-' 15 BASED DN A 3.' SLOPE NORHAl TO CENTERLINE Cf RIlAll'AY. 7-=; -'2 - '
6Ml APRON. TRANS.. TOP 6 VARIES 194 - THE SlOES OF THE FOOTING ARE TO II: FOOMED TO INSURE CORRECT LINE At.[) GRADE. :s 7.. J~..
6M3 APRON. TRANS.. TOP - 6 VARIES I 16 ~] ~ J flLL EXPOSED CORNERS OF 1m' OR SPARPER ME TO BE FILLETED '11TH A }-; 5> f'..)
lJWllIfllIOO1llSUUP. -
6M4 APRON. TRANS.. TOP 4 10' -0 6121 K4 S, K5 :: M4 & MS cr AlL REINFOOCII'li IS TO BE SEClllElY WIRI:D IN PLACE BEFORE HE CONCRETE
.': IS PClREO. AlL SLAB AN[) FUX.H1 REINFORCING STEEL IS TO BE SUPPORTED
6M5 APRON. TRANS. . Bon. 7 VARI ES 193 N'" BY 8AR CHAIRS 1\1 IN1EAVALS OF NOl K)Rf. THI'IN 3' -0 IN EI1t-ER DlRECTION
0.3 0.3 AS OUTLltl:O IN THE STAt{)ARD SPECIFICATIONS.
GPl CURTAIN HORIZONTAL _ 4 19' 7 lIB CLEAR DISTANCE FROM FACE OF CONCRETE TO NEAR REINFOOCING BAR IS TO BE 2'
.. . ~ ~ UNLESS OTt-ERYISE NOTED OR SHOWN. CLEARANCE 10 HE BOHOM ENOS OF
6P2 CURTAIN. HORIZONTAL L __ <4 14' -4 86 1'-9 1'-] VERTICAL BARS SHALL BE 3 INCHES.
6P3 CURTAIN. HORIZONTAL S __ 4 13' -10 83 NOTEI CONCRETE OUANTITIES ARE ESTlMA"fEO.FROM BflCK OF PARAPET. ,
ALL DIMENSIONS ARE OUT TO OUT HOfllZDNTAl TAILS Of BARS 'B' I.'S ESTIMATED TO [X1El'Il 2 .0 BEYOND
, 0 . PIN DIAMETER . BACK OF PARAPET iHHO END OF BARREll. LOtllITl1lINAl BARS '0'.
. 'GFI'. '6F4' AND '6FS' ESTlMATEO 10 PRO"ECT INTO END SEClION
6S1 WING SLOPE. 80TH F. L ~ 2 8' -0 24 OF BARREL A MlN!MUM IF 2'.0 BEYOND BACK OF PARAPET.
GS2 WING SLOPE. 80TH F. S .--......... 2 6' -I i 21 THE 'LENGTH' CCX.UMN REFLECTS TO"fAL MJMBER OF FEET N:CESSAflY
6S3 WING SLOPE. 80TH F. L 2 15'.8 47 TO MEET THESE REOUIREMENTS.
654 WING SLOPE. 80TH F. S - 2 14' -0 42
6S5 WING SLOPE. F.F L __ I 20'-11 31
DESIGN FOR 30- SKEW
656 WING SLOPE. F.F S __ I lB' -2 27
657 CENTER WALL. BOTH F.H. ____ 2 11',3 34 TWIN f1 X 5' RBNFORCED CONCRETE
BOX CULVERT EXTENSION WI APRONS
511 CURTAIN. VERT. -.J 27 6'5 181
~ DETA~S
i REINFORCING STEEL. TOTAL (L8S. l 2.832 STA.16+11l.93 CL OUBUQuE STREET JULY 2004
~
~ PROJECT NO' 0<OO26-.l0' OES<GNEO "" NKUHN n ''''''''''' 0€SC~Pl1011 I MAl DUBUQUE STREETIFOSTER ROAD CITY OF IOWA CITY '"EEl NO.
g PROJECT OATE: JUNE 14 100-4 CHECKED BY: NKUHN
, "'" ""no ","..m'" 02 200. 9''''10 lH!!.0_ BY, Of:RNST E . e' All' Ioc INTERSECTlON IMPROVEMENT PROJECT V.OS
I CAD fll.E: S.\PROJ\O<tOO26-J01\CAl)\dwmCt\IJ\VOl3.OWG lanCe, . arv OF KJWA arv. K}WA
----
908070 60 ~ 403020 10 10 20 30 40 ~ 60 70 80 90 1 090 80 70 60 40 30 20 10 10 203040 : b 60 70 80 90 1 090 80 70 60 : 40 30 20 10 10 20 30 40 ' 60 70 80 90 ~
,
, a;;
-~-- -- I I I I ___1- I I. I I I i w
I I I I :>
i ___J___ , , I _____ .j_m I i g
I ____..__ L__~___.._.._ . ___.__L __I
___' --- ,--- .-- --- -[----- I .--r------ ---r--- I--I---l------ -.-----'----....--.--- .--.-----!------.-- I ------- -1------ , --------.-.-- rg
I I I 0
I ! I ,
, I !2
I
i I I ,
, 0
I , I , - , !rl
I I ,
1 i I , I UJ
i i , 11 ~
__L____ --.- -t- ---- ...-- ---.. -.-.-..-.--..--.- __",___''''''_n____._ -.. --- ----- ----.----..1--.---- ---.--!-. -----.. - ------ --.., . ......-., - -_..._~ . ,... -- -- .-. ._--------!-_.._._~ -..-----. r ___ - . .n _.______._ 0.'-_'_- -
, I i I
I I I I I ()
I i I 1
I , i r--->
I i I 1 i ,-,
, - ,..,
I I : , ~ ~ b
. I i I SO (-:- -~3
, I I I );::::. :~~
, i
, I , -'Q~:i--~- - a:.:a:
-------i-----n- --T -- ___. ._.__......_ u_.____ --- -- -i' --- . - -- ---- ----- ----.- ---- ----.. ...-----'1------ --------_....,------- _______ .n ,.._____. ------..'1-------- ----!-- . __ _._____Tu.___ --- ----- .-.--- --'--"'--.--r-- --- .-.. ; tL
i 1 'cr:
I , I . / I -- '. -', I~'~
- ! ... .--j
I I , I dn I / :--. c '.1 -('1 \~:~
I I , , ~.
~7n I I i i I I - -'_.- --
I I , --... !
I I I , , ! I , 'L ':.;! ./< ~. -5!
,
, I i I --::, r-.J tutL
i I , I , )> '"" ~:;;
I I I I I
_.665___L_______ I .___" __665._ 665__-'____ 65___L__.... _ , f--
---::---r--- ---~-- ._--_.~--"~-- .- _. ------- - --. ---- --I - --- - -------- -- --. ._._0.._.665._ ~-"--_.._---,----- - -----_._~---- -- -.-- ._-~. - - - ---.-" 65 __ .. ..___n.._ (/)z
I I I l~~n
i I , I ~"n i wQ
I I i I , I ::>-
~~n I I i I I I ab
, I con I CC:f'\ i I , ,
! I i I '~n I I ::>w
, CD(/)
I i / I I ::+ , I t~,,,- I , I /1,,,- ::>cr:
I ! I I I I OW
I
I : I ! 1---- I J ~
, I I I
, I I ~--1---~
-655 I 655 I , I 55~_ ,
\ , I / I I -------r----
I I I
I I i I ~~n S S!
I / / i I i .' .' ~
aan con I con ,on I /
I 1 M51~ I I I I I / I I ~ 8
Ir I L I
r ~ / "- I .r-.. I~~-
-6..45 1!; "- r~5 ~ / I !l5 ~ ~I x I i
- - ___6~5_
S-tA 1 / ,
fl /1 .- sf A = .-
10+ ~5 11 +~O S" 11 +~
- I A = '5 III
,
~ I L 0645,81 , I OR GINAL L 645 88 I
D SIGN E =646. 0 I ~f~IGN E =64:1:_ D SIGN E =646.dlo S g
I I I I I
D SIGN E RTHWO~K D~SjGN ----- ---OESlGN-c, ImIWORK- il iI il
467 -- I ~ m ~
~ ~Lf :~ =114.Q FILL ARE =38.7~ ~ILL ARE =33,01 I J I
CUT ARE =10Q7 I CUT ARE =109.88
VF = 1.63 i ,,:! = .9~5_6_ I , I I VF = 33.21 I
vr. " lR I
I 1--- -I- I I I I I I ' I I I z
--t--- I , __ I ! ;:"'0
I i ____J___ I I
__1__ I I I --+------ E--.(j)
~- ---- --T-- --t-~ b:!:
I I I - --1-- I I
, ! I , I :,,:C
I i I I I
I I llt:~
i I I I I i
, , ~i:;
I __J___ I I , I I , I L____ I
I a:
I I I ] ~w
I ,
- I I ow
I - i I , --~-- i -~.. --- ! -~ ~T-- ! ;:...i:;
r- ----- I -~--1'---- ----,----- I --~r-~ , i ---r--
i I E--.~
I ! I I I tdfj
I I I i !
, , ,
I ! t--~ , i I ~ -f - File #
-_L- PS 244
-r~- --
I 10 20130 40 ~ Sheet
9080 70 60 5 o 40 30 2010 1020 30 40 5 b 60 70 8090 1C 09060 70 60 5 40 30120 10 10 20130 40 ~ b 60 70180 90 1 09060 70 60 ~ 4030 2010 ( 6070 6090 W.01
I
90 80 70 60 ~ 0403020 10 10 2030 40 ~ 60 70 80 90 1 090 80 70 60 ~ 403020 10 102030405 b 60 70 80 90 1 090 80 70 60 ~ 0403020 10 10 20 30 40 ~ 60 70 80 90 ~
__J__ -~ I I i I I
I --L-~ I I i I i UJ
i ____~L_____ I I g
I -----+------ ~------t------ , I -.-----r- --- III
---r--- --i---- I i--- --~I-- .- --------, .---.-.--.- ! ------1------ ------1----- ------.-t- -~ :J
I I , , 0
! I , \ (
! i i I
I ! I I, !!1
I I ! 0
, I , I fj
i I , I I i : I , i I , I ._ i~6
! I I lij
I I I J I<J\
I I I I ~~g ~t~- rl
I I i
I I --------J..__..__
I i ____.1___._- 1- ---,------ I _.- - .. - ------- ----
--------,---- -- - -- -T---- --.... ------~-- ------ -- --1---- "._.__ 0.' ._. .._.~_____ - - ...--..---,..- -----.- ..,--.. ....-. - - ----- -- -.> --.. . .. ___ ___nj____... ......... ...-- 'f---- n_
I I I I , I I c)-:- I "z. I~
1 i I i
i , i , I I ::"_. (") ..t:
I ! I , I
; I I I' .
, .. .-....\ ~ ---,
! , i \ " , ' Jo
_r'.1 ' ~-
I i I , I 27~~ . r ~a
-' I I I ,
I I , I I ...-.:_-
I -- ---.--j-----~ , ___ ____.__J.__._u__. _____J__ ___ ___ _J_~__ _ _ - J:>-.,- ~~. a:[
, I , ,
--- - --1- ---- --------r--.---- ---1'- ---- -- -- ----.-1-- --- 1-- -1----- ..-----.--. ,- ..----.-- - -- -.----.---'.-----..- ----------_._.~ -.--..- . -- . --.- ~-- .- ~ ------- T --- ..."-..
, I a:t-
i , ! i
I / I ! I , i ! ~z
,. I I
I I I I i / I i , ! 8~
I I , I I !
i , ~~
I I I , ,
, I i ,
, I i t-a:
! I I i , I , w,,-
I ! I ! I i I I , I t;!;;;
i , I I
__665___L____ ___-L _665__ 665___r__ -- -- :--.~1------ I __.__.__L 65___ ._--_._--~-,----- - --- 65___ __ _____ .-.-.-----.-.-...-.- .~ __ ______,.6 5__ t--
-....--T--.------ --.----.-----.------. -.-- I - -_.._.__._..._-~- --.-.-.:-------- I -.---...------.- ---- , - .- i -- Wz
~~n i \ , ,
, , , , wO
i I i i I I =>-
I I i I , I I , 00
I , ! 00,", I 00'"' I I i 00'"' i ,F;() : I I i &::&::A I =>w
, alg!
I / ' 655_ ! I , I il", I I /1", !
I , =>w
--+--- I ___I --~-- i i ! Ot-
, _____L____ I ~
655_\__ I I i i
i
-655l 55___1--__ ~- :~---
I / --r- i I ---~r----.- i
I ! i
I ml I I I ~ ~
i I ~o'"' '0,", i I 100'"' I .' .' ~
~on / 00,", I , !
-6A51.l:: I "- I 7 I -J-- I I J I i ! I j
I I I
"- -"- ,
~ / 6A5 .645 ~ 1_645- 45 r ~ ~ _L -i-645-- I x I I
/ 1 I I J .... -----1
./ 11 +$0 I ./ I - I
S"A = S~ A = 11 +' "5 I I SlA 12+00 I
I - I I . f
- '~i:~ I , OR GINAL L 64:>179 I
D SIGN E =645'r D SIGN E =645. 2 I D ~SIGN E =645.81 g g
I ~- RlliWOJK I
D SIGN E RTHWO K DESIGN E RTHWORK _0 SIGN_E. I I! ~ I!
RE ~2-60- l I- I< m I<
~ Lt ~~E :111'12 F1 LL ARE =29,69 I f!LL ARE =39.~ I J I
CUT ARE =110.63 , I CUT ARE =111. 18 I
I ,yr = ~8~ 804" I ,
I VF = 0,38 I I I VF c 32,11 I
vr. = MOO
~- , I I I __ J__ I I %
I i I >-.0
I ---J----
----+----- ---l---~ _____L __ ~Ci)
----~-_.- ----..-----. ---\-- i b~
T- I i , ---I r--- I ---i-- I
I I I I j I i :",:0
, i I i I I
I I I
I I I , I I I ~CJ
I i I I I <::>%
~ I [ I I I I I I I .....-
I i i ~~
I J.. _____ ! I I
I __L~ .~_\_-~. \ I I >-.~
1-- ----~ ----- -- --1----- -- ---1----- -~ l---- ----t--- ----_._-~
I ---I I I ~CJ
I I bifi
I
I I
I , I I
I ~-- ",,1,,,,,," I ",,1, " , i I --L- File #
, '" "I" '" \ PS 244
10 20~ 40 5 --f--
I Sheet
9080 70 60 5 P 40 30 2010 C 10 20 30 40 ~ P 60 70 8090 40 30120 10 ~ P 60 70 80 90 1 P 40 30 20 10 06070,8090 W.02
I I I I
908070 60 ~ 403020 10 f- 10203040 5P 60 70 80 90 1 0908070 60 ~ 0403020 10 10 2030 405 60708090 1 0908070 60 ~P 40 30 20 10 10 203040 060708090 51
o
, a:
I I i I ; j I I! I I ~
---- ____nO -~- --~ ---- -- I -.~- --~-I---'- --.-----! -- ---- -----i---~- --.-,--~ ~--' -- ---1----)----- -----t----- _un, ---- ~
'! I I I I 2
ii' ,~~n , I , / I ~~n I 0
I I I I I : Iii I I /! I ~
-----L-------J---- ----+---------!---~-- ____._J _.___ ____L_~_ ------,- ____ .__ _ __ ',._ __ ___ 1._ .---- . ~55___ _1__ _.____ L_ ____ .._,_____ _______+655__ ..._u__.,_ __ , ~
I I Iii ! I' i';, i I II
I I I I I I I I i /! !
I I, I; I, , ~~n I I i ~~n ,
'I ' , " b
! , ' Ii! ' OW
I I I ", ~ <( a
i I I Ii! I ~ I ,! 0
___._______.__ ______I_~__ ____----j__~ ___~----- __._____..___ ____---.J______ ___.___L_ __nO ._ _ _____ __._ ____._ .'--_____ ____ _____: ___ ___~45--.--: _ _/ c '._._____ _1_645 _. ___ a: [
__ I I I ! I I' I I 1"- A- - I I ! ,~ ~
I I ! I I' I -v 'I I' (/)w
I I I I I I I I Slf A = 13+ 00 I I f2 ~
Iii 'I' I ii' ORIGINAL L =646)60' ;:: ~
I I ! I I I I :' I D~SIGN E =646.t5 ttJ [
------j----- ----t--- ----r~ - ____~------O ---!-------r-------:--~- ___1_ ---- --- -;--- -----j---. --r--------DJc~G~R~ R~~05~r--------T---" - El- - -,.. p;, . ~ ;
1 'I ! Iii I C~T ARE =118.62 i <~ '(~ 5 t5
I I I, I ! I " i",' VF = 7.06 I 'I'::; () :T.' --:=1 w
. I. ", ,. 1 --- lal CIJ
! I I I I I Ii! i'~ u,.u, i 'I --<' : "- ---3 a:
, I' i I ii,' :; ~ i!'.2 1-0 lJ.J
I I 'I I I L -- r-, -" :\I >-
I I, I =-}'-~ I ,-n~
---- , I j j I -1----- ----- ----- -- ~- ~--f~L -". --.,
I' I I I I I , I I ,I, .-.
I I i I I I ~~~I ~ ~~
I . I I I I I I 'ic; i l'~ ~ ~ ~
I I / L / ' I I ,~ · ·
-'" I 10'--, ,,,. j- .,,-l(,- --t- "f> J
-----r;; I I x i
~~n ~"n ~~n I ~~n '~n I ~~n I IIIl!
-"'I' / '" '" I - / ,,,- " I -' _ I _1_ _J655_ _..J___ ~ ~ ~
/ I ---t / I I I I' I I I
~~n I ~"n I ~~n I ~~n ,~n I I I I ~~n I J ~
1, / I / 1 I I I / I I >-.~
J>>.. .J>.. J-o..! ~-
_6A5 _1-- ~ ~ I ~- _6!l5_ ----i~-- 6!l5 L.I- ~..... ,!J -- i 6A5_ - I A5JI. - U .,. I L ~--~6!l5-------i--- t3 ~
! ./ I - I I -/ :T. I I i '-../j I ' I I:"l: C
!V SlfA =12+~5 I SlfA =12+50 I I I Sli'A -12+ V5 I I:; ~
I~ _ e 'I OR GINAL E L 646:03 I I OR GINAL L 646139 I I...... ii:
o SIGN E -645'15 D SIGN E =646.03 I D SIGN E =646'j6 ! r.... w
~ SIGN,~ RTHW9Ft,1<..__ 0 SlGN_E. R1l:IWOJK------1- 1---I---~-D~S1GN-E Rll-1WORK~-------I---------!-- ~ ~
r CLA'Ro, .:'33.6f- F LL ARE =30.72 I 'I LL ARE =28,9~ I ~ C!l
. C TARE -114.22 C~-T ARE =113.02 C TARE =118.,4 ..... Z
vv:, =~3}~3, I ,Y!. = 9.7~^ I I VF = 7.62 I ~ w
I . 1 I I L U'.vU I File #
I ~~
~- -~ I~------ ------ ------~-
I Shset
90807060 5P 40 30lz0 10 10 2030 40 ~ 060708090 1 0908070605 403020 10 102030 40 ~P 60 70 80 90 1 090807060!: 4030120 10 10203040' 60708090 W.03
--- ---
90807060, 403020 10 10 203040 < 60708090 1 0908070605 403020 10 10 20 30 40 ,b 60 70 80 90 1 0908070605 403020 10 10 20 30 40 ~ 607080 90 ~
o
---- _111__ -- - -- - .1'--- -- --1---- ----il --. .-1- ...--1-- . . -! ....... __L ----i- -- --11- -- L__L _u_ !- - - I !
,I I I! I t z
Iii ,I Ii' 0
i I : I I I , 1 · I I ~
_____,_________L__ ___L_______L_____________ _ ,----' -- -.------------i---------i-------------- -- ___un____~----_ , ~
. I I ., 1
! I I I i I I;
: !, pi! I
I ~ i 0
. I ,ow
, ~>
----T- --- ----r-- -- ---lH------L-~ -- 1___ 655__~--.. ----;-_..___ <__'n _ _ ., ..655_.._____1_.__,55_: - -- ---p- ~_ -. .- - -- __:_655._.___.. -- ~ ~
, I i I I I, 1', _--.,,"-- 0::1-
_ I I I I / I ____,. ! /' ' - Wz
, I _-....... ,II' Fw
I I I, I A~n i / / II ' I - , ':~n i / I i ~ '- ! o.~ , ~ ~
, ,I I' V / ~ I' '11' j I .' -0
I I I I','. I-
_655__1_________:_____+______ -- ___L655_ ----i----- .~~ I~ -- -1- --- ..- - .-..! _n --. -- ,645 -- m___'_____ ~+- - ---~------------ - - n__,-M5_______~__ - ~ ;
I I I II ' i SljA =15+V5 i I I SlfA =16+25 I 55
A~n /" ' I a.n I I . _a.?I" : I I ORIGINAL L 654105 I ,::l ~
* /I ' , II ! i ! D~SIGN E 651.35 I! DPIGN El ~653'F I I ~ ffi
/"... I I i I I I I, ' ,I ., "-' J f-
, , D~SIGN E RTHWORK '.' I I DESIGN E RTHWORK I --" " ~
-"-"-~ I ~ ,'" = r ' ,-'"
- ..-1C1. - S.JA -15+ 21 5-- -tA5- ----1~- ----- --bibr~~~~~ ~;:k~~~111~ ----'1--------r--- -----1-- ---~I T~!' 4;W:,~-- -t---- -?;.~-E 8 Tl
l II' - I VC = 55.51 I i I VC = 73.46 I I n ~-t N ~ ~-rl
~SIGN E =649.~., 0 1 I I' I I I ) a - ! \J~.J
I I 'I'::; .
D SIGN E RTHWOFjK I i I ----1 I :; 2 : - - -'
cL\7:t. :1~~V9 II I' T'I I I ~/rl ~. I i
I VF = 52.66 Iii "X -
vc = 45,28, ,',! I I II!
I 'I I i I 8 8
~ .655 I 655_ A55 __ __ ..655_ ~ ~ ~ ~
1 I /~--- - I J J
A~n a~n a.n - /' -::- - _ I a.n I A~n / [I ' , ,r;- I J ~
1 I I L- · / /1:=: ! I, 1/ / I I i Z
:r/~lA ~;~o"-- ~:~- i. -~r-st 15J~--J,,, -t'l-~~=-~~j,~?--.i"'---i--~!
II D SIGN E -649. 1 I DrSIGN E =650.'5 ! I I E =652T i ~ ffi
DESIGN E RTHWO K ! DblGN E RTHWOflK ! I D~SIGN E R~WORK I C ~
---1-- --f1tl~-ARE-=80c3 -- ----~-- --~- -~ --- -- ~F lCARE; -=113;~7-~ --------1---- ------T--- ~---.--~ ~---~b~-~~~ -,;;\-~~.;;~ --~-------- ----r-- >-. -
I CUT ARE =154.71 CU,. ARE =161'96 I' I' II I VF = 2889 ' ! I ~ ~
! VF -57.30 VF = 8.07 I VC = 65'90 ! I w w
, VC = 37.91 VC - 48.50 ! I I' I I
, I '1 I I , I
I I!! File #
----- -~ ~J--~' J~_ --cl --- -~---+--- ---I PS 244
I I ~^ID^ n Sheet
908070605 403020 10 ~ 10 20 30 40 5P 60 70 80 90 1 0908070605040302010 10 20 30 40 ~ 6070,8090 I 1C 0908017060 sIo 40 30120 10 10 201304050607018090 I W.OS
--
90 80 70 60 , 40 30 20 10 10 2030400 o 60 70 80 90 1 090 80 70 60 ~ 4030 20 10 10 20 3D 40 ~ o 60 70 80 90 1 090 80 70 60 ~ 10 40 30 20 10 f- 10 20 30 40 ~ b 60 70 80 90 g
: a:
, I I ---~~~ I I ___J____ I I I , , w
1 I i i
_______L__ I I ::J
1 I , I I .. -.. -----l- g
---T--- _ ____ ____J_________ , I -- -I -
.~-_._._- _.----- ~------ - .....--.------ - - --j --- -~--~,_._.._~ _._--~-_.j---_._--_.._- ---'..-'- ..~------- --- ------.~------- - - ....-.. ....- al
i I I -- 1 I ::J
I I 0
, 1 I i
; I I i I !'1
! , 1 1 1 , , 0
1 I : I I , I I I I ~
I I , 1 ,
I , , ! (/)
i I I , " !!l
, , _ _1.._ _ __
-- -- -I-n-- ----r- ----- __. __ _ d __ _ - --~- _... u... -... , ---.. .. __--_0.. -.----,-- -- ....-- --...-.. - -----j----- ---- ... - --.------- --- -------.--- .--. - -
, I a:
I , , i ! ! u
! ! I i I AAn ,
I , I ""n i !
,
I , / .---. I ti
, i .......
- , ~ i - ~a
'" i7 J I ';:;- \....... , :::-0
]11----: F' __ __ L_655_ --.- ---!-.--- -.---. -- ~.- - ___Om -, --...-- ~-- --.---.- ...._--- --- ~6L ---- ~ 1-;;;:- - - .. m' _.___665 .. --.- 0::0::
, , Q.
I ! ~ : O::f--
-I \ I "~n I wz
" , /I ~~
"~" I / I I i ~"n I P- I i
1 ! ~"" I I i RRn
, LL~
:JL- I 1 \10'" I ~-- , I I ~. - , ,
I i - ,,,_ .... .... ... L . -0
, tl:io::
I I , i , wo..
i , __ ___ ___, _645__ _,655 _ 0::::;;
...____.____1___...._ '_ 1 EHJi5-- -.- --- - ... -_.- - ----- --STA---- .. - - -~... - - -- . -... .,.- f---
i I 17+25- . , ({)z
,
I SlfA = ; I wO
, L =658174 I
I ! I ORIGINAL :0-
L =656:24 , ! STA - 11R+VFl ati
ORIGINAL I I DESIGN E -657.25 I ,.<)
, ! I I , -, :ow
___L_ I ~ ,wvr 1 I I I , ! I ORIGINAL L =665136 I Q 0.. ro~
I , RTHWORK i n cL :Ow
I I DESIGN E _ DESIGN E = 663. 78 i :::: O-g
D~SIGN E RTHWORK I 1 FILL ARE =143.41 I ----1----- "--c "'1'
=169.67 i I i i I;:' --j :--: _fL
FU ARE -----1-- ~_CULARE =721.68_____ ____~~L.__ ~---('+
I --C - TARE --;;;:r98~68-- 1-- --1-~ i VF = 32.68 I I -----~ -~- ------OESIGN-E RTHWORK--- ---i---r
IiILL ARE r'- =39.~1 I =-- f
VF = 57.78 I I ;(; ~i1]
1 vc = 82.50 I I vc = 97.57 i I ! CUT ARE =253.71 -' 1" t
, I 1 . - , I VF = 04.94 I \\1 .:. , '-'1
I I
I I .---r\ .... ~ '.....-
I I I I ~v~_ ~O..>.LU I S~~ .:~ II M
----L--~ I
t- I I < ~
-
0---- ~T I ---r ---~-- ---- x f i
I I
I i
, I;Rn I I i___ """ I I !
,
I 1 1 I J", I I I. I 1'-- I I
I I 1-;;' ....... I s g
I r ::-fL ___1_655--
-:::-1 / --- 655 655 / Ii - I f-- --+-- g ~ g
/) I ~ = ~
- I I J J I
/ II -\ I I I
- I ~ 1
A~n O"n I "~" I
~ --~- -:L / I I I I ~-- I 1 I z
/ I I I
I _J__ I >"'0
I ___1___ --1---- ___1___ ___-1.6!t5_ e-.-
tJ'ifL45- -1- 61t ~-~t~-~----- _____~___ 645_ I tJ~
STA = 17+00 , SlA = 17+50 I I
, I
I I I I L =659[91 :",:C
SlA 16+50 I ORiGINAL _E L =65:~54 I i ORIGINAL i 13t::(!J
I - , <'I "A~R 17 OESI GN EI 658.34
---J--- ._~- 1 I I I ; I I , I ~~
, I
D SIGN E =654.r8 DblGN E I RTHWORK ""ffi
RTHWORK I I i DESIGN E I
=143.18 FILL ARE A =0,06 I
FILL ARE I Cw
D SlGtU RTHWORK -~- ---CUT--AR!: -=205.66-~ -----1"----- i --C\J-T----ARE~ -=262.40----- I --- >...~
-------~ - ------ --T- ------ ----1---- ---i----- ~---r---
I - FILL ARE =171'52 I VF- 44.56 ! I VF = 1>6.40 I e-.(!J
CrT ARE =195. 2 VC = 86.92 I I vc = 24.11 I tJifi
i VF = 56.85 I I I I
I ,,~ - ~Q ~, I i ! ! I
I I I I I I I . I ! I I
I File #
I I I I 1
I ......~ I -----L- I 1 I I PS 244
90 80~0 60 ~ 607018090 --~ I o 60 70180 90
1 I I 090 80170 60 5 I
30 40 5 70 60 5 10 20130 40 5 0403012010 30 40 ~ Sheet
4030 2010 1020 6070 8090 09080 0403012010 1 1020 W.06
I , I I
90 80 70 60 : 40 30 20 10 10 20 30 40 , o 60 70 80 90 200 150 1009080 70 60 50 40 30 20 10 rt 10 20 30 40 50 60 70 8090 ~
I
I I I I I I I I , I I I w
----? I :::J
I ,~ I I g
_665_____._ -- - - ~ ---.!------. __.__~"__665_ ~7 I\~ --~- ~---- _665"_______ , - -----4-~- co
I k - -----T--- I ---1-- -----.-...- r.-~--- --, '-. -..- -----r -----.....- -.-- ..--r------ :::J
I '-... , I I 0
I i ~: ~
",,,,"/1 I .." I I.."
I I I .." I , 0
/J- , , I I I I I -1\J 1/ I , I ~
I- i i
! U)
__;;11 A_ - 17+ 15 ,
, _____J655__ [il
_655__+__ ____ ._____\__655_ ----~----- I 655 __ _ :
, .------ ----.---- , if
L =660!52-~ .. --- --T--- .-.... ----... -.. - --.- -- . -.--..-- -- .---.--. ... - ----- ....-. ..._- ---- -
ORiGINAL I I I I U
, DESIGN E =6S9.42 i I I
j ! I i I I , C:::., "/J. .11R..I._ ;n , !
I I I I ,
i , , , ! ,
FILL AR A =0.00 ! I I , , 0
i OR GINAL L =664 33
CUT ARE =422.74 i , i D SIGN E =662. 9 , Sj!w
.. i i
j I VF = 0.00 I , , i og
I 49;34-..l---.- - - i I - .._-~------ I
~_. -+- -- ------j--VC= ----------T-- .___n_ --..-!--------- - ---t------ .._- -- -- .~--~-- ...- +-'--0 SIGN"E RT11WO K---'-':- - '_._._ _.____n..._ _ .. ..__ ..__ __u.._...._ _.___ ..--+------ .-. -----. - --- 0:: a..
I I
, I I ! F cL ARE =187. 6 i , O::f-
I I I \!:!z
, , , I I I =314. i
I ' C TARE, o ' ~~
i , I i i
! I : , I
I VF - 6.69 , ! ~~
i , , , , , I VC i5.3.75 , I ,
, , I
I I , I I I , f-o::
I , , I I , wa..
, I , ~::;:
_665--..l_____ ~---I----- ! __ ._.._L655_. , ---~j--- ! f--
_n'.' ----1.------~ ------ --_.--------~ --. -- -----!- ...- -.-- ~--------_.-_._,--_.- .----- .-----.- ~--- ------ ---- - -- ,..- --. -.-- --~_._- -.---.------ .-- ---.-----..-.. -----,--,~ .,..._,__m .____ ____~ -...-. ..-"..- I .--- (f)z
I' i , I
I \ , wO
I I , , , , , ::>-
I i i ,
!--- i I , , 00
..n i / i <<n 1.'7" i I ,
i ! .'7" ' , ::>w
I I , m(f)
y I I I I I r I I , I ::>0::
I. I ! ! OW
, t"- ! I i ~
! , 1 I I r-j
I i r65- I i _665__~_ I i 1 c,
/I~- i r-- , o ceo
STAI =1 i1+64.46 71 I - I---. -~r-- I r---=
I I I i :;:; (1) c_
I I I
I OR GINAL ~~ L A ~~019.8 I I.." ....... I ):; $ S: s ~1f
~ I ~ l:-
I , i -.-'- "
RT11woJK I i S., i I 'J ' J j]l
25 I -- \ r --. -
A =118+ I -.-.., -'
OfSI GN ~E I OF I ..:-< \-'~ -
ILL AR A =0.0: I IGINAL ~L =652 71 ., -' r~
~Jj
I v' T---ARE1 ~34-2" {J I -- --- ~-o SIGN-E ---=1iet: 0 I I .j . ': 8
VF= 0.00 I /' /'-....
VC = I I , ~~- ..) ~
20.51 I 0 SIGN E RT11WO K I )> 'i!
ILL ARE A =0.0 ~ I
I I L !.!I ARE! ./j/jl. 11 1 I I I I s I
I --t VF = 0.00 I
.65 VC = ,54.77 I I --t- ~ ~ ~
..665 I I I
I " "'''
I I j I
.." I / ---- I I
<<n ,
, I
;f. ! _~J665-- I I I I z
I I ::"'0
+- I I ~(jj
__655_ --t---- 71'-- ----i- _665~_ --t- , C3:i!:
---~ ~l-~- -""1--- r-~- --.---.- ------j---
la.n I
STA =1 17+62.84 I 1--' i I I ::"l:0
, I I I a." I 1it:C!:J
I ,
, / I .......
I I Cz
-1 D SIGN E =658. 9 +-- i I V , , , ......-
.... I I I I ~m
I I S" A =18+ )0 ,
, I
0 SIGN E RT11WO K . __-.J555_ , ____J_____
, _._____.,_~O' IGINAL- L-=661 61 ::...~
Il:t-AR A-=QG ~-l-~--- ---j--- 655_. -------i---.---
C TARE =.341'r I I I i D SIGN EU =650. 0 I I ~i
VF= 0.00 I I I i SIGN E1RT11wo I
VC = 4.3.52 I i D K bw
i , i
I L , ,
TARE, =749, 0 i File #
--i VF = 0.00 I PS 244
vc = 42.47 ~-
6070180 :; -- 1--- I 8090 I ---- --.---
70 60 5 I I Sheet
9080 40.30 2010 1020 .30405 200 150 1~090 80 70 50 50 40 .30 20 10 f 10 20 .30 40 50 50 70 W.O?
I I I I I
-
90 80 70 60 5 0403020 10 10 203040 : 06070,8090 1 090 80 70 60 : 40 30 20 10 10 203040 : p 60 70 80 90 1 090 80 70 60 : 0403020 10 10 203040 : o 60 70 80 90 ~
I 0:
i I i __L_ I i ! i ! I I ! I w
I ::>
I i I __J__~ ---_L___ I 1--- I i I I i ~
-----1--- I __ _____._J___.__ -----,_.~-- ~ I I I ---t----
--I~---- --_.------..~--- ----r------ -.-- --- -i~--~ ---- --1------- --.-.- ----- - --~
I ---~.-i------- --...----. .1 I
I ! , I 0
1 , ,
I i , ,
I I , I ! !Ii
I i , i I I
I i I , I I 0
I I I I , I , I ~
i I ,
i i , i
i , I
, , ! ! , ~
, , ,
----.--~1-.-- - -,-- , , ,
_____1_._______ , .- .. .~._- "---. -- -~-- --_.... - - - ... ." .-- .------ ..-. - - - ...-.. -. ".- - ..-- -. ..-- --- ---- --
-. -- -_.,----,-- --.-.- ---r-- n' - ---r -~ - .---..-,. , -.-.---- - .-..-. ---- -._---- -------...-. .-.-.. , - _n ,
I i I ! I ()
, I I
i I i , i I
i I I ".n i ~An I
I , , , , ; I I
! I , , , ~
I I , \ , b
. i I i j i I 8a
I I I~------ ,
_____L_____ -..- ---.--!- .,--- - , -- --i----- , __n_ _.____-1._ _ __.__._ I ________ J________ '75____. ,___ . ____ _+675 u , CI:CI:
~---I--- ---t----- -----t--- ------.-..-- .._.~ - - __n__.. .._ -- --+~-- .-. "-
I , I I i CI:f-
I , Wz
" , i I ~7n , ! 8!!i
~-'n I ! , I i ! I
~An I , ,
I , , ~An i nn I ~'Zn ; u..~
, '~ I I It \ ...- I , "'V ! -0
i , i SlIA =20+50 IDCI:
I I , I ,
i I w"-
'- ~ ~____Lg,5.... _ __ __L ______ ____' _ ____._ , ORIGINAL L =672!23 I , CI:::;:
I ____ __ ' 675_ f--
::: - -;-7 - ---- -,--- 6"Z __;____ ---- ---r-----.-- ---- ~-- -.... ----- DESIGN E --;;67r4S---- .~----. --_.~,_.- --- .-.-.-- -- ---- CIlZ
-- I I
I , '~I , wO
I , I ~7n ! I : I I , :0-
, I , i DESIGN E RTHWORK I 05
I , I I
1 I I ~~n I ~7n i <-III A'" ,A ~J :OW
CDCIl
~ I I I I , ~I'- I I~ I I CUT ARE -179.30 ; I :oCI:
I I i I I OW
I I I i ", ~ --L ' ~ = 7.03 I I , J ~
-SJiA....;;:; 19=1=-25- 66LJ__ L__I,_66L 1--- VC = 78.85 I i i ,...-.1
'~ ! c;?
1-- ._~ ----1 .__l~_ o I CC~
ORIGINAL L =667136 --I I SlA =19+ 5 I I '. j I
DfSIGN E =665.98 ORiGINAL L =669.43 I I I :70 ~ r-~~ ~
I I I I -:::- ----; -'~'
I I I " ~~~A17 I ~-' ---: '.-
\-
-~ t, "" "'VI~" ! RTHWOJK I I I I r) j ,_ Lt~
fiLL AR A =7.29 1SIGN E 3~ ~
CUT AREI =237.98 A =8.1~ l- I
31.15 I ILL AR I I - .-Q:; ::: r~
Yi:.."" i--ARE .l------ ! I , 1 r;- $:
VC = 24.12 VF ' 7.70 I '-"t -
, I I ~An ? ..
VC = 34.86 I ! ~".::.. !"'.. x ~
,en ! 71 '[- ILl!
I I I -167.5 I
/ I S 8
~ ~ I I , Iil ~ Iil
.61>5 ... ~Jl5_ 625_ \ 67.5 :7.5,- L__ I = m =
'" ~ -- I ""-I--' ~ ,
/\ I ~7n I I J I
II - I j
I R70
~~n I ~~n ~7n , ,-,n
,f. I fl v-r---- I J , I Z
, --~4~NAL ~-~~1~~-- I I >"0
____--.1___ I..~ I ----- ! -1--- ....US
-- ---\--- -----r655-- V c_v65_ ----- -~------ - b2E
S1A = 19+00 I I 5 -.. I D SIGN E =670.36 I :"l:C
S1A =19+,0 I I ! I
I L =666137 I I I =(!:J
OR GINAL I OR GINAL L 668139 I DtslGN E RTHWORK I , ~Z
'VT.'1'U I DESIGN E 667,07 I ~ ILL ARE A 6.0,! ~_J__ ~m
i I I err AREI =207.02
D~SIGN E RTHWORK I DtSIGN E RTHWORK VF :: 3.64 I
LL ARE =59.99 _ __ ILL_AR 'u=8A~__ >..~
-cr-ARE ~~~i6T-- ---T-- --- --.-- ~---r--- 1--- - r-VC~ 28.82____u___ I --.--..--- ----
C TARE =251T i
VF= I VF' 7.29 I I I ....z
. VC = 31.41 j VC = 26.46 I I bw
I I
,
, I I I , I i I ----l File #
I I I
I I PS 244
------ ~ 70180 90 -+- --40 3~20 10 . 60 70180 90 ------
I 04030120 10 10 20):- 40 5 1 Sheet
9080 70 60 5 o 40 30 2010 10 20 30 40 5 1 090 80 7060 : 1020 30 40 5 1 09080 70 60 : 60 70 80 90 i W.OS
908070 60 ~ o 40 30 20 10 10 20 30 40 5 P 60 70,80 90 1 090 80 70 60 ~ 0403020 10 102030405 60 70 80 90 1 0908070605 () 40 30 20 10 10 20'30 40 ~ o 60 70 80 90 ~
, I I i I __L____ ! a:
I I I , I UJ
I ! ::>
, ___J___ I ~95__1~_ g
I ___1-___ ___1__ ~__---L695__ !
j --I 1 -------r-- ~._-- -~i-- "'
, I I i I I I ::>
"
I i [i , ! i I I ,
, i _ , :2
Ron I I ROn I I i ::Q2 : \ I Ron 0
I ! i ! i , i 685_1/ /: I ~
,
__68L~~ I I I I - ! ,
I i I i M ~
, ____L__ , !
---- ----~ _ ___1---__ _-------1__685_ - - ---r----n. ..---- -r----n ---_._--~j--- ..-------. ------ .--------j------ --SljlC= 24--fY5---- _____-'-.685___ ----------
/1 I I I
, I I i ! ()
'? -~+ 50 "- ,- ! i I , ORIGINAL L =688!97
oon ! S-nA = , ,
i ~Rn ! , ! OESIGN E =690.11 ,
, ! i I
I ORiGINAL E L =684~04 ! , I i , , I 0
, i , DESIGN E RTHWORK
I DESIGN E =684.88 ! I ~W
. I I , I , FILL ARE =15.2~
i I i 06
I RTHWeRK----- ---+--- ___-1_~ I --------f-...----- i i OUT ARE =87.53 i a: a:
-.--1----- _nDfSIGN--E ----r--~- ..______h_'..___ .._------. ------- -----1------ _._---+~._-. ----r--VF--;; --'1'--- ---- -T-'--- - - ~--;--r_-'J-- Cl.
,ILL AR A =9.29 I I I , I ] 4.17 -- ~; a:>-
, I i ! VO = ,1.73 i ! Wz
. OUT ARE , =94.16 I I I I o I U'
i I ! >-w
I VF = 0.17 I I i I I I , ! i :~n: ~. ~'.~
, I I I --::-) .~-
, I v... 01.01 I i , , I , /' --.J ..-
i I ! C) --:::, r'} ;"'-8
I , I I wa:
, !
! I I , W'~
I . I i :..-Jl.... a: . I
, 695----i-- _____:. _695_ _ 1195__._..__ ___. n_.__695_ on_ -.,-~:.+F\------~ ~-,
'---'-,---- ----..--r--.-.-- ---~--~ -r--- ~I-- -,-'-~---.------~--- ----r----- --r- ---------.----.--.- --_._--~------ (/) .
I I , i ~l I , . w'~
, I I RO\ I I I i C\:t.(. ~
I i I I I . :::J-
oon I I , i I I .2'1 . ao
I i ~an I i -'" !
iRon , i I I I : ~an ::--_- r ' :::JW
I I ! ~ I I I I 85L I I i .) ro (/)
i :::Ja:
! I i , I i OW
! I I _ I I ~_ I --=+--- 1- \ /' 1685_ i J ~
I ,
--685- I __---L..685 .685 IV -II ' I -\: T rU05, I
~ ~ -n..\ I I I I I I
I SljA = 24+50 I
""7 ",;:' "- --- I RRn "... l.hn I I ~ ~
ORn ';..~. C::1TA ! I ORIGINAL L =687!55 .' .' ~
~IIM - ~_ '~-.J ORIGINAL E L =686!24 I "' ~l I ~ II
ORtGINAL L =682j99 o SIGN E =686.85 D~SIGN E RTHWO K
I D SIGN E =683. T9 =15.37
I o . SIGN-r. --+- ~ILL ARE x I ~
D~SIGN E RTHWO_~K :RlRWO~K COrARE -=89:01
fl LL ARE A =9.6 VF= 1.94
,ILL ARE =12.6~ CUT ARE =92.02 I vo = 3.08 I
CUT ARE =95.2 I VF = 9.14 I I J I !!
,
vc = ~9.65 VO - 6.18 I I I 8 g
I ! 8 ~ 8
-~ i i 695_._ ---t-
I t I I I I ~ m ~
I I ~on I J!
I ! ~M I 1
I
oan ! I i
_S85L I I ,,~ ! I Z
\ . I I ~O
R85 61\5_ : """- \ ~i685- E-,CiS
1'_685- I ---~- t):2E
I -l \y "- ------I I
I .... I ! I I SljA - 24+ 25 ~Q
oon I I I
I , "- "on ORn SliA 23+ 75 ! oon I 1O:::c:J
- I MiM'.. _~D~I~~ Oz
I S A = 23+ )0 O,GINAL L -685119 I I D SIGN E =687'14 L I ,,"",-
o SIGN E =685.97 , I r...ffi
OF IGINAL L _=63~ 51 I I OW
~SlGN.-E __._67.5.... -1--- ~--1--- o SIGN E RTHWORK
_6151 _..J2 ~68 .1_ - DE-SIGN-E Rl}jWO~- -F~tL-ARE -=11Jo42 ~~
I ~'LL ARE =10.0 I- I CUT ARE =90.45 I E-,c:J
0 SIGN E RTHWO K UT ARE =94.1 I I VF = 9.29 I t)ffi
ILL AR,E A =2.9 VF = 8.97 \
IT 'D~ .no VO = 4.48 I
I VF = 2.35 .v ." i I I , File #
I I I
VO = Ql.57 I I I PS 244
~ I (------------- --1---
I J---
I 40 30120 10 I Sheet
9080 7060, o 40 30 2010 1020 30 40 , J 60 70 8090 1 09080 70 60 ~ P 40 30 2010 1020 30 40 , P 60 70 8090 09080170605 10 20 30 40 ~ 6070 8090 W,10
I
- --.-.---- ----
90 80 70 60 : o 40 30 20 10 10 20 30 40 ~ o 60 70 80 90 1 0908070 60 ~ b 40 30 20 10 10 20 30 40 ~ 60 70 80 90 1 0908070 60 ~ P 40 30 20 10 10 20 30 40 ~ o 60 70 80 90 ~
,
I -t-- I I ! I , I j I
: , I , a:
1 , I ~
, i I I I I I
--T---~ ~--- --.-- ---T- ~- I -----., -- -~I----- -------r------ ---r-~- - -----r---- --1--- -- ---i --- ----- -t-- --- -----r ---
I I u.
I I I ,
I , i ~
, ; i I , I
I i , , 0
I ! ; ! I &J
1 ! I ! i I I I I
,
I I , 1 , I en
i - I ! , ~
i I
_665__+_______ I ----+--- , ---- r= _ ~65--1----- i .....
/-1- \--I~--- _____L_665_ 665_;_____ --~,-------- _____ __1____665 __ ----l- .-~ ~ _;665 n _...._n_.__"__ _.._ . 5
I .../ i
i , i I r I I I
I i 1 1/
I ...li 'I 'I 'm I fll ITI\ I I /! ,
I I 11. I .." i ' oon I ~." "'-
""" i , 1 - \ i i , I
I I I ---i\~ I I If: : ' \ !I ; [)
I
! I I ' \ S?W
. , 1 06
_655__L______ I I -----j-~ I I ' ---~--\ ~55- _ _1____ -- I i __'655 _
, 655___1m______ __ ...__..__.1_ ____._ ______, _655/ - --- --..---! .---..----. 'r--r---- ___.. __ _.L_. __. ._ .... "_.._'_U_'_ 0:[
I I ____1______ ----r--- , I I i ,
i !J , 0:>-
, ~/( I loon I f I I ~~ I j; i I ! Wz
. I I i loon I i i 13~
..n I I I I
I I "." I I 1 i , .." ~~
" !) I i I "'-..Ll '~JI ,
, I I i , , w 0:
! ! i i '__ I r ;) wo...
~ I __SJ::~_ -=_ , I STA = 06~OO o i ~
--ST-A- .' I 05~50 ' 0:::;:
, 0S-H00-- - , 1 , i , -----s::.h~- 'I 1---
----i-~.-- ___._____......_n_ _._._---,---~-- _______.1__ _______n_._________. .._. -------......-... ---- _ (/)z
I L --;;665~-4-1- --~~---i-.----_u_." ~-T----- ---ORIGiNAL!: _~U__I_ ___
I , I ORIGINAL i L =665;09 :;..- \.j ~ (
ORiGINAL ' ",..".....- - . wO
i L =665155 I ! , =662-71 I , =663.68 .-- '-1-: ::
DESIGN E O~SIGN E (-.) -~~: ~ : ::J'61
I DESIGN E =661.14 , I I I ! I I
, I I ; , C~ I " a-LIe
I I I , i , ::;)-
1 , , _!rr"'. ,. o:Jr/l
D~SIGN E RTHWORK I I FjILL ARE ~47.16 I I 1 =73.7~ ---','j ::;).0:,
=52.90 I ! ! FILL ARE - '-' ~ O~i
FILL ARE I , CU TARE =193.77 I CUT ARE, =120.35 I --- g; -
CUT ARE~ =259.78 I -I- I I C.=.)::: -J J ['ZI
i "IF = 38.41 I I "IF = , I '.......?
I I 8.96 I _ ~/1' ..
I VI'- ~V)8 I , ----I i
~C~ 25.29 --I I VC-"" 95:72 I I . lYe= 29:08-1- ~---~r----- )> r.
I ' I ! I I i r.::
I I I I ! I I ~ ~
I I I .' .' ~
I I !
I ~J L65_ -+- I 4 I I i I I I ! 1M
I 665-'---1 I 1
I I 1;65 I ,
------1-....- ~--.. x I i
-6.65 _665 -.- 1\- _ ! 665_ T
! I .0" ,1_ ,."T- ~ !
-1\ 1
II 1 "."
~." / 1\. .." IT 1\ .." I I J ,
I +- ~ --L~( 1/ \ 551- li/ ! \ 1 S g
I \ I \ i lil i1i lil
,
..fi55 _655 /~ J"
-~ 1- ~I ~ '" ~
~ YI.." j \ ,~ I /; I III
/ 1 ~---- I "~,,
.." / .." o<n 1
/ , I ''ii' I ! "tJl I I I I z
I I >"0
J ,
~ SI,~. I i e-..(i)
S=FA- -=lG 4+=Jf~2-3 D5~25 , _____i________ mSIA-= -O5~5- I CJ~
-- -__._1_--
i ORiGINAL -----1
ORIGINAL L =665,51 I L =665,26 :-.:0
O~IGIN AL L =665,41 O'SIGN E =662.23 i DrSIGN E =663.20 I
OESIGN E =661.iO I I ll::::C!:J
I Cz
DESIGN E RTHWO~K ~, '''' ,,,u~,, I I I - ~, "" , ! .....-
~LL ARE =35.80 ~ILL ARE ~ =75.~1 a:
FILL ARE =70.62 -1' ~~ =228.98 CUT ARE =158.47 I ~l:H
CUT ARE =274.51 ~1.Q7 I \ I I 'IF ~ 6&5-1____
---r:-~ 2-.-92-'----- ----r---- ~- I --~- ._--~ >..~
-- ~- -- ,-"Ie = 26~2B I --1---- ----1----- ~--rvc = 63.07 -----r----
11.34 I e-..C!:J
. I I I CJffi
I i I I
I -.~~f~ ;;- -+ I , " "I" " , ! I I I File #
I
i I '" "!,,,,, , ~- 1
" "I" " , 10 20130 40 ~ " "I" " 60 J80 -:- PS 244
- -r ---T-
I 1020130405 Sheet
9080 70 60 ~ 40 30120 10 1( 090 80 70 60 5 P 40 30120 10 C 1 X.03
I i I I
- -- -----
90 80 70 60 : 40 30 20 10 10 203040 ' o 60 70 80 90 1 090 80 70 60 : o 40 30 20 10 10 20 30 40 : b 60 70 80 90 1 090 80 70 60 : 40 30 20 10 10 20 30 40 : 60 70 80 90 3
------1------ I I I I I I 1 I _L~_ a:
1 I I I 1
] I I a:
I~_- 1 -~~----- I ~_I_____- ~
f---- - ---1---- I _ ___ _---1___~
-.-- ...~---I I --r---- ----1----- ---1----- -------,- -_.- --
1 I i ! ~-T---- "-
I I I I
, I I 1 I , 2
I I I I I I
I I I I 0
i I 1 i I I 6
I I I I I I I I I
I ! I I ~
I I I I I
I I I ~
I i I I
-:::-1------- __._L_.__ ---------+-----_.~ ___ _____J__665_ I , 65_____:.__.. _ ==\+ -- --- -I 665 _
i -r - ! ----- - -- -.--_.~--- --- -----. - ------- ----_._--- .__m____ .----...-.-< .-....-....... _n_____ _ _ +._____ -- ._-----_._-~._--- ----- ..,,--- - ,.... -.- , ~
I (~ I /
i ;: I I , I \ I , I
I I j'~"
i ,,// I i \-I"
I i 00" I I oon I :
,
I . -------.J--I I i , . / 0
I J"o. I
I 1 I ~w
. /--J--- I I
1 , I .-.------L--.-...-..-.. I / ifg
-655--'---r -..-.--'.--- ~___i_655_ ! i 1655. .--
- .'_'_._0..__"'-'-- -. ..--.1----- -''''- ...-. .--- - -.-..--. -- ---.... --- -I-- 55. .___i____. __ ---- . - .~..__.__.._."_. ----_._-j-------- ------ _.............__0._ 0-
V I I ! I / I 0:1-
, I 0." i I I
! I I I I Wz
" I i , ! I / 8~
1 i I 1 I
""" II I I I , I o.n i / j i 10." I
I i I I I 1 I ~~
/ I i i ~!. 04~25 i
/ i i i ! i , i 1-0:
i , STA = ,-.., Wo-
STA = 02-H25 _____1-___ , I , i , 0 ,7:-) 0:;;;:
./ I 665_ _~_____ ! , l:.:=::l
----t__ --- --~-.--- -- --------:-- - - .___m! _665_.. .. --ORiGINAL- t-=664182.---- - --.- --i--- -- -...,.- - - ._--- ~. 1--
-~-6RiGINAL E L =658)47-- __~ ____, ___n_._ --1--- enz
I , , _______ _j ____m ::-:=:o c~
I , , 1 DESIGN E =660.29 ~-Q
DESIGN E =658.18 I I , I ,- J> =l ?c
! r ! , I , i.- ----i I i i a.D
i 00" I I ~- ~ ,..-
, I I I ern i C)1 N
1 , -/ DESIGN E RTHWORK ,::).W
A =3.11 ! I I~' IT I I FilL AR A -0.58 -"'1 <Den
FILL AR ~-(i ::HI:
CU T AREJ = 1 38.44 i sJ. ! dJT ARE o~'~l- OW
i 1--- j I I VF, =Ci" ~ JV
VF = 7.93 I i __1__ i . ,--I
----V€--=' -31,00- ---- __,_655_ ___..._LVC_.,,_ 8'U9_ ~-' ---
I ;5/i ---T--- I --I-- I "+~ /'t----:::
I I )> I C'.)
02~75 I I s ~
I I I I N .' .. ~
I ~SIGtt E =658.~8 -I_nn 1 I J------ III
I -
I I -J-- --
D SIGN E RTHWORK f;5~_j 665 X I I
. [["ARE A =GO ,c1-- :;;cc
I C T AREJ =123.68 I
""" /" 0." \I~F = ;~3; -, I ,,,,, """ I I d!
I -- ./ - I I g g
I- I
_655 ,J-- 655 55 / I "55 ~ ill ~
, ~ '" ~
// I=7 ",,-- 1 / I I J I
/ I 00" i / I
"'i" 0." oon I ,,,,, ! 10."
~---L- -16'l5_ ~ 655_~~ - =:J:7 I I 1/ I I ~- Z
i
/ p- I I I :>"'0
I -04~nO~ ~-
~ __-+.655___ ----1--- :::tv_ i - 1 ___6'l5__ tJ~
STA = o 2-=R 0 0 I ~.A l-- i i I -ST7\-='- ! :'"llC
ORIGINAL E l =657J82 i j ORIGINAL l =66:!~9
i 1 It::t!'
D1tSIGN E -657. 4 0." I D~SIGN E -659. 6 ~i\!;;
I / ST~ = 02+150 I I j
DlSIGN E RTHWO~K I DESIGN E RTHWO~K ~ffi
- ~lL ARE =14.0 OR~GINAL E L =659b I I 1[llL AR A =0,0 OW
~-- --- ___C LAREJ -",_LH.53___ --- --- ---- ~ SIGN_E --"'.658,$3_ ~-+------ I -----Cr-t~E; 0~0~"'9'r~ -- ------- ----- :>..,i\!;;
VF= 13.11 I I I -----r---- I ----T--- ~t!'
VC = 2.95 DESIGN E RTHWORK I VC = 14.49 .....Z
. ^f!~L ARE A ,:,?:8~ I ~W
I
VF= I ! j
5.99 I I File #
VC = 30.31 -I - PS 244
- - I-~ ~-I-- --I ..~ --
Sheet
9080 70 60 5 4030 20 10 ~ 1020 30 40 5 6070 8090 1( 09080 70 60 5 4030 2010 1020 30 40 5 P 60 70180 90 1( 09080170 60 ~ 40 30120 10 10 20 30 40 5 6070 8090 X.02
I I
90 80 70 50 ~ 403020 10 10 2030 40 ~ 50 70 80 90 1 09080'70 50 ~ 40 30 20 10 ~ 10 20 30 40 ~ b 50 70 80 90 1 090 80 70 50 : 40 30 20 10 10 20 30 40 ~ 50 70 80 90 ~
,
I --~~----~ I I I ! ! I a:
I i \ a:
I i i ____L____ I ------t--- - ~
----~ . ----..-- ~--i--- I I
----- , ~--i------ 1---- --~ ----~ ._~--~- ---,-- I _..~._,---~ ---~ - --r-
! I I I I I ,
I ! I I ! I I I I ~
i I I i ! 0
I I I I , ~
I I i I I I , I I , , I I
, , I i , , ! ,
, , i I
i ! i ! I I i ~
i I i i ! -.--.-L~--- ,
, i_~ , j I ----- ---!---- _____d_.L555.__ I
_555 _~_____ ._ Ir-::"--- ~. , 565~~__ .-" ---- ___._L665__ 65_______;___ ~___...___. ..1-n_ _____ , 5
'7 ..~.---.__r_-----.~. --- u_ --~... -------
I /11 1 , I i /1'1
I /11 ~ i i , I
~~f\ I I ~ I t\
~o" ! u" I, i ,..~^ , '~f\ I ' , i ~~f\ ,
I // ' I /, II i \\\ I I 1/' \\ 5
I I I ' , \ ! / I 3a
.' I I _/_J___ I I
I I . I ____J__~( I I I I -----"" ,
__655-----'-__.___ _____L_555_ ---j-__655l-- ~_~5~ 55__ -r~- t~---,.-655-- a: a:
I T--- ----r- --- I ----T------ 7 ---- ,---- -- --- --~ -.--.--;.-- - -.- Cl.
, I ! I a: I--
~ 1 ~ I I ! I ~ I ~ I ~z
- , i ~ I I
I ~o" I , i ! I ~of\ ! 8~
i.." i ,
I I , u..g;:
'-1..)1 I I ! , '-!"-J/ I , 1 --..' ..-J! ! I I .....0
l- I I I I i I--a:
I i ' I STA = 07+i25 WCl.
, _O_6_:H25_ I _____L__ -_ ---J---- STA = 06+j75 -~--L---- I 1t!~
i ~SI~_E= I I ,
,
-------_.;-------- -- ~----I,-- ___ :.-----1.-------- --ORIGINAl7 L-=554!03--- "-.---,...----.-- ' r--..) 1---
ORiGINAL . L =564185 , , , ---ORiGINAC- C- =564:40- ------;-- -=..:...:.'~-~--e::'l Wz
, ! i i o ,-.'
I i : DESIGN E =564.59 wO
i DESIGN E =664'16 i DESIGN E =664.75 I I ",__ CJ"I :J-
I I i , I i I i --':::0, (-- 05
I I !
I I . .....L....,....... I 1 DESIGN E RTHWORK I >~i ~-; ~-w
aliCn
I ~ =90.79 I I I FILL ARE =184.48 , I I "~L AKtl '1/~.aU n'l N .--::).a:
LL ARE I I I I OUT ARE =28.26 I [-IT)!::'
UT ARE ':'~l F" ~ =36.90 66.49 i I :.::;(~ .c-
I ~r03 ! YF = I _<' ,CC- JT~
Vf= L I I yc--=, JL8Q--1___ I ~~ ;---,
-Iv '1./0 --- e~ \;63 - ----,-- I --
I .....J
I ....- .. s ~
~- .' .' ~
i .J> f"...)
- -
I ~ I I -L I III
I -t'"
-660 - ~~o 665 665_ 65 x I i
- , lire
// Ii 1\ J,,/ ~
"~f\ ~~f\ ~~" /1 1 ,,,n i ~~f\ I I !
II I ~~ --1 '\.. ~ T I // '\\ I
I 16s5 8 8
I I
~5O "\/-655 ~ ~ ~
~655 I .655 ,::17 1 , ~ m ~
I j ...... L-~.-
j,1 /; I , III
I
~ 00f\ """ ~Of\ ~of\
'tJ/ "-J/ _06J5_0_ I 1J1 ST~ = I I z
I >"'0
SIA -=-.tC .6.:1-_t~_'_L5 I STA = I _O=~~~~ L_ e-..U;
___L..~ OR~GIN"ALE b~
-l-- OR GINAL E L =664,94 I 'OR~GINAL L =664163 -I-~ I , I I
D SIGN E =664.r D SIGN E =664'r5 , I DTSIGN E =664. 6 I :"'tlC
, i ! =C!J
", ~~
F LL ARE' "~'~f FlLL ARE =96.4b I I F!~ ARE -179,S2 I
OUT ARE =95.8 r' =53.02 OUT ARE =29.62 1 ....ffi
Vf= 9.67 YF = 6.66~ --1--- YF = "'l u - ow
va I/.u7 - -YO-" 64:11 -~-I-- YC-= 0.7-9- >...~
I I e-..C!J
. \ i tdfi
I !
, I 1 L I File #
I
""1>,,, t ""I~ ~ " _J__ i I t- PS 244
~---j_.-
b 60 70180 90 I 1C 10 20130 40 ~ Sheet
9080 70 60 5 4030 2010 ( 1020 30 40 5 o 60 70 8090 1q 09080 70 60 ~ 090 80 70 60 5 4030 2010 6070 8090 X.04
I I
----- --
90 80 70 50 ~ P 40 30 20 10 10 20 30 40 ~ P 50 70 80 90 1 090 80 70 50 5 0403020 10 10 20 30 40 5 50 70 80 90 1 090 80 70 50 ~ 403020 10 I- 10 20 30 40 ~ P 50 70 80 90 3
,
I i I L_ I I I i ___~1_555_ I a:
~655__\_~___ I , I
I i a:
I I I ~
I 55 __l-___ I I I
-T:::- _555_ ___--L..___ ___565_ I ______L_~
~-T--- --T-- --l-- I ! ---r---- , I --T--- I ----r--- lL
I I i I I
I I I f-- ! ~~" I 2
.t:/: I 0
~~" I I, !~~" / I " ~~" ,~" I I
I 5
! ...---- I 1\ ~ I I I // i i"-- I I / ' I I i w
1-- , ! (J)
---r i/ -sTk-= I / I ,
--I I , . ~
~I i'-- I ----1---- I
I ___L555_ I ___ J555 __
-655-__-)------ --S'fA--=- 09-H 50-- _~-555~ I 555_\___ 1 OT125-~- --~-~ - - 55_ _,_ /'__ , I
L =6d20 ~-_._._~~-- I ST\I\ = 1T+oo- I _U_--".--i--- -_._-
! ORiGINAL I I I I
ORIGINAL I I
i I L =661.54 I ORiGINAL L =660175
DESIGN E =552.24 I ,
, I I I D~SIGN E =661.45 I , =~~" ~.
I , ~I
I DESIGN E RTHWORK I I I I i ! 0
i i DESIGN E RTHWORK I
I Fill ARE =23.3~ , I I DESIGN E RTHWORK ! Si!w
I I FILL AR A =1.71 I
. , CUT ARE =47.03 I I I I Fill AR A =0.19 0(3
I ---t~ CUT ARE =52.51 _ __L___ __ i
------j-VF~ 7,55~.J--- ---- __~___l____ ~_ _____1__ ___ -----dUT~ARE -=59,29---- --- , 0:0:
-----'--.-.-- -----1- --- -----i---VFO' 3~45~~"'- -- --- --- - .-- --- ..- --- -- -1---_.' ...-. ~-- -.- - --..-+--.----- 0..
! 2.44 i I ! , ! VF = i O:f-
I I VC = I I VC = 8.04 I 0.12 i i i ~z
! I i I I VC ~
~ I I , I I 55.91 i i , 8~
I i I I I I i i
I i ::.~
I , I I i I I I I . I .
l ! I i
I i I f-o:
I n_~_~ Wo..
I ! i ! ~;:,
____~--555-- I 555__L___ I ~55 ___;555 n
_555__j_____~_ ~--- +--~ - ---------.-.{ ---..._- ____L565__ f--
----r---- ----r---- ----..-- .. .------.--- ------r .~-..-.--.- ,.-.- -- .-.---- - ~ ..- --- -- wz
I , ! I I
i I ! I I I wO
I I I ! ~-
I I 00
I /' } I t:::~f'\ ..,.. I -{ I ~~() i
.." : ./' I , ~." i I..,.. ~w
I , row
I V i\ e- ~ I y "- I i"-- I i I 1/ I I I r--:J ~o:
I I I I r) , c~, OW
, /' i / '-- ; c;;;, J ~
I - J-'-- I / I I I __ i en
-~ / I :2: O! c~
_5~ 0--- ___ 655~ 655T- -S\~~=- -l0~100 .655__ I ~55 i I ____1-655_ (-.,..-----;1 :::.:-0
- I 09+i25 I I ST~ = 10+175 I ~~~:::Zr--"~ -~~
ST ,1\ = OR GINAL l =661.80 , , L =561)09 I (J--<'" "'-'
I L =652141 I I ! ORIGINAL , =-=\01 J.- ~f--~
DESIGN E =661.71 i
ORIGINAL I I I - ~I '''.''-0;- ! ..:<:1'-"1 "-'-l~
I I -,- I I idJM
RTHWOJK I I DESIGN E RTHWO~K I i i I , = 'Til =;;
I I I i
D SIGN E ~I LL ARE A =5.7 I DIf:SIGN E RTHWORK I ~ ),,"
~/" ~ '" >
F LL ARE =57.9~ CUT ARE =51.1V I FI LL ARE A =O.O~ 1> "1 X I ~
-( lI'f-ARE ~44:6 -- I~ -VF-= 8c33 - I I JUT-ARE: -=6~Ar- --1 1'-"
I VF = 62,11 VC = 6.49 VF = 0.21 I
VC = ~0.28 VC = 55.53 I I
I I I I !
~65L ~ I +- I __L
I I g g
_as5 I 565 66S ~F;S I ~ ~ ~
-- ~~ 1565- ~ ~ ~
rl-'.I I I I I I j I
I
""" f .." .." .I f- I .." I b,.. I I"."
_555L I!~I~- \ I I ...-- I \ _~655 I / VS~__ I I z
,...., \...-_L I >"'0
\....- I ...---- .~ I e-..ij)
-- i-655- _655__ ___ --S.+1\-=- 09-+',7~- p55__L_~_ --~1-- b~
---I- i -- TO:J5-O-- _______655_
--,- ?=~j~o l =662!00 I I
I ORkGINAl I :",:0
DTSIGN E =661.r OR GINAL l =651 32 ~C!'
I =561. '9 i
OR GINAl I DESIGN E Cz
D SIGN 1:.1 -662~6 I D~SIGN E RTHWORK ! I I I I .....-
_____L__ ~ ~ILL ARE =12.2~ I DESIGN E RTHWO K a:
D SIGN E RTHWO K CUT ARE =49.25 I ~ILL AR A =0.3 ~1tI
. , 'I ."" ~76_ I 6.A? I i --rL~FR: ~;~~8l- >..,2!:
--l-~~~ I ~- --- ---- --.-----
rT ARE -42.38 4.57 I I- I I e-..C!'
VF = ~1.48 I I vc = bi:fi
. vc = ~8.15 I I
!
, " ,1 " , ~ I I
File #
i PS 244
- ---- ---
I o 60 70~ 90-- Sheet
9080 70 60 5 P 40 30 2010 1020 30 40 5 o 60 70 8090 1 09080170605 40 30 2010 6070 8090 1 090 80 70 60 5 b 40 30 2010 1020 30 40 ~ X. 06
I I
----
9080'70 60 ~ P 40 30 20 10 10 20 30 40 , o 60 70 80 90 1 090 80 70 so : o 40 30 20 10 10 20 30 40 ~ SO 70 80 90 1 090 80 70 SO : o 40 30 20 10 10 20 30 40 : o SO 70 80 90 ~
I I I I I I I 0::
I I , I I I I i I 0::
, , ~
, -- -I-~--- ___1______ I ;
, ---.-.-.-+------- I ..____ __1____..__ ___n._L___._
- ..-------o-~ ---1-'--- ----- 1---- ----r-- ----T--- -.----l--.-- ------1-.-
I I I I I
, I , , !
I I , I I I , , :!l
I I I , , I
I , I I I ! i I 0
I I I , ti
, I ! I I , , , ,
I , i , I w
I ! , OJ
I I I I ~
I I --- --1------._-- , I
[ ,
--- . -.-+---.-...-..-- , , 5
------ -------- - --------- -- --- --~-r.---- ---- ----r------ -. __ .... _ ... ._.__ .-mn . ... - --.- .-.- .... -- "--_..-.- .- 1-- - -- ,--.---- -- _ .... ..k--- .- ..----..... !------_._~ ------ ---.-.. -.---. ... ...._- ..-....---
,
I I , \ I
I I I , I , i I
i I i I ; ! ,
I ! ; I ,
I I I , : ti
I I I [ I I
I i , I ~w
. I I i 0(3
i i I I ______ _ __L.__..___._ a: a:
------".---- --------.,.---- --_._---j- .---- - ------.-.._- ~ -----....--_.~ ---.----1- ----- -.----.--.. --.--- -.- ---- ......--.------ - ---.---.-.+.----...-- ---"'.--..-'- .---. 0.. __..__ .._.____ --.-.- ----. ---.-.... (L
i , a:>--
, I I
I I I I [ I ~z
. ! !
I I ! , i I , i [3~
I I I
, , , I , I lLl;!;
I [ , , , I
I i , i [ -0
>--a:
i I ! I I ; , w(L
I i _____1___ I
; I ; ~:;;
-- -.. _ )..-__. ._- , -----+--- :---..---j -. ----- I i , !
----. -----~--- -- .------1" _n' , - ..... u_ _<.__ __.. .. >---
---------i-------- ---.----i-----.- ------r--- ,,-- --- ----- -------- -!---- -.- .., ._n._ - . -r.'--- . ..- --- -- --i----- UlZ
, ; ,
I , ! 1 , ; , wO
I , i ::>-
I , ! i ati
I i i [ : I
i ! , ::>w
I I I ! I , ,
I I I I , , -~--- , ! ! I , I (])~
I I I ; ::>w
I i ; - It
I i I i I 0>--
I I __~L_ I __L_ I I J ~
_-1-_ 1 i ___L___ I ! o ~
I i [ i
\ --T -'"(._- I -~-T -~':;;D -
I I I i I ~:--~I "=;.
i I I ~!.:" -- i ::'-~ 5l~
I I I I I i Cr-< ~
I I I I I .._'-~
.-~. r, t- '-1'-':-
I , 1 I I i )'1 1:-1]
I I -~;
I I " -. :1:1->:1
I .1 ...
I ~ C) 2.-:! 3:
I I -- /.L..::. KII
- -+ I
l T , <.. ...
I I i I )> f'''
I I w
I I I !
1 I I s S
_555_ _665 I I i- S! ~ S!
f--- -- , -- - = ~ =
I I- I
I III
, 1
,
~~n ~~n I
/ , 1.~i~,5 __J__S55_ L I I , [ i Z
I I I I
// I , :>-'0
----I ! I i E....Ci)
..B55T1 -------- ---r- tJ~
ST~ = I ---r II-- I I I .._----j----- ---'--1---'- 1----
, I ::",:0
I 1 i I
ORIGINAL r; I I I ! 1 1lr::C!:J
~~;..- I , I Oz
O~SIGN iE RTHWO~K I I I I I I I .....a:
---1--- I ~lti
. ~I LL AR A =0.00 ___J___ -l I ____L_____ :>-.~
---- --TT~R: ~53;96-- ---. ---l --- --+----- ------1------------ .-..-.--- .---
0.09 I I I , I 1 i E....C!:J
VC = 2.43 I I , i tJifi
, I !
,
I I , ! I I I File #
I I
10 20130 40 ~ 1 ""'~" " "I" ,;- I __ PS 244
~:130 40 -----
403012010 SO 70180 90 Sheet
9080 70 SO: SO 70 80 90 1 090 80 70 SO ~ P 40 30 2010 f- 10 20 30 40 ~ P SO 70 8090 1 KO?
, I
... ..
I'. .. .. .. .," .... :..:. :;;.;..;.0.1 . .1 ..... ... .... ....... ._ /..1. I.il. .....
. ... I .......I_,~~ ~ ..<i, ....i'> .......... .........~'/ ~ -'iil ........ ...... ......... ... ...> ... .... .
. .. ........ ......1. .... ........ .. ...... .... .. ... ..[ ... . .. I. .. .. ......1 ....
... ...... . .... .. .... ......... ... ...//;,z ......... ..~... ....>:.....,"",y'y I~> ........ ........ ~ .. ..........
..... ....... I.. (. ..' CCC ..1' 1 .... ...... ... ..... .......
PROoIECT NO, O'oo26-J01 ",.ONEO BV, N1<UHN ~ ''''''OON "'SClOPTlO' I ~I . SHErr NO
PROoIECT DAt[, JUNE" '''''' CHEm. BV, ,",UH' DUBUQUE STREET/FOSTER ROAD SUB..ECT TO CHANGE .
eN> DAn:, '"'" " '004 "'10". am _.......... OERNST _ E' . All' In INTERSECTION IMPROVEMENTS PROJECT RETAINING WALL NO.1 Z 01
CJlJ F1LE: s'\PROJ\O"OO26-J01\CAO\d.~ECl-EAlOWC lance, C. CITY OF IOWA. IOWA CROSS-SECTIONS .
I 1()11 :
:1" : .. ". '. 22,13 . ..' I
. .::...:. ..... . : :. I .
:.... ....... :::=11 +25 : ... :.. 1 .. ..::. : . .: :... ... ...:.:...
. ::: .::: .::" .... ::::: ,...:.:. . ::. ..': ." ...:
..::: :- :.. ::::.:: :.:. :.... .......... .: ".:: :. ..::. I: .
.:' '::.:' :.. "'::. < ..::/ .. ..
.... ::: '.:. I:' 1()'1~ ... .. :'-:.": I' ...:.
I::: ..... .... ... : :. .::' : ..:.. 69;:5~ .:: .. ..... ...::. ....../ .
: /:: ..:: I" ::..:.... 1 .... I ..'
........ ........ :.:.:
: ","'::' . '::. ..:...... ...::.: ./ :..:.. ...:..... -11 +10 ../ :: I
:: I:' .:.::.::. I:' : I:: :. .' ::: j :. ... '.: .: I
:c- :. I::: ..
.:: :.. . I:: .::: ::::. .. .: .: -- ::,/ : ........ . ..::. ...:.. 1 ...... . :: ' :.... Il? .... . . . .......: .......
::.::.. .. ......... .. . . .:...
::::.... .' .. 1/ . . .. < . .:'. : : . ::." ....... .. :..: '. -
-:::..:. ""'.: ::.:. .::. ....... ... ...: : .. 1<
I::: :: :.:':.: .. .... .. j;' :.. .: ...... .. ....:... ...: ..... . ..::.':'
I: . .: : :: . .:::'/ I::
..:: .::....=r-::. .......
... "'1/' ..' .:...... ..... .... .. .::.::.... , .:. .:...... I ::: : ..: k//:' .... :. :.. I . ::. .::,::'
_ .""1 ,:':1 :':.1 "1" ...... .., >:1 . .. .' I", ::: I . I'r
::::. . I::: I ..:-- :
:: I" .:'. ........ I:' I ::: ... : ....:: : :'.' I.
:. :: I . . ..... :. .... r :... I.. . ..[ . '.:
_ :::::::::<J[<>llr; // ......... ..... .:: ::: .: -
..:: I:::' ........ . ... .... ::.. ::.:: .-: :c-:-. I' I ....:.
1 : :: ::: ::: ./ I . .... . ...
:. ...: .... I: ..... j... :- .
<) /: I I : :
.: : '.,,' ... I ':. .:. .... I . . I. ..
.. :: :.: :: I:: ".: ::.: I::' :..: -
_ :....::i...............:..<:/4 ..................::.. :. ... - :c-:-.. < .. - .........~.. ~"c:::: I> ::: I::
::.:::.: . . :: ::..: :
. ....... . .:. ..... 1 . .... .....
. ... . .:: .............. --I
- ......... .":.:'. /, :: I: :::: .:. :::. .:: ....
... .. .:.:. :
. . ::.:: ,. . ...... . :....
\........ ::::...1.:.....::. ::::::::: .:........,..:..-\8-. .. ...... ......... .... .... ..::: :::.::. ......~ f:J:J ......::1: '..:: I:::: ..~::: .. :.:
I..... ... ... : ... .... I ..' .... I
. :: ::..: I .' :: ::::
I:. .:... :::. ....... .... ::: 'r,.,' :.::' ....... .... :... I: . ":. .. ... I" .:... . i:. . I .. \.. . ... .
... . .... ........ ... ... .. :.: ... I..: I..: .:::: "''1'':'::: :
! ....J 'I;~'- '-' .. ........ .' ... . .... ..... .
I:: :.: .' I ..: ...... ........ ,0'::... ::: ! '::"::. :. .: i ::.......
.. I . ::. . '.::: .... \:..::- I,,: .::
. .. I .. :.::'
:.: '..: . .. ... J ..:::. . . .::
:. I::. .::':'" : ,: .. ..: . ... ::: .: .. I::' .: ::1. ......
: .':- ::..: .......... '. ......
..... ......... .:.:': ..:. .... :: ,- :c-:- .:: ., I::: ..:
....: ... :.. ..... Hf..... I::. J ..:.... . :::
......... .:.::': ::::. ......:: ~i :: . .:::: IT' :.:.:::'. .::.. .
- . .... ..... . ......: .:::::.: .:: .:' I:: . ..:. '::::.:: ..:... .....:.:.
I. .......: '~IO I . .. :. ::: ":. G:' .:: :. :::.... ':.'. ~... . :.: . :1: :.....::..<
..:: :: ..
........ :.. ... '.: ... ::..'"
:::::::... ::...... ::""-'1'1:00:: ..: ...... I :::::.::: : .
....... :.. .:::.: ..:... ...- . +. ... I.... ..."::.' : ... .....
- ........ .... ...... .. ......... :::. :::. ::::.:' ":".:,, , ..:::::: :,~'" .:......: ...:: ::1 ..:: _
- ill:::::: ......... ....:. .........< .... :... ......... ...:..... :":j .... :' .: ....::'..: . I:::' ..... :::: ....)/1......:. ..: I::. :.
:/: I..:: .. 'Ol1~ 48.36 .:: : ...:
/:::. I
:.:: ..:..... =11+50 I ::.::: ./' ...::::. :, -
_ .::: :::.:' ......... ...... .........-r ..... :.. :::"j j .... .......
.::::: I ::'.:: . : .c-.'::. ....:.. : ::./ :.....: .........]?~i _!
......... :: I::: ;-
.:::::: ::...... I:' / .:::::::,.
: :~- . :.::::: .::
........./i<>< I:' ::.:. ill:::' ".::: :/ . .....:... .::. :>:~!~ 2J
.....:. ::...: ....... ,::.. : ,/ .....:.
....:. .: <
...:.:... 1/
I::::' ......... ...)v"..:.......: ......... ::::. ... . .../ .........
[ ......... - ......... / .........
:... . ..: ......... ..' :..~ t ....:: I
_ .. ..::.. ::::::::: :'~"->jJ ''/1 ..:..: ......... ......... ."
:: ......... : ......: "':":7 <i. .--r-
... .. ..... .". ....
:: .... I:: . ::.:. >/f : I:: ::. 1<1 _
...:....: ..' ..:. ... ::: .' I:: ........: ....:.. :::::: :.:: ::
::: ......:::\'. ....... ..::..... .. :: ::::::: ~,.eT ':1 : ..:. :1":.:
:.... ...: k.1
- ...... ..... ::::::::: :.. : :......... . .:.:..:.." ::::::: I::' I::: ....:. :: .:. I .... i <1_
:... I:: .. .... ........ :...: .... ... '-'.:".:" .....:::
::....-- [...:. .::: ... :. :::::::." :. ::::::...... I: .:::::::.:: .....:... . :: : .......~ . < .....: .: ...... ill:::
I. ......... . ::::1: .. ........
-. ....::...:.::::. ......... ':":' .:..:. I .:::::: :: :. ......... ......:.. ......... ...:..... ... :::...... :. :... ...: . :... .... "I _
.
I:::: ... :........i;; ......< ..:. ......... .... . :...: .....:.. ::.: ......... ......... .' : ..: .::..::
I .::: ... :.... .........
I . iL ... :........
I
.. : ~. ...... ........ I :.: :....
. .. ..... .... .. ..... ........ I:::' ...::: ......... .........
- ... ..... .. ......... ..::: -
.... .....1. ........ .........i..... ..-C ......:.... :::...... ........: ...., ...... ~ ..... I:. ...... : .: .~... I::. ....' I:. .
..' .....:: >1.... :.< ..:: .
I:' < .::: ..... ..." .::
i": ..... : ...... :.. :. ...: ......... .... ..: :. ......:
.:: :.
P'ROJ[CT NO: MOO1r1-J01 _ DESlCNtD 9\"; NI(UHN ~~~ I~I - REVISION OESCRIPTION I ~IA1liance, InC. SUBJECT TO CHANGE SHE(f NO.
PftOJECT ~TE: JUNE: is 2004 Ct€CKEO ev: NI(UHN DUBUQUE STREET/FOSTER ROAD
CAD [l,lTE: Jullf 15 200. 1'-10:10 0 m _DRAWM S'I': DERNST INTERSECTION IMPROVEMENTS PROJECT RET AINING WALL NO.1 Z.02
CtD FloE: 5.\pIlnJ\040n'8-J01\CAO\dwos\XCT-SF'CT-rAl owe Cl1Y OF IOWA, IOWA CROSS-SECTIONS
-----
. .
I . ...
..1 .
::. .:. . ... :.. :.. ... :. . ... . .:1 .... :... . <,:. : .:11.... .... ..::
II ..::....:.. ...10( +00>-1 ......:::1 > .......... .:.:. ...: :C-C.:::.. .:......:. ....../' "I ..: > ..-- ... .... .... .:. . ..
...1. .' .... ... .:: ...... ..... .'.' ..... I:.. ..... ....:.101 +50 I ...: .. .' ..'1::
_ .... ...../. ..:1.:::. ::. .:. :....:: .:::.. ..... ......:.. ..../}" .::::::: ::: .:.:1..::.
/:- ......... ..::....."~ TH\ . ill::: :::: :.... :. ::: . :::..., :.:...."" .:. ....' < ::: :: .1. ... :::..::: ........:>i>- -
...:: .::: ::::.. :: ......... ..... ............ :. :: ... I ,: :.::: . ,:::' ........I ... ... ...
......... ~....... ......... ..~.... .n-J...11.........lI:< .Inl .......... ...... · ..... ..~: iT.. >i ....f--, .......
......:: ...... .... .. .: .....:; i:" .. :::: :.: .:. ... :. :. ... .::.:: ::::. :.. ~~:: '1' .......: .. ..... :: I ....
: .........~.... .................-'fi.l'V..59'~'f... -.".10:,...1- .J. .. ......... :n,:~o:;,
....... ...-1.1+75..:::::./ .: .......... ..:;1:2+25 II . :. ... ";" II" ....::: : .:::_~'Ir... ...~.. I
. .... .... ,: .. :/.' :::. .... ... 1--]
... :.1: .:... ..' .....::.' .:.::. . ,. ... .. .:: ::.. ....::::. ..... :. ...... :...
..' ...1:.. ... .......A:::. ,. ::: ...::::.::.... .... ::.:. ::::...:: ...... . .......
. . . ... :...:. . . .. . . .. . I : : : .:.~ , .. :: . . .' . .. .. IJ!f/j.' ...... "l. . . . . . . . . . I c- . . . .. .::::::: · .. ... ... . : . : : ~/... ...... I . . . ." ! .. .. . . .: :.
I ...::::::.. .../ ..::::... ..... ..::: . ::: 7{'...1' ........ ....
: ......... ..........:<, _,,," ........< .........>r .....i<.. ... ....<,,/ ........ ......... .........,. ....... .........n ....... :
......: IN-} ..: .:1. I:: ....1. ....:1::... .. . :::....:: ... ..1
, - ......... ::.::... ......... :...:::.' H...... . .:11.......::::: ................. ::::.>'"....:::::... ...: .... ........:::: .:. ... .....:... ...
. _ ~...... ......... ......... ......... ...........> ...11_> · ..:>~c. ...... <>i,...;:l.....n, ......... n.. ...... ..:, :
PROJEC' N'" O,oo28-JOI O<OON'O"", NKUHN m '",,'ION o"".""ON ~ liAJ I SUBJECT TO CHANCE SH[tT NO
PROJEC' ...", .AiN' " 2004 ""''''''0 BY, NKUHN _ DUBUQUE STREET I FOSTER ROAD .
CAD ...", Ju' " 200< ".1"'10 '.m _ ......."", 0'''''' _ E. . All' In INTERSECTION IMPROVEMENTS PROJECT RETAINING WALL NO.1 Z 03
c.o f'1l.[:_S'\PROJ\Q.iOO26-J01\CAD\d'll'ol\XCT-SECT-EAl.DWC lance, C. CITY OF IOWA. IOWA CROSS-SECTIONS .
--
I .
:< . ... ... .... ..... ..... .... ..... ......... . .... ..... .......... .... . ....... .' .. .. . ..... ... . . .
... .. ..... ... ...... ... ... ... ..... ..... .. 1< . . I.
, ........ ..... .. ..;.. ..... .... ...~,';;;; .... . /-< .,Z... ..... ..~...... ........ ... .... ...... ..1......... .... .. .......... .......f. /~ .. .... .....f ..rf
....... .. .... .. .. .... ...... ... ... 101'+20 . ,,';;c .. ... .. ........ '..
........ .... .... ..... .... .... . ":r. ... ..1.. ....[ ... .... ...... .... /.... ..... ......... ....
. .............<1 ...1 . '.<L .."- '(. .. ........... . . ... ..... . ..... ...1..... .... ~,/~! ....... ....... · ......... .... <. <...... > .' ....... I
L.c.'.'... ....}.. ... . ..' '.. ...'-
~ . . . .. . . . .. ... . . . . . . . . . . . . . I
I\r=;-f'-\ .. ..... .11 < ... <.... ........,
<"'1.1.... ..... <. .. I .. ~... .. - --~
".' I '1 ... .
...1 ...... .. ," ...
.. "1 I ...... ...... ",1. ... .. ......
.__~i-:-c .......... ....... ....... ..... I. ...... _ ......
.....-12+60 . ..;./.... ............:=13+00. ..... ...... .;...... .au',
_ .:.... ... ... ... ......c .'" ...... .. ........ ..." .."..",..'''' ... ..../ .....::. ... ... ...... ::?,r,. <.' -
.. ... ... ..... ... ,;;'... ... ..../ ... "".7" ....
I. ... I .8 ........1.. ... ......... ... .............". ....... ..="..,. .. '1'
: :... ......... ........ .. .... ......J; ..H~ .T.. ..:> i............. .. ........... .i1i .... ... ........-: ............. .....; .
......... ..........:- ......~ .... ...,. .../ .....<..i ..<..,>- .........-.r.. ....<.)1. ....... ..........1/>:.. )1.
PIlOJ'C'< NO, OoI"26-J" OE5'<lNE' BY: NKUHN ~ ''''''ON .,se''''''''' ~ liAJ SHEET NO
PIlOJ,el..t(, JUN' " 200. C",Cl<ED"" HKUHN DUBUQUE STREET/FOSTER ROAD SUBJECT TO CHANGE .
"" ..t(,J"." 200< 11"0"0 om _ ..........' Dr""" E' . All' In INTERSECTION IMPROVEMENTS PROJECT RETAINING WALL NO.1 Z 04
CAD fl.E: ~'\PRt')J\O"0016-JOI\CAD\dwrl~\l(CT_5rCT_EAlflWG e lance, C. CITY OF IOWA, IOWA CROSS-SECTIONS .
. .:. .:'.
-" .....<i ........... ........y:.. ......... ...'<<< ... ... . ..... .........i' ........ ........ ........... ......... .........- .. .... .. ... .......
-c:c ,. . ... . ... ... . .... . ...... .... ... , -c ... ,::
. >, . ..:.... ... .... ... .... 1101. +50,1 .. .....:.. .. .::... .::. . .. :... ..... ... .101 +()O ..... .:. ....... ...:::':, ....
...1 ......:: . .. .... '-13+50:1'.'.::.:... . ... .>> ... . .'. .:>>:1 ... .
_: ... ......:.. ...."~ ::::.: ....:..: ;cc-';;(_I..._ ......... ..:~:c: .:::.:.. :....>.. ..... ...-14~00~k~ :.. :.:....:. ..:r ......:-
... ... .....: :.1 . .. .1./>\. .... ... . .....1.. .. ... ... ... ,."" ... .. ......,
- ::. ...... ::....... ..:...... ..: .:.... ....:.... ..... .. :...:....1... .....: ....;; ) I!... ..:. ........1......... ... ..... ......... ..... ... ... :---,:..... .. ..... .... Fr'C--': c.,; 2........... ......... ..... -.1...... ..: .. ..1....... ............ ..........'...:.......
. .... ..'1 ,OJ>rI"-...:'. Ji.Y ..:!' ..:. ..>
. _" .. .. .. ........ :...... ..._ ..... ... ......... ....... "// 'T'n ........ ... ..... ..:.... :.:... .>. ..-- .~.~.. ...:. :< ..' .:.. ... .:......: . :.. .....
.... .. ..: ... .. ... .. ...... ... .; ...': ... .:........ ..... ..... ... , .. ... \ .... ...:.. .::: ...,. .. :=-c
_ ...... .1, ..... ....... ..... _ _~J .1 ...1 .... i..... .. .:. :.. >. ..,.. :::: ...\. . .:: ... II :. · .: .1 .. :..
....: .: :>1 :..: :ce...:':' . ...~>I: ....::. ....: : ::. .:..: :>> I>' ..... ::>>:. V::: ..,:.: . '.>::1:::.. ..
- :.....::..:.1 ....: .............. ... .... \ .:JI . ... :....... ..... ......... ......... :..:.,::. : ....... ... .~... ... r; ..,. Ii'""
: .. ... . . cc- : . . : : : :. :. : , . . , : :. , > > : · · 1 : , . :. .:::::: :'::: ,'>. i I. , , , , · .. · > : . . · · · : . >::. . . . :. ". , " :".". .
;/ .... .. .... .. .,.::: " ....,.... .ct:J. r 1 I
.........,.. .. :.. :.: ....., : .... . ..,. .., .... .. :.,.:.. ..... ... ... ...: .... ...1. ... ... ..::1 .
........ ........ .. ... .. .:::::. . ,,-. ",." ..- . . .,
.. ... ....... . .."... . ."... ....... .
PIlOol[CT NO, O<0026-J0' "S~NEO ev, NKuHN ~ 'EVISlON "'C''''ON I liAJ SHEET NO
PIlOol[CT "''''' JUN[ 16. 200. CH[CK[O ev, NKuHN DUBUQUE STREET IFOSTER ROAD SUBJECT TO CHANGE .
CAD "''''' J.. " 200' ',",0"0 ..m. _ DRA... ev, -DrRNST E' . All' In INTERSECTION IMPROVEMENTS PROJECT RET AINING WALL NO.1 Z 05
CAD mE: S:\PROJ\040026-JQ1\CMl\d'lr'a!l\XCT-SEC'I'-rAI.0w0 e lanCe, C. ClTY OF IOWA. IOWA CROSS-SECTIONS .
-
.
:-,...-:J: ................... ......... .... .........> ... .......... ...... ........... ... ........ .........., ........... ........' ......... ...~...!i
..... ....... ..... ... ....... ............. ....... ....... ......... ...... ... I" .. ...
I~~I ...< ....:~11~.?O ....../.... .. ......... ... ......... .... .. ... .....120,t~:+68 · ....... ....CCCC.. ......... . .... '1-: ..'---::
.... ... ......... ... .. .501", .... .. "." .. ." ......... .... ... .... ....... '=1.9+68 ... ..... ... . ...' ... .....
- I ........... ....... .. ..1..... .......1..... .... . ..... '- . . ~. ...~. ... ...... ..... ... ..... .' ... "'-
........... ........ .. .. .... I .1" ....., ... ...... ..... ........ ,,/. ....I~. ..... ... '". .... . ---.... ..... cc--::
................... ................, <..... ..Z~:',.!I:<:... ......i//j/.I&~, . .:.... i........... ................ ........:c... .
\ .... ... ....... /. ... .... ~ ...... .......... 1 ...... ...... ~'.... .. ...... ...... \' ."..... .~r.l. ... .. .... ..
- :,:/t/I'~~~ : \.' .. .II_...~ ~T ,-: ......:): .<- .
..1.... I . . J:.. . .1[.. ..... .......... ........ ...... ...... ......1f.. . '.. ............ .. ... .....1...,.,... ..... ...
.11...... -I ...... .'.!I' .......... .. ......... ... .'. .... .. ... .' ..... · .... ........ ... ..... ........ .... .... :.. ... I ........-. ..:...... ;"" ....:,
." ,.... ... ........... .
... .. . . .....1 ..< ..... ............'
........ ... .... ......... ... .. ... ... .. ... ...... ..... ....
.... . '.-. .cc-.,---- -"--. ... ,''--''-
......... sf...... I ..............1 IT
~..... .....!>- T!. ........... ...1 ~
.......1 ................. ........................~o~
,~'j~ltt:I1~i:~~; t
I.... ........ .t..'<...< ......... ....... . ....1.. ... . .. .. / ~.. ......... ........ ......... .>{. ....... < ....~.
.... .1...... ..... . /. . I ..... "'1' ..../.\'" ....... ..
.' . .. . .... .. ..... ......... //=..' ..,,>~__I'I ........ ..... ..- ......... ;. ...... K<~':' .... ...T: ..'....
1/ ... 'l!:( .--..,... . .. ..... I ....... ..... ...."" ... ... ...1' . ..
., ......... .........>i/: .....~:~ . cc..iy .' ......... ..,> ........ ...... .. · .. ......~. 2i.. .. ...i. ..... .... ......: · .. .......
. .. .... ... ....,./. ..........!. ..UT. ..... ,... .. .... .W . . ......!... . ... ......... .. ... ...
. : -.. ...... ......... ...... .........<).. ........ ......... ......... ........ .........i ........ ......... - ......., \;<'1/.. ......... ......... :
. ...... .......... ..ii ....... .... ....... .' .... . .... ..... ... ..... ...-1.1.... ..1 ...
" ......... ..... .... ......[ ....... ....... ......... ......... .-i-"-- .........'.< '........ ...../!.... ... .:. -
PROJECT NO, 0<00'6-J0, lJ['ONE' av, NKUNN ~ .""""" lJ[SCR<PT~N ~ &AI SHEET NO
PROJECT ....TE' /UNE ,. '00' CHECKED 81', NKUNN DUBUQUE STREET /EOSTER ROAD SUBJECT TO CHANGE .
CAO....'" J.'" " '00' ""0'10 ,~ _ ORA" 81" OERNST E. . All' In iNTERSECTION IMPROVEMENTS PROJECT RET AINING WALL NO.2 Z 06
CAD flU:: S.\PfmAo.OO:UI-J01'CAO\d""as\XCT-5EC'f-rAlOWG - e lance, C. CITY OF IOWA, IOWA CROSS-SECTIONS .
---
. . . ... I. ..
'.' .................. ....".. . ." ...... .. .... . ..... ..' ... ....". ..... ...."":,, .... . ... '.' I'.' .... . ..
.... .... ... ..... ....... "'1 ..... "','" ........ .... ...... ...... .... '. ... ... ... ...
,c- . .....". ....... ......... ...... ... ..... 2O:1C +aJ ... ......... .... ..... ......... ......... I" ... ..... ." .'. '. ..... ... ......... .... .... .... .... ......... .......... ... ..... .. ......... .., .............
... ." ..... ... .. . ... .... .... .... ........ ....... ... .. 202 +13 . .. .. .... ............ ... .. ·
I .. .... ..... ... . ....... "..... . ........."'1$+8.31 ...". ".... .. ........., ... ... ""'204-13 ....... ......... ..... .' ......... " ......... · ..1 ... ...
.' ... ... ..... ...... ... .... :cc -:- c.. ... .. .. ... ... .. .1.....
I ....... . '. ...... ......." . ........ ..... ....... .".., .. ..... < ... .... ...... ..... ..... ......... ... ..... .... ... .. < ....., .. .. ." . ..', :cc.....f .... .......
.. . .... ......... .... ... ....... .. I"... ...... ..... ... I ... .. ... ...... I I
........ .... . ..... ... ..... ........ ........ ... · s i. . ... .... . I... ..... ~ I ... .. ....... .. ... .
..... .....'X.. ~...... ... yK.;.cc....1 . "1" ... ' -0
....... . :::::::.: :::.::::: .. .:::: .: .: >'l::: ~ ::-:.::::.:: ... :::.:::. . :.1-:: ~;. .::: ~ ~: ~ ~ ~:.: ~ ~ :;~<j) .::~::. CJ
...../ ... .... ...1\..... .;...... I'.. "-..
..... . ..... ...... cll/.. . .....> V',,< ~i ........ ................ .. . ......./1\'<>' ...< .. ...... ........ .... ......... ..~.~:
.. ... .. .. ....\.. ... .... .' ~ <... ......... ..... .. I.' I'~ .:-'" ... ... ..... ... . ....... ...... ....... .
Pf<OJEC'<"", 04oo26-JOl ",'",,'0 avi N'UHN m '''''ON O""''''''ON I liAJ
Pf<OJEC'< "'TEi 'UNE ,. 20.' CH'Cl<tO avi NKUHN DUBUQUE STREET/FOSTER ROAD SUBJECT TO CHANGE 'HEEl NO.
coo "'TEi J,' to 200' "'10il0 om . "....... avi~_ E' . All" In INTERSECTION IMPROVEMENTS PROJECT RETAINING WALL NO,2 Z 07
CAt) rIlE: S'\PR()J\o.OO26-J01\CAO\dwat\XCT_SECT_EAI.CWC lance, C. CITY Of IOWA. IOWA CROSS-SECTIONS .
..
......... > ......... ......... '.. . '.' ...... .... ....... ......... ....... '1 ..iT. ..........,.. ..... ........ ......,.iI, .... .... ......... ....
...... .... ........ . ....... ... ... ... . ... ...1.. ....... ..... ..... .. ..' ..... ... .... .. ...1 .... ..........
... ...:... .....,. ..... :... ... ..... ....... ... ..... ......... . I ..... ........ ... cc- .... .... ....:. · . ...... ...
.... ... . . 202( +50 .. . ... .. ." ..... .......... .. ....... .. . .... 02( . ..... .... .1, ... .... c-- r. . ... ......
_ ... .... ....... ..... ....... ........~.50 . ..... .... .... .....: .. .... . .. . . · .. .T~;':;; .>'> ........ ... .1 .... ..i .' · . . .' '.' ....
.. .. ... ... ... ....... .... .... ..... ... .... . ..1 I ... ... .. .... ... ... I .. .... ......cc-
_ 1",<1" ..............,~,l. ...... ...../1//1111.., ..... ...........1 .....::::: ...:...../..'..:.. ....
I'.. . . .....'1...'\'.. ....... ............:. .... ...... ......... ,\" ..... .... ... I "1'" "'1 .~...
I.... ..... ...... :....." ... . .. ... . ...... .. ., ... .... '.~.:-; ...... . I'" . ... .. ......... ......... ..1..... ....
.... .... ..... ...... I.. ..... .... .. . ... . ... ..... .... .. ... .... .... .... .... ......... ......1..... ...
....... ... ... .... ...
i,:-1>:'I. . it . >>,
........: ...:.....< /I~ ::.:.'.:.../.1 ........ ........ -
'..: :::. :::::::.:'. cc- cc-"r ..... ... ...
... ... .1 ....
.... .... ..... ..... . ..... .... ;j ... "1' .... ,.. t ...1: . ..... .... .......... .. ... I ...
.......1..... .... ... ....... ... ....1/'" ...... .. ........1. . .... . .... ......"" r..' . .... ........1... .... .........1..... ........
.....1... ..... ... . .... ........ ... ..... I' ....... ... ... ... .. II..... ... . .. ...1............ ..
. : "1.,"\, ......... .........-: ......... ......... .......,'., ......... ........ ......... .......; > .Ii"'r ..... ...-
. ...... ........3 II ..1 . ." , . .... ... ..... .. ... ....... ... ..... ..... .... , . ...
- .... ....~~ .... .... ........ ..... .' .....'... ..... .. .~~ .. .... . .... I' .' .
..................0...:...1......... '.:"1." .........:....:... ...... ....... '1":..' .:....:..1......... ....... .....:-r..i..... ....... ..... ...... ..:.:.... ......... ......... ......... ... ..... .....:... ........1...... .........
PROJECT NC>. 0<0026-.10' "","EO fl'{, NKUHN ~ R""S~N OEseR"""'N I RAJ
PROJECT 0.<", JUN' ,. """ CHE""'O fl'{, NKUHN DUBUQUE STREET/fOSTER ROAD SUBJECT TO CHANGE SHEET NO.
c.oo 0.<", J.' ,. 200' ""0,'0 ..m ~ DRAWN oY,__NST E' . All' In INTERSECTION IMPROVEMENTS PROJECT RETAINING WALL NO.2 Z 08
CAD rILE: S:\PROJ\0400'5-J01\CAD\dlfl'os\XCT-SEC'T-EAlOWC lance, C. CITY or IOWA. IOWA CROSS-SECTIONS .
... '.. . . ..
-r>'- .........:0:,::: ....,i ..:j: ... ...,> ......... ". .....:.... ....... ._'>....1.. ........... ..... ......... ......... ... ...e-
... .... ... ... . ". ..... 202 +50 ... .. ..... .. ... ...
...... ...... ......... -21+50 ..... ..... ......... ........, ... , ...1. . ....... ....!
<1.....................<.>:1...1 ............ ........
~ ...... .. ........ ........ / .. ...... ... ..... 1 ....~ . ...... ~;_ ......... ......- ....>1 ......... ...
.. . ." .. ... . "'1.. ....... ... ..... ~....... ......1 H
I .. ... .. .........11. ..
· -L ........ .... . ...... ... ....... .... ... ..
.....1:: ...... . I' ......... . ... . .-: · 1 ...... I....
... I '1 ... .. ..... ... ..... ..' .. i .. I.'.
! . . ....1... .... .... .......
>1..'1.. ...... ........ ................->!<
.. . II' ... . I..... ........ . ... ..... .......
.. ............. ....... .. .................
..... . ... ... .......1.'...-..,.. .... \l
:::::'.. ::... ___ ..:::' ::::::::"1:::".:-./:' .~:.+::::-
- --
...... ......... ......... .... ......... ......... IfG,2 ..~.... CJ
1"< 'i< ......... ........< -~>~ ...~...
......... ..)"1 ....... .... ...I":C" ................ ....... ..', -~ .......
....... ........ ... . ...\.. ""'< ;.:..... .. . ... .."- . ...... ...... .... . ... .... ..
_ ... .. ...... - /-_ ......... .....<1<> .........' \~s+ ~__r! ..........,- ......... ....... ... ... _
......... ... ,.,..."'12........1.., ........... ... ........ ........ .... . .......1 ..' ..,..1...... ... ........ '.C-.
IU....... ..' ..1 . ... ..... ... ....... .... ....1 ....
fIlMCT NO, o<oo26-JO' 0,,_0 BY, NKUHN m- RE""~N OESCRWTION ~ liAJ
PI<OJECT ""TE' JtlNE " 200< CH[O<<O"" NKUHN DUBUQUE STREET/FOSTER ROAD SUBJECT TO CHANGE SNE[1 NO.
CAO ""TE, J,' " 200. ""0"0 ..m. ,....... BY, OERNST E' . All' In INTERSECTION IMPROVEMENTS PROJECT RETAINING WALL NO.2 Z 09
CAD rILE: S'\PltOJ\Oo<<1026_J01\CAQ\dwat\XCT_SFCT_EAI0WC e lance, C. CITY OF IOWA, IOWA CROSS-SECTIONS .
---
... .. 1 .-c-,. .
.... . ..... I. ..
.... .:...... ....... ... ... ............t..:. ..... ....:.:. ::::.,..... .::.. :..... ..: :::..T.:. .......:.. .:.:.. ........ .:1.
.... ........ ...... ...... ... ..... ... .... ... ........ ..... ........ ......
..,.... ... ..1... ... . . ... ... .....1 ....... . .. .1 ....1. ....
.<:>11/ ... .. .. ......... .. >if ... ..>+ ..... ........ ........./ .... ......... ..' .... .....:1 .. .... ... ........, ........ -
.. ....... .... ........ .... ......... .... ... .... ..... ...... ... ... ... ..... I. ... .... .:: . ...... i
-, ::............. :::::.::: :.:::.. ..... ... ... ...... . ........., .........-- ..... .... -c-... ..... ......... ........ ......:. ......... .:....: ... .. .... ..... ....., ..
-I .... ........ ...... ...1 ...1. ... ...... .. .. ..:. ... ... ... ... .. .. I ......:.. ... I. ....
· . ...<:' , ......... ........ ......... ....>..:i.. ...... ...i. <. ......... ->1[,<1..... >I_!~ .._ .......i -
.J:.. ........ . ..... ..... .. ... .... .. ..1.. .....1 ... ...1 ... ... ... .1.
... "t{:~ _. .... .......1.. ..... ...... ....... ....:. . .. .. . . .
: ::f . ... . ......-u-j ......... ......... .......T ... ......... ....... .......,. ........:< .........1 ......... ... ..... .........< ........... :
..... .. ... ...... ...........: .....: ..... ... .... . .... I ... ... .. .... ...:
... - . ... . .. . . . ... .... . . . . ... ..... .... .... ........... .... .. .......... .... ... ..... ... .... .
~ 1 /, ...... .>;.......>IT.. ......1< .... ... ........ .:1.. .....:./T :::::1 ..... .......... ... ..... ...... . .........
- ..... . . .. . . .... .... ..... .. ... ... ... ........ . .... ...... ....... ......... ....... .. ... I... ...
.... ~.. ... Iii ... .. ........ .. ... ........ ..... ...... ... .. .. .. ... .... ... ....... . ..... ...
: T ......:.-If .........~.....:::. ......:.. II ........ . ....... ::::..::. :.:...... .....:::: :.::.1'::. :::::.....1 .. :.:... -
PROJ<CT NO, 040026-JO' 'E51ONE' BY,~UHN m ''''''0' OESO''''''' I liAJ
PROJ<CT OAT[, JUN' " "04 eH,"'" BY, NKUHN DUBUQUE STREET/rOSTER ROAD SUBJECT TO CHANDE SH'" NO.
"^" ",m J'N " 200' "."." '.m. . ,...... BY, M'NST E. - All' In INTERSECTION IMPROVEMENTS PROJECT RETAINING WALL NO.2 Z 10
CJD rILE: S.\PROJ\04002S-Jn1\C\D\d'll'c.\XCT_S[CT_EAJ owe . lance, C. CITY Of IOWA. IOWA CROSS- SECTIONS .
. PrOj (];[
Prepared by: Ron Gaines, Public Works, 410 E. Washington St., Iowa City, IA 52240, (319)356-5145
RESOLUTION NO. 05-44
RESOLUTION SETTING A PUBLIC HEARING ON PLANS, SPECIFICATIONS,
FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION
OF THE DUBUQUE STREET/FOSTER ROAD INTERSECTION IMPROVEMENT
PROJECT, DIRECTING CITY CLERK TO PUBLISH NOTICE OF SAID
HEARING, AND DIRECTING THE CITY ENGINEER TO PLACE SAID PLANS
ON FILE FOR PUBLIC INSPECTION.
BE IT RESOLVED BY THE COUNCIL OF THE CITY OF IOWA CITY, IOWA:
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 15th day of
February, 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 ttie 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 1st ":;Z'/u; ,2005
~~ ~
AYOR
Approved by
ATTEST:_~'':'',.) k. ~-u.J ~0 1/4,(OS-
" Ci Y tor's Office
CITY LERK
pwenglreslsetph-dubuquefosler.doc
Resolution No. 05-44
Page 2
It was moved by Ba il ey and seconded by _ O'Donnell the Resolution be
adopted, and upon roll call there were:
AYES: NAYS: ABSENT:
X Bailey
X __ Champion
X Elliott
X Lehman
X O'Donnell
X Vanderhoef
X Wilburn
----.-.-- --
Printer's Fee S 1611
CERTIFICATE OF PUBUCATlON
STATE OF IOWA,
JOHNSON COUNTY, SS:
mE IOWA CITY PRESS-CITIZEN OFFICIAL PUBLICATION
FED. ID #42-0330670 PUBLIC NOTICE OF STORM WATER
DISCHARGE
I,~~~_....._- The City of Iowa City, Iowa, plans to sub-
mit a Notice of Intent to the Iowa
Department of f:Jatural Resources to be
being duly sworn, covered under the NPDES General
~ say Permit No. 2 Storm Water Discharge
that I am the legal clerk of the IOWA Associated with Industrial Activity for
Construction Activities.
CITY PRESS-CITIZEN, The storm water discharge will be from
a newspaper grading and pee roadway construction
published in said county, and that a for the Dubuque StreeV Foster Road I
Intersection Improvement Project. STP-
notice, printed of which is U-3715(625)- -70-52, located in NW _.
a copy T79N, R6W, Johnson County.
I hereto attached, published in Storm water will be discharged into the
was roadway ditch adjacent to Dubuque
said paper J time(s), on the Street aJ1d. wmbe discharged to the fol-
! lowing streams: Iowa River. .
following date(s): Comments may be submitted to the
Storm Water Discharge Coordinator.
-1il(j 1)-. 3,/ ;::)...M)o IOWA DEPARTMENT OF NATURAL
RESOURCES. Environmental Protection
Division, Hent)' A. Wallace Building, 502
E. 9th Street, Des Moines, IA 50319-
0034. The public may review the Notice of
Intent from 8 a..m. to 4:30 p.m.. Monday
02~AA I through Friday, at the above address
7tldAJ after it has bean received by ~he depart-
ment.
_Dubuq'J6 Street! Foster Road
Legal Clerk Intersection Improvement Project, Iowa
City,lA
Subscribed and sworn to before me Public Notice of Storm Water Discharge
. 578B8 May 3. 2005
this Cif...}h . day of ~
A.D. 20 0<)' .
';1'~ /fA -<~
Notary Public
UNDA KROTZ
~ COmmIssIOn Number 732619
. . My Commission expires
January 27, 2008
STATE OF IOWA
Counties of Linn and Johnson 55.
PUBLIC NOTICE OF
STORM WATER QISCHARGE
TM City of Iowa CIIV, Iowa, plans 10 submit
a Nollee of Inlen! to the Iowa Department of
Natural Resources 10 be covered under the
NPDES General Permll !\Io. 2 Storm Waler
Discharge Awx:ialed with Industrial Ac\\vl1y I, Joe Hladky, being duly sworn on oath, do state that I am
for Construction Activities.
The storm water dl5Charge wlll be from the publisher of THE GAZETTE, a daily newspaper of
grading and pee roadway construction, for th~
DubUQue Street! Foster Road lnlersecllon lm- general circulation in Linn and Johnson Counties, Iowa. The
provement Project, STP-U-371S{b15)- -1U-S2.
located In NW lf~, -T79N, R6W, Johnson Coun-
'\form water will be discharged Inlo the notice, a printed copy of which is attached, was inserted and
roadway ditch adlacent to Dubuque SIreet and \ published in THE GAZETTE newspaper in the issue(s) of
will be discharged 10 the foUowlng streams:
Iowa River.' .
Comments may be submitted to the Storm
Water Discharge Coordinator, IOWA DE-
PARTMENT OF NATURAL RESOURCES,
Environmental" Protection DiviS.lon, Henrv A.
Wallace Building, 502 E. 9th. Street, I?es May 3 20~.
Moines, IA 50319-0034. The publiC maY review
the Nollce of Intent from 8 a.m. to 4:30 p.m., The reasonable fee for publishing said notice is $ 12.52
Monday through Friday, at the above address
after it has been received by the d~artment.
5;9000 ~o~ce me 00 I ,
May 6 20 05
, -,
by Joe Hladky.
for the State of Iowa
Received payment for above from ,20_.
GAZETTE COMMUNICATIONS, INC.
By
'i! JEAN GIGUO
C~881Oll NUM8ER 123966
. . MY CO....ISSION EXPIRES
ow fEIIRUARY 18, 2008
- -- ----.-----
-.-- ...--
I NOTICE OF PUBLIC HEARING ON PLANS,
I SPECIFICATIONS, FORM OF CONTRACT AND
ESTIMATED COST FOR THE
,
DUBUQUE STREETI FOSTER ROAD
INTERSECTION IMPROVEMENT (STP-U-
3715(625)--70-52) 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
Dubuque Street! Foster Road. Intersection
Improvement Project (STP-U-3715(625)-70-52) I
in said city at 7:00 p.m. on the 15th day of
February, 2005, said meeting to be held in the
Emma J. Harvat Hall in 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. I
Said plans, specifications, form of contract and
estimated cost are now on file in the office of the
City Clerk in 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
I
I
----- -
Pr-D~ C5LJ
10
Prepared by: Ron Gaines, Civil Engineer, 410 E. Washington St.. Iowa City, IA 52240, (319)356-5145
RESOLUTION NO. 05-85
RESOLUTION APPROVING PLANS, SPECIFICATIONS, AND ESTIMATE OF COST
FOR THE CONSTRUCTION OF THE DUBUQUE STREET/FOSTER ROAD
INTERSECTION IMPROVEMENT PROJECT [STP-U-3715(625)--70-52] AND
DIRECTING CITY CLERK TO PUBLISH ADVERTISEMENT FOR BIDS AND FIXING
TIME AND PLACE FOR RECEIPT OF BIDS.
WHEREAS, project includes reconstructing the intersection adding turn lanes and traffic signal; and
WHEREAS, this project will be bid by the Department of Transportation (IaDOT); and
WHEREAS, bids will be accepted on April 19,2005, at 10:00 a.m., Ames, Iowa at the Department of
Transportation; and
WHEREAS, notice of public hearing on the plans, specifications, form of contract and estimate of cost
for the above-named project was published as required by law, and the hearing thereon held.
NOW, THEREFORE, BE IT RESOLVED BY THE COUNCIL OF THE CITY OF IOWA CITY, IOWA
THAT:
1. The plans, specifications, and estimate of cost for the above-named project are hereby
approved.
2. The City Clerk is hereby authorized and directed to publish notice for the receipt of bids to be
let by the lOOT, for the construction of the above-named project in a newspaper published at
least once weekly and having a general circulation in the city.
Passed and approved this 15th day of F'b""7~ c:/] ~~
MAYOR Pro tern
ATTEST: ~~ -k'. K~ APP~ .zit'( ft,S,"-
CitY Attorney's Offi e ~
CITY LERK
It was moved by Sa il ey and seconded by Vanderhoef the Resolution be
adopted, and upon roll call there were:
AYES: NAYS: ABSENT:
X Bailey
X Champion
X Elliott
X Lehman
X O'Donnell
X Vanderhoef
X Wilburn
Pweng/res/Dubuque-fosteUnters-applns.dOC
Printer's Fee $ 1113
CERTIFICATE OF PUBUCATlON
STATE OF IOWA.
JOHNSON COUNTY. SS:
THE IOWA CITY PRESS-CITIZEN OFFtCIAL PUBUCATlON
FED. ID #42-0330670 NOTICE OF PUBLIC HEARING ON
PLANS, SPECIFICATIONS, FORM OF
I CONTRACT A.ND ESTIMA.TED COST
FOR THE
,------ DUBUQUE STREETt FOSTER ROAD
Linda Krotz, being duly sworn, say INTERSECTION IMPROVEMENT (STP-
U-3T15(625)-Tll-52) PROJECT IN THE
that I am the legal clerk of the IOWA CITY OF IOWA CITY, IOWA
TO ALL TAXPAYERS OF THE CITY OF .
CITY PRESS-CITIZEN, a newspaper IOWA CITY, IOWA,. AND TO OTHER
INTERESTED PERSONS,
published in said county, and that a Public notice is hereby given that the
City Council of the City of Iowa City. Iowa,
notice, a printed copy of which is will conduct a public hearing on plans,
specifications, form of contract and esti-
hereto attached, was published in mated cost for the construction of the
said paper j time(s), on the Dubuque Street! Foster Road Intersedion
Improvement project (STP-U-3715(625)-
following date(s): 70-52) in said C'lty at 7:00 p.m. on the 15th
day ot February, 2005, sa.id meeting to be
F-e.1o (' UQ v~ held in the Emma J. Harvat Hall in City
10 :+005 Hatl, 410. E. Washington Street in said
- city, or If said meeting is cancelled, at the
next meeting of the City Council there-
after as posted by the City Clerk.
Said plans, specifications, form of con-
tract and estimated cost are now on file in
Y.A/~ the office of the City Clerk in City Hall in
Iowa City, Iowa, and may be inspected by
any interested persons.
Legal Clerk Any interested persons may appear at
said meeting of the City Council for the
Subscribed and sworn to before me purpose of making objections to and com-
ments conceming said plans, specifica-
this U) 0-.. day of -F -t..O~ tions, contract or the cost of mak.ing said
Improvement.
This notice is given by order of the City
A.Qo ().:5. .., Council of the City of Iowa City, Iowa and
(( >JjJ M. as provided by law.
MARIAN K. KARR, CITY CLERK
57094 February 10, 2005
\ ~ 1/J'o..L/. PJJ.-<J
Notary Public
I@ ORLENE MAIlER
CommtslJon Number 115848
My Commisllon ~re.
Aprll 2, 2005
---.-- -.-
. )
NOTICE TO BIDDERS
STATE OF IOWA - Sealed bids will be received on April 19, 2005 by the Iowa Department of Transportation at
the Office of Contracts in Ames, Iowa until 10 o'clock A.M., CT., for various items of construction and/or
maintenance work.
Plans, specifications and proposal forms for the work may be seen and secured at the Office of Contracts, Iowa
Department of Transportation, 800 Lincoln Way, Ames, Iowa until noon on the day previous to the letting.
Mailed bids are to be sent to the Iowa Department of Transportation, Office of Contracts, 800 Lincoln Way,
Ames, Iowa 50010. Staff will be available at the Office of Contracts the day previous to the letting and the day of the
letting for the dropping off of bids during regular business hours 7:30 a.m. to 4:30 p.m.
. The Iowa Department of Transportation (DOT) uses the Bid Express website (www.bidx.com) as an official
depository for electronic bid submittal. The Iowa DOT will ensure that this electronic bid depository is available for a
two-hour period prior to the deadline for submission of bids. In the case of disruption of national communications or
loss of services by www.bidx.com during this two-hour period, the Iowa DOT will delay the deadline for bid I
submissions to ensure the ability of potential bidders to submit bids. Instructions will be communicated to potential
bidders.
Opening and reading of the bids will be performed at the Iowa Department of Transportation, Ames, Iowa after
10:30 A.M. on the same date such bids are scheduled to be received, unless otherwise specified by the Iowa
Department of Transportation
All proposals must be filed on the forms furnished by the Iowa Department of Transportation, Contracts Office,
sealed and plainly marked. Proposals containing any reservations not provided for in the forms furnished will be
rejected. The Iowa Department of Transportation reserves the right to waive technicalities and to reject any or all
bids.
A Proposal Guarantee not less than the amount as set forth in the proposal form shall be filed with each
proposal. The Proposal Guarantee shall be in the form of a certified check or credit union certified share draft,
cashier's check, money order or bank draft drawn on a solvent bank or credit union. Certified checks or credit union
certified share drafts shall bear an endorsement signed by a responsible official of such bank or credit union as to
the amount certified. Cashier's checks, money orders or bank drafts shall be made payable either to the Contracting
Authority or to the bidder and, where made payable to the bidder, shall contain an unqualified endorsement to the
Contracting Authority signed by the bidder or the bidder's authorized agent. A properly completed Contractor's Bid
Bond (Form No. 650001), or a properly completed Contractor's Annual Bid Bond (Form No. 650043), both available
from the Iowa Department of Transportation, Office of Contracts, may be used in lieu of that specified above.
The contracting authority will issue an exemption certificate for the purchase or use of building materials,
supplies, and equipment that will be used in the performance of the construction contract, as provided by Iowa Code
Sections 422.42(16), 422.42(17) and 422.47(5).
Failure to execute a contract and file an acceptable Performance Bond and Certificate of Insurance within 30
days of the date of the approval for awarding the contract, as herein provided, will be just and sufficient cause for
the denial of the award and the forfeiture of the proposal guarantee.
The Iowa Department of Transportation (or other approved contracting authority) hereby notifies all bidders that
it will affirmatively ensure that in any contract entered into pursuant to this advertisement, disadvantaged business
enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated
against on the grounds of race, color, or national origin in consideration for an award.
On Federal Aid projects, where disadvantaged business enterprise goals have been established, the bidder is
required to complete and submit form 102115 with the bid documents. On all projects without goals, the contractor
must show that affirmative actions have been made to seek out and consider disadvantaged business enterprises
as potential sub-contractors.
Some of the projects may be listed in multiple proposals (as an individual project or as part of a combined
package of projects). The Contracting Authority will determine which combination of proposals produce the lowest
bid for these projects.
The listing of projects, and details of the project, for which bids are to be taken will be available to potential
bidders and suppliers three (3) weeks prior to the letting dates at the following locations:
. Posted on the Internet at www.bidx.com/lowa
. Available in the Iowa Department of Transportation's "Weekly Letting Report"
. Available by calling the Office of Contracts of the Iowa Department of Transportation at 515-239-
1414.
Minimum wage rates for all Federal Aid projects have been predetermined by the Secretary of Labor and are set
forth in the specifications. However, this does not apply to projects off the Federal-Aid System.
All Federal fl,id projects are subject to the Work Hours Act of 1962, P. L. 87-581 and Implementing regulations.
By virtue of statutory authority, a preference will be given to products and provisions grown and coal produced
within the State of Iowa, and also, 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
both on projects in which there are no Federal Funds involved.
IOWA DEPARTMENT OF TRANSPORTATION
OFFICE OF CONTRACTS
TELEPHONE: 515-239-1414
Bid Order: 106 DBE Goal: 2.50 %
Work Type: PCC PAVEMENT - GRADE/REPLACE
Guarantee: $125,000.00
Project(s): JOHNSON STP-U-3715(625)--70-52
DUBUQUE STREET PCC PAVEMENT - GRADE/REPLACE FROM TAFT SPEEDWAY TO 700' SOUTH OF 1-
80
--~
OFFICIAL PUBLICATION
"10.5 3 NOTICE TO BIDDERS The Iowa Department of Transportation
(or other approved contracting authority)
Printer9s Fee $ STATE OF IOWA - Sealed bids will be hereby nolifies all bidders that it will affir-
received on April 19, 2005 by the Iowa matively ensure that in any contract
Department of Transportation at the entered into pursuant to this advertise-
CERTIFICATE OF PUBUCATION Office of Contracts in Ames. Iowa until 1 0 ment, disadvantaged business enterpris-
o'clock AM., C.T., for various items of os will be afforded full opportunity to sub-
STATE OF IOWA. construction and/or maintenance work. mit bids in response to this invitation and
Plans, specifications and proposal forms will ootbe discriminated against on the
JOHNSON COUNTY. SS: for the work may be seen and secured at grounds of race, color, or national origin
the Office of Contracts, Iowa Department in consideration for an award.
THE IOWA CITY PRESS-CITIZEN of Transportation, 800 Lincoln Way, On Federal AId projects, where disad-
Ames, Iowa until noon on the day previ- vantaged business enterprise goals have
FED. ID #42-0330670 QUS to the fetting. been eSfabrished, the bidder is required
Maiied bids are to be sent to the lowa to complete and submit form 102115 with
Department of Transportation, Office of the bid documents. On all proiects with-
Contracts, 800 Uncoln Way, Ames, Iowa out goals, the contractor must show that
I, 50010. Staff wiJJ be available at the Office affirmative actions have been made to
of Contracts the day previous to the let- seek out and consider disadvantaged
Linda Krotz, being duly sworn, say ting and the day of the ietting for the drop- business enterprises as potential sub-
ping off of bids during regular business contractors.
that I am the legal clerk of the IOWA hours 7:30 a.m. to 4:30 p.m. . Some of the projects may be listed in
The Iowa Department of Transportation multiple proposals {as an individual proj-
CITY PRESS-CITIZEN, a newspaper (DOT) uses the Bid Express website ect or as part of a comblned package of
(www.bidx.com) as an official depository projects). The Con~racting Authority will
published in said county, and that a for electronic bid submittal. The Iowa DOT determine which combination of propos~
will ensure that this electronic bid depos- als produce the lowest bid for these proj-
notice, a printed copy of which is itory is available for a two-hour period ects.
prior to the deadline for submiSSion of The listing of projects, and details of the
hereto attached, was published in bids. In the case of disruption of national project, fur which bIds are to be taken w1ll
said paper -.L__ time(s), on the communications or loss of services by be available to potential bidders and sup-
wwwbic1x com during this two-hour peri- pliers three (3) weeks prior to the letting
ad, the Iowa DOT will delay the deadline dates at the following locations:
following date(s): for bid submissions to ensure the ability . Posted on the Internet at
of potential bidders to submit bids. WWW.bidx com/Iowa
M QV~ '---~,d-005 Instructions. will be communicated to . Available in the Iowa Department of
potential bidders. Transportation's "Weekly Letting Reporr
Opening and reading of the bids will be . Available by calling the Office of
performed at the Iowa Department of Contracts of the Iowa Department of
Transportation, Ames, Iowa after 10:30. Transportation at 515-239-1414.
A.M. on the same date such bids-are Minimum wage rates for aU Federal Aid .
scheduled to be received, unless other- projects have been predetermined by the
Y?1~ wise specified by the lowa Department of Secretary of Labor and are set forth in the
Transportation specifications. However, this does not
Legal Clerk All proposals must be filed on the forms apply to projects off the Federal-Aid
furnJshed by the Iowa Department of System.
Subscribed and sworn to before me Transportation, Contracts Office, sealed All Federal Aid projects are subject to the
. and plainly marked. Proposals contain- Work Hours Act of 1962, P. L 87-581 and
this ~~,,-,t day of~(J ",.J-- Ing any reservations not provided for in Implementing regulations.
the forms furnished will be rejected. The By virtue of statutory authority..a prefer.
A.D. 20 () "i' iO'fia Department of Transportation ence'will be given to products and provi-
reserves the right to waive technicalities sions grown and coal produced within the
~t~ and to reject any or all bids. State of Iowa, and also, a resident bidder
A Proposal Guarantee not less than the shall be aJlowed a preference as against
amount as set forth in the proposal form a non-resident bidder from a state or for.
shall be filed wit" each proposal. The eign l?ountry which gives or requires a
Proposal Guarantee shall be in the form preference to bidders from that state ar
Notary Public of a certified check or credit unIon cern. foreign country both on projects in which
tied share draft, cashier's check, money there are no Federal Funds involved.
order or bank draft drawn on a solVent IOWA DEPARTMENT OF
bank or credit union. Certified checks or TRANSPORTATION
credit union certified share drafts shan OFFICi; OF CONTRACTS
bear an endorsement signed... by a TELEPHONE: 515-239.1414
responsible official of such bank or credit
union as to the amount certified. Bid Order: 106 DBE Goal: 2.50 %
~f ORLENE MAHER Cashier's checks, money orders or bank Work Type: PCC PAVEMENT
Commission Number 715848 drafts shall be made payable either to the GRADE/REPLACE
My Commission ExpIres Contracting Authority or to the bidder Guarantee:. $125,000.00
... Aprll2, 2005 and, where made payable to the bidder, Project(s): JOHNSON STP-U-3715(625)-
shall contain an unqualified endorsement -70~52
to the Contracting Authority signed by the DUBUQUE STREET PCC PAVE-
, bidder or the bidder's authorized agent. MENT . GRADElAEPLACE FROM TAFT
A properly completed Contractor's Bid SPEEDWAY TO 700' SOUTH OF 1.80
Bond (Form No. 650001), or a properly 61770
completed Contractor's Annual Bid Bond March 23, 2005
(Form No. 650043), both available from
the Iowa Department of Transportation,
Office of Contracts, may be used In lieu of
that specified above.
The contracting authority will issue an
exemption certificate for the purchase or
use of building materials, supplies, and
equipment that will be used in the per-
formance of the construction contract, as
provided by Iowa Code Sections
422.42(16), 422.42(17)'and 422.47(5).
Failure to execute a contract and file an
acceptable Performance Bond and
Certificate of Insurance within 30 days of
the date of the approval for awarding the
contract, as herein provided. will be just
and sufficient cause for the denial of the
award and the forfeiture of the proposal
guarantee.
--- -- --
-R~J ~
Prepared by: Ron Gaines, Civil Engineer, 410 E. Washington 51., Iowa City, IA 52240 (319)356-5145
RESOLUTION NO. 05-175
RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE MAYOR TO
SIGN AND THE CITY CLERK TO ATTEST A CONTRACT FOR
CONSTRUCTION OF THE DUBUQUE STREET/FOSTER ROAD
INTERSECTION IMPROVEMENT PROJECT STP-U-3715(625)-70-52
PROJECT.
WHEREAS, Metro Pavers, Inc. of Iowa City has submitted the lowest responsible bid of
$1,941,285.45 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 Metro
Pavers, 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 3rd day of May .20 05
cf!~~~. 4/-
1JA YOR
Approved by
ATTEST: ~ ~. k~ ~~ 1f~ks -
CITY C ERK
It was moved by Sa il eY and seconded by Vanderhoef the Resolution be
adopted, and upon roll call there were:
AYES: NAYS: ABSENT:
X Bailey
X Champion
x Elliott
X Lehman
X O'Donnell
X Vanderhoef
X Wilburn
pwenglresfdubfosterawrdcon. doc
4105
,
THE AMERICAN INSTITUTE OF ARCHITECTS
I
Bond Number 8195-75-86
AlA Document A3T2
Performance Bond
Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable.
CONTRACTOR (Name and Address): SURETY (Name and Principal Place of Business): I
Metro Pavers, Inc. Federal Insurance Company
PO Box 2508 PO Box 1615
Iowa City IA 52244-2508 Warren NJ 07061
OWNER (Name and Address):
City of Iowa City .~.~
0 .~-:)
=
410 E Washin9ton ~ ~,
::?=C! ~
Iowa City, IA 52240 -:
-' -< 11
. -)" , "-
CONSTRUCTION CONTRACT _it'. U1
Date: ,,:'<r-'- Ti
rT"1 "'"
Amount: $1,941,285.45 C):::.~ ::J: j'-1
Description (Name and Location): PCC Pavement - Grade/Replace \--..J"
<;:~ co
Johnson County )> N
BOND --.J
Date (Not earlier than Construction Contract Date):
Amount: $1,941,285.45
Modifications to this Bond: o None Kl See Page 3
SURETY
Company: (Corporate Seal)
Federal Insurance Company
,
Signature: ()
Name and Titl . Joyce O. Herbert, Attorney-in-fact
(Any additional signatures appear on page 3)
(FOR INFORMATION ONLY-Name, Address and Telephone)
AGENT or BROKER: OWNER'S REPRESE,'JTATIVE (Architect. Engineer or
LaMair-Mulock-Condon Co. other partyl:
4200 University Ave, Ste 200
West Des Moines IA 50266
AlA DOCUMENT A312 . PERFORMANCE BONO AND PAYMENT BOND' DECEMBER 1984 ED. . AlA ."'5<
THE AMERICAN INSTITUTE OF ARCHITECTS. 1735 NEW YORK AVE., N.W., WASHINGTON, D.C. 20006 A312-1984 1
1 The Contractor and the Surety, jointly and severally, bind .1 After investigation, determine the amount for
themselves, their heirs, executors, administrators, succes- which it may be liable to the Owner and, as soon as
SOTS and assigns to the Owner for the performance of the practible after the amount is determined, tender
Construction Contract, which is incorporated herein by payment therefor to the Owner; or
reference. Deny liability in whole or in part and nOIify the
.2
2 If the Contractor performs the Construction Contract, the Owner citing reasons therefor.
Surety and the Contractor shan have no obligation under this 5 If the Surety does nol proceed as provided in Paragraph 4
Bond, except to participate in conferences as provided in with reasonable promptness, the Surety shall be deemed to
Subparagraph 3.1. be in default on this Bond fifteen days after receipt of an
additional written notice from the Owner to the Surety
3 If there is no Owner Default, the Surety's obligation under demanding that the Surety perform its obligations under this
this Bond shall arise after: Bond, and the Owner shall be entitled to enforce any remedy
3.1 The Owner has notified the Contractor and the available to the Owner. If the Surety proceeds as provided in
Subparagraph 4.4, and the Owner refuses the payment
Surety at its address described in Paragraph 10 below that tendered orthe Surety has denied liability, in whole or in part,
the Owner is considering declaring a Contractor Default without further notice the Owner shall be entitled to enforce
and has requested and attempted to arrange a conference any remedy available to the Owner.
with the Contractor and the Surety to be held not later
than fjfteen days after receipt of such notice to discuss 6 After the Owner has terminated the Contractor's right to
methods of performing the Construction Contract. If the complete the Construction Contract, and it the Surety elects
Owner, the Contractor and the Surety agree, the Contrac- to act under Subparagraph 4.1. 4.2, or 4.3 above, then the
tor shall be allowed a reasonable time to perform the responsibilities of the Surety to the Owner shall not be
Construction Contract, but such an agreement shall not greater than those of the Contractor under the Construction
waive the Owner's right, if any, subsequently to declare a Contract, and the responsibilities of the Owner to the Surety
Contractor Default; and shall not be greater than those of the Owner under the
3.2 The Owner has declared a Contractor Default and Construction Contract. To the limit of the amount of this
formally terminated the Contractor's right to complete the Bond, but subject to commitment by the Owner of the
contract. Such Contractor Default shall not be declared Balance of the Contract Price to mitigation of costs and
earlier than twenty days after the Contractor and the damages on the Construction Contract, the Surety is ob-
Surety have received notice as provided in Subparagraph ligated without duplication for:
3.1; and 6.1 The responsibilities of the Contractor for correction
3.3 The Owner has agreed to pay the Balance of the of defective work and completion of the Construction
Contract Price to the Surety in accordance with the terms Contract; .-
~ C::J
of the Construction Contract or to a contractor selected to 6.2 Additional legal, design profQional a"a:-ilelay costs
perform the Construction Contract in accordance with the resulting from the Contractor's ~@It, ana resulting
terms of the contract with the Owner. from the actions or failure t9 act'''''of-)he Surety uJ1d~r
4 When the Owner has satisfied the conditions of Para- Paragraph 4; and C-) -----" I -=
graph 3, the Surety shall promptiy and at the Surety's expense -~r"l U1 ~
6.3 Liquidated damages, or if no !iq!-"idated damages;are
take one of the following actions: specified in the Construction Contra:~~, act~ darra~s
4.1 Arrange for the Contractor, with consent of the caused by delayed performance Qryon-performance-bf
Owner, to perform and complete the Construction Con. the Contractor. .S: / ' <.'?
tract; or ~ f'0
7 The Surety shall not be liable to t e Owner Q!...others for
4.2 Undertake to perform and complete the Construc- obligations of the Contractor that are unrelated to the
tion Contract itself, through its agents or through inde- Construction Contract, and the Balance of the Contract Price
pendent contractors; or shall not be reduced or set off on account of any such
unrelated obligations. No right of action shall accrue on this
4.3 Obtain bids or negotiated proposals from qualified Bond to any person or entity other than the Owner or its
contractors acceptable to the Owner for a contract for heirs, executors, administrators or successors.
performance and completion of the Construction Con-
tract, arrange for a contract to be prepared for execution 8 The Surety hereby waives notice of any change, including
by the Owner and the contractor selected with the Own- changes of time, to the Construction Contract or to related
er's concurrence, to be secured with performance and subcontracts, purchase orders and other obligations.
payment bonds executed by a qualified surety equivalent
to the bonds issued on the Construction Contract. and pay 9 Any proceeding, legal or equitable, under this Bond may
to the Owner the amount of damages as described in
Paragraph 6 in excess of the Balance of the Contract Price be instituted in any court of competent jurisdiction in the
incurred by the Owner resulting from the Contractor's location in which the work or part of the work is located and
default; or shall be instituted within two years after Contractor Default or
within two years after the Contrador ceased working or
4.4 Waive its right to perform and complete, arrange for within two years after the Surety refuses or fails to perform its
completion, or obtain a new contractor and with rea. obligations under this Bond, whichever occurs first. If the
sonable promptness under the circumstances: provisions of this Paragraph are void or prohibited by law, the
AlA DOCUMENT A312 . PERFORMANCE BOND AND PAYMENT BOND' DECEMBER 1984 ED. . AlA 8
THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AvE., N.W.. WASHINGTON, D,C 20006 A312.1984 2
----.--.-
able to sureties as a defense in the jurisdiction of the suit tractor of any amounts received or to be received by
shall be applicable. the Owner in settlement of insurance or other claims
10 Notice to the Surety. the Owner orthe Contractor shall for damages to which the Contractor is entitled. re-
duced by all valid and proper payments made to or on
be mailed or delivered to the address shown on the sig- behalt of the Contractor under the Construction Con.
nature page. tract.
11 When this Bond has been furnished to comply with a 12.2 ConstruOion Contract: The agreement between
statutory or other legal requirement in the focation where the Owner and the Contractor identified on the sig-
the construction was to be performed, any provision in this nature page, including all Contract Documents and
Bond conflicting with said statutory or legal requirement changes thereto.
shall be deemed deleted herefrom and provisions con-
forming to such statutory or olher legal requirement shall 12.3 Contractor Default: Failure of the Contractor,
be deemed incorporated herein. The intent is that this which has neither been remedied nor waived, to per.
Bond shall be construed as a statuIory bond and not as a form or otherwise to comply with the terms of the
common law bond. Construction Contract.
12 DEFINITIONS 12.4 Owner Default: Failure of the Owner, which has
12.1 Balance of the Contract Price: The total amount neither been remedied nor waived. to pay the Con-
tractor as required by the Construction Contract or to
payable by the Owner to the Contractor under the perform and complete or comply with the other terms
Construction Contract after all proper adjustments thereof.
have been made, including allowance to the Con-
MODIfiCATIONS TO THIS BOND ARE AS FOllOWS:
The Policyholder Disclosure - Notice of Terrorism Risk Insurance Coverage - Surety Bond Rider
is issued concurrently with Performance and Payment Bond #8195-75-86.
""
r, =
c:;::::>
~-j ~
~O -.
.J>_: :::.'" -Il
-<
,--.." -<. I
... ./ r-
. ;C! <...'1
.:-< r- T]
rr' "'" ' ,
~:J~ -., I-~ I
~ __....1
-<.- ,/'~ co
>-
); N
...J I
(Space is pro,ided below for addilional signalures of added parties, other than those appearing on the cover page.)
CONTRACTOR AS PRINCIPAL SURETY
Company: (Corporate Sean Company: ICorporate Sean
Signature: Signature:
Name and Title: Name and Title:
Address: Address:
AlA DOCUMENT AJ12 . PERFORMANCE BONO AND PAYMENT BOND. DECEMBER 1984 ED. . AlA A
THE AMERICAN INSTITUTE OF ARCHITECTS. l7l,) NEW YORK AVE.. NW.. WASHINGTON, D,C. 2000h A312.1984 3
THE AMERICAN INSTITUTE OF ARCHITECTS
I
-'~ 'I'~ \
Bond Number 8195-75-86
AlA Document A312
Payment Bond
Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable.
CONTRACTOR (Name and Address): SURETY (Name and Principal Place of Business):
Metro Pavers, Inc. Federal Insurance Company
PO Box 2508 PO Box 1615
Warren NJ 07061 '"
Iowa City IA 52244-2508 0 =-,
=
>0 "'"
OWNER (Name and Address): :~; =-1 ::....,. I
-< -Tl I
City of Iowa City ..--.)-< I .- i
, - '-
410 E Washington ===tC:, <.11 I
-=-<! .-'-1
Iowa City, IA 52240 r-"-' ~ ,--,
9~~: ~> .....J
CONSTRUCTION CONTRACT -~ CD
Date: j> N
Amount: $1,941,285.45 -.J
Description (Name and Location): PCC Pavement - Grade/Replace
Johnson County
BOND
Date (Not earlier than Construction Contract Date):
Amount: $1,941,285.45
Modifications to this Bond: o None i2'l See Page 6
CONTRACTOR AS PRINCI SURETY
Company: Metro }s c. Company: (Corporate Seal)
Federallnsuranc ompany
Signature: 0
Name and Title/ oyce O. Herbert, AttorneY-In-fact
(Any additional signatures appear on page 6)
(FOR INFORMATION ONLY-Name. Address and Telephone)
AGENT or BROKER: OWNER'S REPRESENTATIVE (Architect, Engineer or
LaMair-Mulock-Condon Co. other party):
4200 University Ave, Ste 200
West Des Moines IA 50266
AlA. DOCUMENT A311 . PERFORMANCE BOND AND PAYMENT BOND. DECEMBER 1934 ED. . AlA It
THE AMERICAN INSTITUTE OF ARCHITECTS,I7JS NEW YORK AVE., N.W.. WASHINGTON, D.c' 20006 A312-1984 4
1 The Contractor and the Surely. jointly and severally, 6 When Ihe Claimant has satisfied the conditions of Para.
bind themselves. their heirs, executors. administrators, graph 4, the Surety 5hall promptly and al the Surely's ex.
successors and assigns to the Owner to pay for labor, pense take the following actions:
materials and equipment furnished for use in the perfar- 6.1 Send an answer to the Claimant, with a copy to the
mance of the Construction Contract, which is incorporated
herein by reference. Owner, within 4S days after receipt of the claim, stating
the amounts that are undisputed and the basis for chal.
2 With respect to the Owner, this obligation shall be null lenging any amounts that are disputed.
and void if the Contractor: 6.2 Payor arrange for payment of any undisputed
2,1 Promptly makes payment, directly or indirectly, amounts.
for all sums due Claimants, and 7 The Surety's total obligation shall not exceed the
2.2 Defends, indemnifies and holds harmless the amount of this Bond, and the amount of this Bond shall be
Owner from all claims, demands, liens or suits by any credited for any payments made in good faith by the Surety.
person or entity who furnished labor, .materials or 8 Amounts owed by the Owner to the Contractor under
equipment for use in the performance of the Construc-
tion Contract. provided the Owner has promptly noti- the Construction Contract shall be used fot the perfar-
fied the Contractor and the Surety (at the address de. mance of the Construction Contract and to satisfy claims, if
scribed in Paragraph 12) of any claims, demands, liens any, under any Construction Performance Bond. By the
or suits and tendered defense of such claims, demands, Contractor furnishing and Ihe Owner accepting this Bond,
liens or suits to the Contractor and the Surety, and they agree thaI all funds earned by the Conlractor in the
provided there is no Owner Default. performance of the Construction Contract are dedicated to
satisfy obligations of the Contractor and the Surety under
3 With respect to Claimants, this obligation shall be null this Bond, subject 10 Ihe Owner's priority to use the funds
and void if the Contractor promptly makes payment, di. for the completion of the work.
rectly or indirectly, for all sums due. 9 The Surely shall not be liable to the Owner. Claimants
4 The Surety shall have no obligation to Claimants under or others for obligations of the Contractor that are unrelat.
this Bond until: ed to the Construction Contract. The Owner shall nol be
4.1 Claimants who are employed by or have a direct liable for payment of any costs or expenses of any Claimant
under this Bond, and shall have under this Bo~d no obliga-
contract with the Contractor have given notice to the tions to make payments to, give ,notices o~behalf of, or
Surety (at the address described in Paragraph 12) and otherwise have obligations to Clawants unClet this Bond.
sent a copy, or notice thereof, to the Owner, stating that 10 The Su rety hereby waives notiE~Jf'iny ch';;,ge, inctud.
a claim is being made under this Bond and, with sub-
stantial accuracy. the amount of the claim. ing changes of time, to the Const!.uctjon Ccfntract.1! to
4.2 Claimants who do not have a direct contract with related subcontracts, purchase orders_~and ~er ooliga-
. ;{ 0
tlons. --,.... / ,~-'~-l
the Contractor: __/,-- I I
11 No suit or action shall be cor~u;;;ri-~ed ~a Cl~imant
.1 Have furnished written notice to the Con- under this Bond other than in a c~urt.9tiQmpl(!~nt ju"rlsdic-
tractor and sent a copy, or notice thereof, to tion in the location in which the work..,:or part of the work is
the Owner, within 90 days after having last located or after the expiration of orie)tear fro~he date (1)
performed labor or last furnished materials or on which the Claimant gave the notice reqUired by Sub.
equipment included in the claim stating, with paragraph 4.1 or Clause 4.2 (iii). or (2) on which the last
substantial accuracy, the amount of the claim labor or service was performed by anyone or the last mate.
and the name of the party to whom the mate- rials or equipment were furnished by anyone under the
rials were furnished or supplied or for whom Construction Contract, whichever of (1) or (2) first occurs.
the labor was done or performed; and If the provisions of this Paragraph are void or prohibited by
.2 Have either received a rejection in whole or in law, the minimum period of limitation available to sureties
part from the Contractor, or not received with~ as a defense in the jurisdiction of the suit shall be applica.
in 30 days of furnishing the above notice any ble.
communication from the Contractor by which 12 Notice to the Surety, the Owner or the Contractor .shall
the Contractor has indicated the claim will be be mailed or delivered to the address shown on the sig-
paid directly or indirectly; and nalure page. Actual receipt of notice by Surety, the Owner
.3 Not having been paid within the above 30days, or the Contractor, however accomplished, shall be suffi.
have sent a written notice to the Surety {at the dent compliance as of the date received at the address
address described in Paragraph 12) and sent a shown on the signature page.
copy, or notice thereof, to the Owner, stating 13 When Ihis Bond has been furnished 10 comply wilh a
that a claim is being made under this Bond and statutory or other legal requirement in the location where
enclosing a copy of the previous written notice the construction was to be performed, any provision in this
furnished to the Contractor. Bond conflicting with said statutory or legal requirement
5 If a notice required by Paragraph 4 is given by Ihe Owner shall be deemed deleted herefrom and provisions con-
te the Contractor or to the Surely, that is sufficient compli. forming to such statutory or other legal requirement shall
ance. be deemed incorporated herein. The intent is that this
AlA DOCUMENT .lW12 . PERFORMANCE BOND AND PAYMENT BONO. DECEMBER 1984 ED. . AlA ~
THE. AMERICAN INSTITUTE OF ARCHITECTS. 173S NEW YORK AVE.. NW.. WASHINGTON, D.C 201106 A312-1984 5
.
Bond shall be construed as a statutory bond and not as a Construction Contract, architectural and engineering
common law bond_ services required for performance of the work of the
14 Upon request by any person or entity appearing to be a Contractor and the Contractor's subcontractors, and
all other items for which a mechanic's lien may be
potential beneficiary of this Bond, the Contractor shall asserted in the jurisdiction where the labor, materials
promptly furnish a copy of this Bond or shall permit a copy or equipment were furnished.
to be made.
DEFINITIONS 15.2 Construction Contract: The agreement between
15 the Owner and the Contractor identified on the sig-
15.1 Claimant: An individual or entity having a direct nature page, including all Contract Documents and
contract with the Contractor or with a subcontractor of changes thereto.
the Contractor to furnish labor, materials or equip- 15.3 Owner Default: Failure of the Owner, which has
ment for use in the performance of the Contract. The neither been remedied nor waived, to pay the Con-
intent of this Bond shall be to include without limita- tractor as required by the Construction Contract or to
tion in the terms "'abor, materials or equipment" that perform and complete or comply with the other terms
part of water, gas, power, light, heat, oil, gasoline, thereof.
"telephone service or rental equipment used in the
MODIFICATIONS TO THIS BONO ARE AS FOLLOWS:
The Policyholder Disclosure - Notice of Terrorism Risk Insurance Coverage - Surety Bond Rider
is issued concurrenllywith Performance and Payment Bond 8195-75-B6.
r-..;
0 C':"
=
en
:2:0 ::rr:
>.--; :!::-:> 11
--<
-< I .-
0 1"-
~-:~~ U1 i~l
.'~ ,I,
:....1 =
1'1 r-l
-" , :r: '-.J
(~~ 0:>
<"
~ N
-I
(Space is provided below for additional signatures of added parties, other than those appearing on the cover page.)
CONTRACTOR AS PRINCIPAL SURETY
Company: (Corporate Seal) Company: (Corporate Seal)
Signature: Signature:
Name and Title: Name and Title:
Address: Address:
AlA DOCUMENT AJ12 . PERFORMANCE BOND AND PAYMENT BOND. DECEMBER 1984 EO. . AlA ~
THE AMERICAN INSTITUTE OF ARCHITECTS. 1715 NEW YORK AVE., N.W., WASHINGTON, D.C. 20006 AJ12.1984 6
------
,
This Notice pertains to the following Surety Bond issued by a member Insurer of the Chubb Group of I
Insurance Companies, Including Federal Insurance Company, Vigilant Insurance Company and
Pacific Indemnity Company.
Bond Number: 81957582
POLICYHOLDER DISCLOSURE NOTICE
TERRORISM RISK INSURANCE ACT OF 2002
You are hereby notified that pursuant to the Terrorism Risk Insurance Act of 2002 (the
"Act") effective November 26, 2002, we are making available to you coverage for losses
arising out of certain acts of international terrorism. Terrorism is defined as any act
certified by the Secretary of the Treasury, in concurrence with the Secretary of State and
the Attorney General of the United States, to be an act of terrorism; to be a violent act or
an act that is dangerous to human life, property or infrastructure; to have resulted in
damage within the United States, or outside the United States in the case of an air carrier
or vessel or the premises of a United States Mission; and to have been committed by an
individual or individuals acting on behalf of any foreign person or foreign interest, as part
of an effort to coerce the civilian population of the United States or to influence the
policy or affect the conduct of the United States Government by coercion. Coverage for
acts of terrorism is already included in the captioned Surety Bond.
You should know that, effective November 26, 2002, any losses caused by acts of
terrorism covered by your Surety Bond will be partially reimbursed by the United States
under the formula set forth in the Act. Under this formula, the United States of America
pays 90% of covered terrorism losses that exceed the statutorily established deductible to
be paid by the insurance company providing the coverage. The portion of your premium
that is attributable to coverage for such acts of terrorism is zero, because we could not
distinguish (and separately charge for) acts of terrorism from other causes of loss when;
o =
_ en
we calculated your premium. ~ (') ::-:
..l-"_..l :;:::. -ll
-.
(') -. I .-
--, "'_._, U1 1--
~ , > ;n
If you have any questions about this notice, please contact your agent or broker.:< h, :=
.-,
-~ -'. \...J
O~.::
~s:'/ , en
5> N
~ = -.J
CHUBB
-"-
, .~,. Chubb POWER Federal Insurance Company Attn: Surety Department
OF Vigilant Insurance Company 15 Mountain View Road
Surety ATTORNEY Pacific Indemnity Company Warren, NJ 07059
Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New Vorl< corporation,
and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and appoint F. Melvyn Hrubetz,
Joyce O. Herbert, Greg T. LaMair, Nancy D. Schwarz, Mark E. Keairnes,
Melissa L. Evans and Patrick K. Duff of Des Moines, Iowa-----------~-----------
each as their true and lawful Attorney-in-Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on
their behalf as surety thereon or otherwise, bonds and undertakings and other writings obUgatory in the nature thereof (other than bail bonds) given or
executed in the course of business, and any instruments amending. or altering the same, and consents to the modification or alteration of any instrument
referred to in said bonds or obligations.
In Witness Whereof. said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each
executed and attested these presents and affixed their corporate seals on this 19 th day of March, 2003
/~~L ?J~,/ ~ ~-kc. -~
f'<enneth C. Wendel, Assistant Secretary Fran E. Robertso, lcefresident
STATE OF NEW JERSEY} ss.
County of Somerset
On IhIs 19th day of Mar c h , 2 0 0 3 , bef"," me." Notal'! PubUc of Now Je"",y, persooally oame Konno'" C. Wendel, to me known
to be Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companies which executed the
foregoing Power of Attomey, and the said Kenneth C. Wendel being by me duly sworn, did depose and say that he is Assistant Secretary of FEDERAL INSURANCE COMPANY,
VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knowS the corporate seals thereof. that the seals affixed to the foregoing Power of Attorney are
such corporate seals and were thereto affixed by authority 01 the By-Laws of said Companies; and that he signed said Power of Attomey asAssistant Secretary of said Companies
by like authority; and that he is acquainted with Frank E. Robertson. and knows him lobe VIce PresIdent of said Companies; and that the signature of Frank E. Robertson,
subscribed to said Power 01 Attorney is in the genuine handwriting of Frank E. Robertson. and was thereto subscribed by authority of said By.LaWS: and in deponent's presence.
Notarial ~aren A. Price '
:C'<-~:T:~1'~ Notary Public State of New JerseyU l 0 .Jl a~ JJ...JY!...__
p-~~ No. 2231647 Notary Public
, UBLIC '\ f"> " _ ,
", <',........ \. "'''''''''''':''''''''1 ,.\.'I)"~, (\...t f""\CEATIACATION
1 tl.s'V ~', '..' . ..
Extra J y-Laws of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY:
"All powers of attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, either by the
Chairman or the President or a Vice President or an Assistant Vice President, jointly with the Secretary or an Assistant Secretary, under their I I
respective designations. The signature of such officers may be engraved, printed or lithographed. The signature of each of the following offICers:
Chainnan, President, any Vice President any Assistant Vice President, any Secretary, any Assistant Secretary and the seal of the Company may
be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Assistant Secretaries or Attorneys-in-Fact for I
purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of
attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so
executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or
undertaJOng to which it is attached." I
I. Kenneth C. Wendel. Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY
(the "Companies") do hereby certify that
(i) the foregoing extract of the By-Laws of the Companies is true and correct, I
(ii)-the.CompaniesaredulyJicensedand.authorized.to.transact.surety.business.inall.50.of.the_Un~ed.States.of.America and the District of_. ~_ _ .
Columbia and are authorized by the U. S. Treasury Department; further, Federal and Vigilant are licensed in Puerto Rico and the U. S.
Virgin Islands, and Federal is licensed in American Samoa, Guam, and each of the Provinces of Canada except P~ce Edward:'sland; and
(iii) the foregoing Power of Attorney is true, correct and in full force and effect. :> n ::
Given under my hand and seals of said Companies at Warren, NJ this ? nth day of ApT; 1 ~j()n'< ::;::
___. ~( ~ II
(.J ,--
- ._.,._._._~-_._.._---_..~_._---_..- .~---_.-..- -~. --~-,..--.... --'CJ1 l'~.-::--- ---..-..
- -< ~-- :TI
11' ~ '
-II -- -,
~ ~7-~;;; '.J I
~~~
Kenneth C. Wendel, Istant secretary I
IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR
NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT ADDRESS LISTED ABOVE, OR BY
Telephone (908) 903-3485 Fax (908) 903-3656 e-mail: surety@chubb.com
Form 15-10.0225(Ed, 4-99) CONSENT
---.-.-.--
Ar!ORD. CERTIFICATE OF LIABILITY INSURANCE CSR JA I DATE (MMlDDf'1YYY)
METRO-1 05/03/05
RooucER THIS CERTIFICATE IS ISSUEO AS A MATTER OF INFORMATION
ONLY ANO CONFERS NO RIGHTS UPON THE CERTIFICATE
A W Welt Ambrisco Ins., :IDC. HOLDER. THIS CERTIFICATE DOES NOT AMEND. EXTEND OR
24 Westside Drive ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
rewa city rA 52246
Phone: 319-BB7-3700 rax:319-BB7-3701 INSURERS AFFORDING COVERAGE NAlC#
- INSlRER A. 10677
CJncu-..u IIww:anc. c~~
INSlRER B
Metro Pavers, J:nc. .
Metro Readr I'd.x LLC I~RC
P.O. 2~08, 01 south~ate Avenue INSLRER 0:
rowa c ty rA 52244- 508
INSrnER E-
COVERAGES
1l-E POLICIES OF 1NSl.JVW:E USTEO BELO'N HAVE BEEN ISSLEO TO TIE INSLRED NMED I>MVE FOR ll-E POLICY PERIOD II'VICATED. N01WITHST.4K)tNG
IW1 REOORaENT. TERM OR COMJrrlON ~ /W'( CONTRACT OR ons DOClJJENT WITH RESPECT TO 'MilOt THIS CERTIFICATE MAY BE lSSLED OR
MA.Y PERTAIN. TIE 1N:St.JWa AFFORDED BY TI-E PQ.lCIES DESCRlBEDt-EREIN IS Sl6..eCT TO All TJ-E lERMS, EXCLUSIONS.AID C<H)ITlONS Of SUCH
!mRPOliS' AGGREGATE LIMITS SI-t()IIoM tN>.Y HAVE BEEN REIXJCED BY PAID ClAIMS DATE IMM/DDIYV) ~DATE' IMMIDOIYY) LlMrTS
I!!!!- TYPE OF INSURANCE POLICY NUMBER
~LW!lUTY EACH OCClRRENCE .1000000
A X COP.rt\.1ERClAl. GEtEFW. LIABILITY CPP0917991 12/31/04 12/31/05 PREMISES lEa Oo:w-ence) . 100000
I ev;MS """" [!J 0CClll MED EXP (My one peMn) 1 5000
- PERSOI'>W.&ADVIN.J.,RY 11000000
- GEtERAl AGGREGATE .
~~nl=ftPPnPER: PRODlX:TS - COhPIW N3G .1000000
POlICY ..Ecr lOC
~MOBLE lIA8lUTY COMBiNED StmLE LIMIT .1,000,000
A ~ Am AUTO CPP0917991 12/31/04 12/31/05 IE811ccident)
I- ALl OVVI\ED AUTOS BOOll y lN~Y
1
SCt-EtU.ED AUTOS (Perpon,onj
l-
I- HIRED AUTOS BODllYjN..U(y
(Peraccideri) .
NClN-O'MED AUTOS
f-
I- PROPERTY 0AM0>.GE .
IPeraccldeRl
qGE UASLrrY AUTO 01>1.. Y - EAACClDENT 1
Am AUTO OTI-ER TIWl EMCC .
RITOON.'(: I>GG .
EXCESSIUMBREU..A. UA8LJTY EACHOCCI..OlREI'oa' '10,000,000
A !j-0CCll> 0 ev;MS """" CPP0917991 12/31/04 12/31/05 _GATE '10,000,000
.
R~8lE .
RETENrION 1 .
WORKERS COMPENSATION AND X IT~t:MITS I I'ER
A .............. LWlUTY WC1907917 12/31/04 12/31/05 n. EACH ACCIDENT '100000
N<< PROPRIETORtPAATlERJEXEaJTrve
0Fl'1CEI<Il.e.flER EXa.l.CED'I E.l. DISEASE - EA Ehf'lO'fEE .100000
~~~beIwI E l. DISEASE - POlICV LJMIT .500000
OTHER " , <=-~
'-'
;fC) ~
s:~
-,- --'
, ..... --,-,
DESCRP1lON Of' OPeRATlONS I LOCAilONS I VEHICLES I EXCLUSIONS ADDEO BY ENDORSEMENT I SPECIAl.. PR~ ) , I '-
Project: Dubuque street/roster Road rntersection rmprovement Project, _1(",' U1 ,'-
STP-U-3715(625)--70-52 - City of rowa City named as additional insured as c<- ;1-,
,-,' "..
respects to the General Liability. ~;~, -- .-"!
'-..J
. m
j> f'0
CERTIFICATE HOLDER. CANCELLATION ~
crTYrow SHOlJU) Nt( OF lHE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE 'THE EXPIRATION
DATE THEREOF. lHE ISSUING INSURER WD..L ENDEAVOR TO MAlL DAYS WRlTIEN
City of rowa City -
NOTICE TO nfE CERTlACATE HOLDER NAMED TO niE LEFT, BlIT FAILURE TO DO SO SHALL
Civic center IMPOSE NO OBUGAllON OR LlASIllTY OF AN'{ KINO UPON THE INSURER, Mll AGENTS OR
410 E. Washinqton
rowa City rA 52240
c...&,..._
ACORO 25(2001108) o ACORD CORPORATION 1988
.
,
IMPORTANT
If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement
on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may
require an endorsement. A statement on this certificate does not confer rights to the certificate
holder in lieu of such endorsement(s).
DISCLAIMER
\
The Certificate of Insurance on the reverse side of this form does not constrtule a contract between
the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it
affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon.
"'"
;:=; =
=
'-' "-'"
---
,,-:: (') :=
J:>_: il
,,--,-< -~
I --
, " j-
.-~l () Ul
~-<: :..,]
...~\g; "? ' ,
,--,
~, "-.J
'-<A en
5"
j;: i'"
co
ACORD 25 (200'1/08)
Form 830231
II-QOwd t8,~ Iowa Department of Transportation
~ SUBCONTRACT REQUEST AND APPROVAL
Contractor Metro Pavers, Inc. County Johnson
Contractor Identification Number 42-0923784 Contract ill No. 52'3715-625
Letting Date 19APR05 Bid Order 106
This is to request that the following subcontractor be approved to perform the work for the items listed below. It is clearly understood by both
the prime contractor and the subcontractor that all items of the prime contract shall apply. It is also clearly understood that the subcontractor
is not a third-party beneficiary of the contract between the prime contractor and the DOT.
When this subcontractor is being used to satisfy an established DBE goal, the actual amount to be paid to the DBE is indicated in Column
"A", 1be approval of the DOT is limited to the question of whether the subcontractor is a DBE and shall in no sense be construed as an
endorsement of the DBE or an expression of opinion by the DOT on th~ subcontractor's ability to comply with the contract.
Subcontractor A-Seeding Contractor, Inc. Subcontractor Number 42-1412737
(Fedeal Tax Re!um U.s. Treasury Depc. Fonn 941)
Address 1623 W 84th St N Division of Labor Registration [8J Yes D No
Colfax, IA 50054 Telephone No. 515-674-4690
The following eonditions apply if this is a Federal Aid Contract:
I. The prime contractor is responsible for compliance by the subcontractor with Required Contract Provisions for Federal Aid Contracts,
Form FHW A-1273, dated as per contract, relative to projects financed under the Federal Highway Act relative to wages and payrolls, and
all tenns of the prime contract applicable to the work performed by the subcontractors. A copy of FHW A-1273 shall be attached to the
subcontract.
2. '!be prime contractor is responsible for checking and submitting subcontractor's payrolls at the same time the prime contractor's payrolls
are submitted when payment ofpredetennined wages is required.
3. I do hereby certify that in requesting approval to sublet a portion of this project we have taken affirmative action to seek out and consider
disadvantaged business enterprises as potential subcontractors and/or material suppliers.
Line Item Description Quantity Unit "A" $ Amount Part
No. Price Item
~:i~Jrt-~ -.
() ....",
C'::::.>
;:C:n Cf't
..:r:.,;~: :-"'--'
-~ -'
-< i
C) I --
(J] --
- -, '.
.,. -,- ~l
_ ., I
f~r ' :"T:>
Cl= -~ -, --,
.J
<.: -,' Q)
<:... ..
-
Totals Carried 0)
From Back 20,301.50 20,301.50
(a)
Totals
Totals Specially Items Totals Less Specialty Items % Sublet
this approval
I Contract (b) a
Amount 1,941,285.45 1,941,285.45 Cb) 100 1.046
%Prev.
Recommended by: Sublets 0.000
Total %
To Date 1.046
COWlty/City Engmeer Date
---- ---
METRO PAVERS, INC. P.O. BOX 2508 IOWA CITY, IOWA 52244-2508.
Estimate No. Original Job No. 25-105
To:- A-Seeding Contractor Inc. Draw No. ?? CC: AlP
- 1623 W 84th Street N JIC
- Colfax, IA 50054 Period Ending: 19-Apr-05 SUB
- Phone: (515) 674-4690 Fax: (515) 674-4928 Date: 19-Apr-05 CSA
Proiect: DubuQue Street STP-U-37151625'-70-52 Percent Comnlete: eet'(SUB PAY EST- A Seed..$lSU6_EST
PAY ESTIMATE
ITEM TOTAL NO. UNIT CONTRACT UNITS VALUE
NO DESCRIPTION UNITS PRICE COST COMPLETE % COMPLETED
860 SEED+FERTILlZE ACRE . 4.88 675.00 3,294.00
870 SLOPE PROTECTION,WOOD EXCE sa 985.00 12.50 12,312.50
880 SILT FENCE LF 2,050.00 1.90 3,895.00
890 SILT FENCE-DITCH CHECKS LF 160.00 5.00 800.00
. I
i
ro.'
0 ' ,
, "
:-:0 <:,.;1
.',,"
.~. , -_.~ --n
(') -< -~ I,
I ---
-=:; (:~) U1 ,
,-<;-' T]
--,- ~ ' .
1--'
o=--< '---1
Bills to subcontractor. -/' CO
-~
j> '"
0:>
I T I 20,301.50
THIS EST LAST EST JTD
Total:
Bonds: 0.48%
Miscellaneous deducts:
Gross amount due:
Retalnage: 5.00%
Net amount due:
Form 830231
II-OOwd tS,~ Iowa Department of Transportation
~ SUBCONTRACT REQUEST AND APPROVAL
Contractor Metro Pavers, Inc. County Johnson
Contractor Identification Number 42..Q923784 Contract ill No. 52-3715-625
Letting Date 19APR05 Bid Order 106
This is to request that the following subcontractor be approved to perform the work for the items listed below. It is clearly understood by both
the prime contractor and the subcontractor that all items of the prime contract shall apply. It is also clearly understood that the subcontractor
is not a third-party beneficiary of the contract between the prime contractor and the DOT.
When this subcontractor is being used to satisfy an established DBE goal, the actual amount to be paid to the DBE is indicated in Column
"A". The approval of the DOT is limited to the question of whether the subcootractor is a DBE and shall in no sense be construed as an
endorsement of the DBE or an expression of opinion by the DOT on the subcontractor's ability to comply with the contract.
Subcontractor Advanced Traffic Control Subcontractor Number 42-1380979
(Fc:do'alTlllI RetumU.S. TreaswyDept. F0f1l194l)
Address 4001 Julie Lane SW Division of Labor Registration [8J Yes 0 No
Cedar Rapids, lA 52404 Telephone No. 319-396-5269
The following condilions apply if this is a Federal Aid Conlract:
I. The prime contractor is responsible for compliance by the subcontractor with Required Contract Provisions for Federal Aid Contracts,
Form FHW A~ 1273, dated as per contract, relative to projects financed under the Federal Highway Act relative to wages and payrolls, and
all terms of the prime contract applicable to the work performed by the subcontractors. A copy of FHW A-1273 shall be attached to the
subcontract.
2. The prime contractor is responsible for checking and submitting subcontractor's payrolls at the same time the prime contractor's payrolls
are submitted when payment of predetermined wages is required.
3. I do hereby certifY that in requesting approval to sublet a portion of this project we have taken affirmative action to seek out and consider
disadvantaged business enterprises as potential subcontractors and/or material suppliers.
Line Item Description Quantity Unit "A" $ Amount Part
No. Price Item
Mobilization
~ A~A-~ -- '"
r:;_~
<;: ~,
;~n <::fl
:;'-, :;;;.,...
- -< -n
,')- . I,
,
r' U1 '-.
.:<':"1 1'-]
~, := ' ,
:~ ;,'~ ::;;:
~
Totals Carried > ""
From Back 19,600.00 19600'lJ0
<a)
Totals
Totals Specially Items Totals Less Specialty Items % Sublet I
this approval
Contract (b) a
Amount 1,941,285.45 1,941,285.45 <b) 100 1.010
%Prev.
Recommended by: Sublets 1.046
Total %
To Date 2.056
County/City Engineer Date
METRO PAVERS, INC. P.O. BOX 2508 IOWA CITY. IOWA 52244-2508
Estimate No. Original Job No. 25-105
To:- Advanced Traffic Control Draw No. n CC: NP
- 4001 Julie Lane JIC
- Cedar Rapids, IA 52404 Period Ending: 19-Apr-05 SUB
- Phone: '(319) 396-5269 Fax: (319) 396-0328 Date: 19-Apr-05 CSA
Proiect: DubuQue Street STP-U-37151625l-7D-52 Percent ComDlete: (SUB PAY EST- AfNTlII1Ic_r.II)SUB_EST
PAY ESTIMATE
ITEM TOTAL NO. UNIT CONTRACT UNITS VALUE
NO DESCRIPTION UNITS PRICE COST COMPLETE % COMPLETED
710 TRAFFIC CONTROL LS 100 19,600.00 19,600.00
"'"
0 ~
..---,
. ~~~Q tJl
-
J:':"'" !l
j -<
~ ' i
". ) -
- ;....-..... Ul I
" . :-il
:'<i
,';-' ?:: r--' -
,
:~~:: -~ \....._)
co
); '"
CD
Bills to subcontractor.
I I T 19600.00
- THIS EST- -LAST EST- - JTD-
Total:
Bonds: 0.48%
Miscellaneous deducts:
Gross amount due:
Retainage: 5.00%
Net amount due:
Form 830231
11-00 wd ~~ Iowa Department of Transportation
I ~ SUBCONTRACT REQUEST AND APPROVAL
Contractor Metro Pavers, Inc. County Johnson
Contractor Identification Number 42-0923784 Contract ill No. 52-3715-625
Letting Date 19APR05 Bid Order 106
This is to request that the following subcontractor be approved to perform the work for the items listed below. It is clearly understood by both
the prime contractor and the subcontractor that all items of the prime contract shall apply. It is also clearly understood that the subcontractor
is not a third-party beneficiary of the contract between the prime contractor and the DOT.
When this subcontractor is being used to satisfy an established DBE goal, the actual amount to be paid to the DBE is indicated in Column
"A". The approval of the DOT is limited to the question of whether the subcontractor is a DBE and shall in no sense be construed as an
endorsement of the DBE or an expression of opinion by the DOT on the subcontractor's ability to comply with the contract
Subcontractor Iowa Bridge & Culvert Subcontractor Number 42-0872055
(FcderalTax Returu u.s. Treasury Dept. Foon 941)
Address P. O. Box 13 Division of Labor Registration [8J Yes 0 No
Washington, IA 52353-0013 Telephone No. 319-653-5436
The following conditions apply if this is a Federal Aid Contract:
I. The prime contractor is responsible for compliance by the subcontractor with Required Contract Provisions for Federal Aid Contracts,
Form FHW A.) 273, dated as per contract, relative to projects financed under the Federal Highway Act relative to wages and payrolls, and
all terms of the prime contract applicable to the work performed by rhe suhcontractors. A copy of FHW A-1273 shall be attached to the
subcontract.
2. The prime contractor is responsible for checking and submitting subcontractor's payrolls at the same time the prime contractor's payrolls
are submitted when payment of predetermined wages is required.
3. I do hereby certify that in requesting approval to sublet a portion of this project we have taken affirmative action to seek out and consider
disadvantaged business enterprises as potential subcontractors and/or material suppliers.
Line Unit , Part
No. Item Description Quantity Price "A" ~ $ Am<ffiilt Item
Mobilization ?> -~ ~.. n
~ -<
A-~ ~) . I -
5e.-<- --=-~ ( ) Ul
-<;:,~ iTl
~ -,
j :...;~ ',,../1
~^ CO
<
N
CP
Totals Carried
From Back 373,033.16
(a)
Totals
Totals Specially Items Totals Less Specialty Items % Sublet
this approval
Contract (b) a
Amount 1,941,285.45 1,941,285.45 Cb") 100 19.216
%Prev.
Recommended by: Sublets 2.056
Total %
To Date 21.272
COWlty/City Engineer Date
METRO PAVERS, INC. P.O. BOX 2508 IOWA CITY, IOWA 52244-2508
Estimate No. Original Job No. 25-105
To:- Iowa Bridge & Culvert Draw No. 7? CC: NP
- P. O. Box 13 JIC
- Washington, IA 52353-0013 Period Ending: 19-Apr-D5 SUB
- Phone: (319) 653-5436 Fax: (319) 653-5439 Date: 19-Apr-D5 CSA
Prolect: Dubuoue Street STP-U-3715(625\-70-52 Percent ComDlete: ol'{SUB PAY EST-IA.Bridge.xt.)SUB_EST
PAY ESTIMATE
ITEM TOTAL NO. UNIT CONTRACT UNITS VALUE
NO DESCRIPTION UNITS PRICE COST COMPLETE % COMPLETED
220 GRANULAR BACKFILL TON 300.00 22.00 6,600.00
230 EXCAVATION, CL 20 CY 2,568.00 10.00 25,680.00
240 STRUCT CONC (MISCELLANEOUS) CY 488.00 328.00 160,064.00
250 STRUCT CONC (RCB CUL V) CY 65.80 365.00 24,017.00
260 REINFORC STEEL LB 54,760.00 0.85 46,546.00
270 ORNAMENTAL METAL RAIL LF 210.00 135.00 28,350.00
330 SUBDRAIN, PERFORATED PLASTI LF 604.83 12.00 7,257.96
510 ENGINEER FABRIC SY 260.00 2.00 520.00
520 REVETMENT, CLASS E TON 250.00 35.00 8,750.00
730 MOBILIZATION LS 1.00 10,000.00 10,000.00
850 LIMESTONE VENEER, 4 IN. SPLIT F SF 4,123.00 13.40 55,248.20
I
. -.
C.:J
CJ t::::>
~-,
:2 C) ---::0. Ii
i_' . ;.;."
~ .-
C) - ,
I 1--
=:c. U1
- '''n-: '!C: :,1
, ,
-~-..,... ~- o.........J
~5~ CO
)> 1'0
OJ
Bills to subcontractor.
I I 373,033.16
THIS EST -LAST EST- JTD
Total:
Bonds: 0.48%
Miscellaneous deducts:
Gross amount due:
Retainage: 5.00%
Net amount due:
Fonn1!3023I
I HlO wd ~~ Iowa Department of Transportation
~ SUBCONTRACT REQUEST AND APPROVAL
Contractor Metro Pavers, Inc. County Johnson
Contractor Identification Number 42-0923784 Contract ill No. 52-3715-625
Letting Date 19APR05 Bid Order 106
This is to request that the following subcontractor be approved to perform the work for the items listed below, It is clearly understood by hoth
the prime contractor and the subcontractor that all items of the prime contract shall apply, It is also clearly understood that the subcontractor
is not a third-party beneficiary of the contract between the prime contractor and the DOT.
When this subcontractor is being used to satisfy an established DBE goal, the actual amount to be paid to ,the DBE is indicated in Column
"An, The approval of the DOT is limited to the question of whether the subcontractor is a DBE and shall in no sense be construed as an
endorsement of the OBE or an expression of opinion by the DOT on the subcontractor's ability to comply with the contract.
Subcontractor Kober Electric Service, Inc. Subcontractor Number 42-1306311
(Federal Tax Return U.s. Treasury Dept. Form 941)
Address 2930 Industrial Park Road Division of Labor Registration [8:J Yes 0 No
Iowa City, IA 52240 Telephone No. 319-337-8300
The following conditions appiy if this is a Federal Aid Contract:
I. The prime contractor is responsible for compliance by the subcontractor with Required Contract Provisions for Federal Aid Contracts,
Fonn FHW A-\ 273, dated as per contract, relative to projects financed under the Federal Highway Act relative to wages and payrolls, and
all terms of the prime contracl applicable to the work performed by Ihe subcontraclors. A copy ofFHW A-1273 shall be anached 10 the
subcontract.
2. The prime contractor is responsible for checking and submitting subcontractor's payrolls at the same time the prime contractor's payrolls
are submitted when payment of predetermined wages is required.
3. I do hereby certify that in requesting approval to sublet a portion of this project we have taken affinnative action to seek out and consider
disadvantaged business enterprises as potential subcontractors and/or material suppliers.
Line Item Description Quantity Unit "A" $ Amount Part
No. Price Item
Mobilization ~ .,
0 ~.)
=
"'"
~A~ ~~o ._..~
:=
-, .---( 'il
~~. -<
I .-
-i: ' 01 ,-
"-!.-- lTJ
i 0.-"
~l_JJ -- ( --j.
.::~ ::;<: \..1
en
- -
N
Totals Carried
From Back 172,227.00
(a)
Totals
Totals Specially Items Totals Less Specialty Items % Sublet
this approval
Contract (b) a
Amount 1,941,285.45 1,941,285.45 (b) 100 8.872
%Prev,
Recommended by: Sublets 21.272
Total %
- To Date 30.144
- COlmty/City Engineer - Date
METRO PAVERS, INC. P.O. BOX 2508 iOWA CITY. IOWA 52244-2508
Estimate No. Original Job No. 25-105
To:- Kober Electric Service, Inc. Draw No. ?? CC: AlP
- 2930 Industrial Par1< Road JIC
- Iowa City, IA 52240 Period Ending: 19-Apr-05 SUB
- Phone: (319) 337-8300 Fax: (319) 337-2393 Date: 19-Apr-05 CSA
Proiect: DubuQue Street STP-U-37151625\....7D-52 Percent ComDlete: teelllSUB PAY EST-Kobe<...)SUB_EST
PAY ESTIMATE
ITEM TOTAL NO. UNIT CONTRACT UNITS VALUE
NO DESCRIPTION UNITS. PRICE COST COMPLETE % COMPLETED
620 ELECTRICAL CIRCUIT LF 1,948.00 4.00 7,792.00
630 HANDHOLE+JUNCTION BOX EACH 19.00 325.00 6,175.00
640 CONTROL CABINET EACH 1.00 6,000.00 6,000.00
650 RMV+REINSTALL LIGHT POLE+LU~ EACH 14.00 990.00 13,860.00
660 TRAFFIC SIGNALIZATION LS 1.00 114,000.00 114,000.00
700 TEMP TRAFFIC SIGNAL EACH 3.00 6,00000 18,000.00
830 ADVANCE LOOP DETECTOR SYST LS 1.00 6,400.00 6,400.00
,...;>
0 ,""
CJ
:>f) CJ1
,- , ~-.:; ~
.. - . "Tl
-) -.
'-', ---<:.. I
, . --
--:Cl U1
-<'- ,Tl
- , ~-:
. , -,
~ 'J :.::'-..! ,-__J
~::;:.. /". O?
~ N
CO
Bills to subcontractor.
,
I I T 172,227,00
- THIS EST- -LAST EST- JTD-
Total:
Bonds: 0.48%
Miscellaneous deducts:
Gross amount due:
Retainage: 5,00%
Net amount due:
----
Fonn 830231
11-00 wd ~~ Iowa Department of Transportation
'- SUBCONTRACT REQUEST AND APPROVAL
Contractor Metro Pavers, Inc. County Johnson
Contractor Identification Number 42-0923784 Contract ill No. 52-3715-625
---
Letting Date 19APR05 Bid Order 106
This is to request that the following-subcontractor be approved to perform the work for the items listed below. It is clearly understood by both .
the prime contractor and the subcontractor that all items of the prime contract shall apply. It is also clearly understOod that the subcontractor
is not a third-party beneficiary of the contract between. the prime contractor and the DOT.
When this subcontnlctor is being used to satisfy an established DBE goal, the actual amount to be paid to the DBE is indicated in Column
'~A". The approval of the DOT is limited to the question of whether the subcontractor is a DBE and shall in no sense be construed as an
endorsement of the DBE or an expression of opinion by the DOT on the subcontractor's ability to comply with the contract.
Subcontractor Landa Painting Subcontractor Number 42-0791811
(Federal Tall ~um u.s. Trea:lUJ)' Dept. Fonn 941)
Address P. O. Box 230 Division of Labor Registration l8:I Yes 0 No
North Liberty, IA 52317 Telephone No. 319-362-8037
-
The following conditions oppiy if this is a Federal Aid Contract:
I. The prime contractor is responsible for compliance by the subcontractor with Required Contract Provisions for Federal Aid Contracts,
Form FHW A-1273, dated as per contract, relative to projects financed under the Federal Highway Act relative to wages and payrolls, and
all tenns of the prime contract applicable to the work performed by the subcontractors. A copy of FHW A-1273 shall be attached to the
subcontract.
2. The prime contractor is responsible for checking and submitting subcontmctor's payrolls at the same time the prime contractor's payrolls
are submitted when payment ofprcdetennined wages is required.
3. I do hereby certify that in requesting approval to sublet a portion of this project we have taken affinnative action to seek out and consider
disadvantaged business enterprises as potential subcontractors and/or material suppliers.
Line Item Description Quantity Unit "A" $ Amount Part
No. Price Item
Mobilization -- :--..,~
C::J
C'~;;:J
<on
~-
-.
~ f}f--t-(j-.cW :.':..a
-< -.J
I . .-
_::c c.n I
~:f- ;p. ! - -j
r"'" _..1 - r"'
::::: :::~-.;;. \.~j
CO
'1 '"
Totals Carried
From Back 7 215.00
(a)
Totals
Totals Specially Items Totals Less Specialty Items % Sublet
this approval
Contract (b) a
Amount 1,941,285.45 1,941,285.45 (b) 100 .372
--
% Prev.
Rec~mmended by: Sublets 30.144
Total %
To Date 30.516
County/City Engineer Date
METRO PAVERS, INC. P.O. BOX 2508 IOWA CITY, IOWA 52244-2508
Estimate No. Original Job No. 25-105
To:- Landa Paintin9 Draw No. ?? CC: AlP
- P. O. Box 230 JIC
- North Uberty, Iowa 52317 Period Ending: 19-Apr-05 SUB
- Phone: (319) 362-8037 Fax: (319) 365-3903 Date: 19-Apr-05 CSA
Proiect: Dubuaue Street STP-U-3715!625\--70-52 Percent Comolete: rHl\{Sua PAY EST-lMIda.xI&JSUB_EST
PAY ESTIMATE
ITEM TOTAL NO. UNIT CONTRACT UNITS VALUE
NO DESCRIPTION UNITS PRICE COST COMPLETE % COMPLETED
670 PAINTED PAVT MARK, WATERBOF STA 46.80 50.00 2,340.00
680 REMOVABLE TAPE MARK STA 35.00 105.00 3,675.00
690 PAINTED SYMBOL +LEGEND. WA T EACH 12.00 75.00 900.00
730 MOBILIZATION LS 1.00 300.00 300.00
.
'"
0 =
=
:;>n """
-..- '- ~
-'> =:: '-
,,--
.::-)-< -< il
I
~',r-, Ul --
-"
-...... ....-
',' -r'
/--;--, ~ . J I
;=-~=: ~ -,
,--J _____. ._J
<;=...., co
~
...- N
Bills to subcontractor. 0::>
.
I I I 7215.00
THIS EST LAST EST - JTD
Tola\:
Bonds: 0.48%
Miscellaneous deducts:
Gross amount due:
Retainage: 5.00%
Net amount due:
Form 830231
II-OOwd ~~ Iowa Department of Transportation
'- SUBCONTRACT REQUEST AND APPROVAL
Contractor Metro Pavers, Inc. County Johnson
Contractor Identification Number 42-0923784 Contract ill No. 52-3715-625
Letting Date 19APR05 Bid Order 106
This is to request that the following subcontractor be approved to perform the work for the items listed below. It is clearly understood by both
the prime contractor and the subcontractor that all items of the prime contract shall apply. It is also clearly understood that the subcontractor
is not a third-party beneficiary of the contract between the prime contractor and the DOT.
i When this subcontractor is being used to satisfy an established DBE goal, the actual amount to be paid to the DBE is indicated in Column
"A", The approval of the DOT is limited to the question of whether the subcontractor is a DBE and shall in no sense be construed as an
endorsement of the DBE or an expression of opinion by the DOT on the subcontractor's ability to comply with the contract.
Subcontractor Maxwell Construction Inc. Subcontractor Number 42-1348811
(FcdcralTu Return u.s. TrQl$UJ)'Dept. Form 941)
Address 3011 Sierra Ct SW Division of Labor Registration [8J Yes 0 No
Iowa City, IA 52240-8504 Telephone No. 319-354-5858
The following conditions apply if this is . Federoi Aid Contract:
I. The prime contractor is responsible for compliance by the subcontractor with Required Contract Provisions for Federal Aid Contracts,
Fonn FHW A-l273, dated as per contract, relative to projects financed under the Federal Highway Act relative to wages and payrolls, and
all tenns of the prime contract applicable to the work performed by the subcontractors. A copy ofFHW A-1273 shall be attached to the
subcontract.
2. The prime contractor is responsible for checking and submitting subcontractor's payrolls at the same time the prime contractor's payrolls
are submitted when payment of predetermined wages is required.
3. I do hereby certify that in requesting approval to sublet a portion of this project we have taken affirmative action to seekr~~t and consider
disadvantaged business enterprises as potential subc~mtractors andJor material suppliers. 0 2
_ en
"'-.
Line Unit ~._ \.../ ~.o. Part
No. Item Description Quantity Price "A" - > =--$ ~Ount "-Item
"" -< -
Mobilization -1 C ~ U'l
, rr := - -j
~=c --'- (-'-1
./
~ ri--\-+-e.-uLJ .,,--;::- co
;:....- ."
-
N
ill
Totals Carried
From Back 339,911.98
(a)
Totals
Totals Specially Items Totals Less Specialty Items % Sublet
this approval
Contract (b) .
(-) 100
Amount 1,941,285.45 1,941,285.45 b 17.510
% Prev.
Recommended by: Sublets 30.516
Tota} %
To Date 48.026
COlUlty/City Engineer Date
METRO PAVERS, INC. P.O. BOX 2508 IOWA CITY, IOWA 52244-2508
Estimate No. Original Job No. 25-105
I
! To:- Maxwell Construction Inc, Draw No. ?? CC: NP
- 3011 Sierra Ct. SW JIC
- Iowa City, IA 52240-8504 . Period Ending: 19-Apr-05 SUB
- Phone: (319) 354-5858 Fax: (319) 354-0759 Date: 19-Apr -05 CSA
Proiect: Dubuoue Street STP-U-37151625\-70-52 Percent Comnlete: >el\(Sua PAY EST- MlIllWIlf.ldI)SUB__E$T
PAY ESTIMATE
ITEM TOTAL NO. UNIT CONTRACT UNITS VALUE
NO DESCRIPTION UNITS PRICE COST COMPLETE % COMPLETED
190 ADJUSTMENT OF FIXTURE EACH 9.00 400.00 3.600.00
220 GRANULAR BACKFILL TON 2,564.00 16.00 41.024.00
280 APRON, CONC, 12" EACH 1.00 650.00 650.00
290 APRON, CONC, 15" EACH 1.00 700.00 700.00
300 APRON, CONC, 18" EACH 2.00 725.00 1,450.00
310 APRON, CONC, 24" EACH 4.00 750.00 3.000.00
320 APRON, CONC, 36" EACH 6.00 1.200.00 7.200.00
330 SUBDRAIN, PERFORATED PLASTI LF 4,280.17 5.75 24,610.98
340 SUBDRAIN OUTLET (RF-19C) EACH 16.00 65.00 1,040.00
350 SUBDRAIN OUTLET, RF-19E EACH 1.00 250.00 250.00
380 INTAKE RA-62 EACH 6.00 2,100.00 12,600.00
400 STORM SWR UTILITY ACCESS RA- EACH 3.00 3,200.00 9,600.00
410 RMV STORM SWR PIPE LE 36" LF 1,463.00 12.00 17.55600
420 RMVSTORM SWR PIPE GT 36" LF 95.00 15.00 1,425.00
430 SWR, 2000D STORM, 12" LF 125.00 . 30.00 3.750.00
440 SWR, 2000D STORM, 15" LF 197.00 35.00 6.895.00
450 SWR, 2000D STORM. 18" LF 30.00 39.00 1,170.00
460 SWR, 2000D STORM, 24" LF 1,026.00 43.00 44,118.00
470 SWR, 20000 STORM, 36" LF 314.00 77.00 24,178.00
480 RMV SAN SWR PIPE LE 36" LF 236.00 10.00 2,360.00
490 SWR, CONC SAN. 2000D, 24" LF 238.00 120.00 28.560.00
500 SAN SWR UTILITY ACCESS (PREC EACH 2.00 2,700.00 5.400.00
510 ENGINEER FABRIC SY 190.00 1.00 190.00
520 REVETMENT, CLASS E TON 140.00 29.00 4.060.00
540 RMVL OF INTAKE+UTILlTY ACCES EACH 17.00 500.00 8,500.00
730 MOBILIZATION LS 1.00 20.000.00 20.000.00 '"
740 FIRE HYDRANT ASSEMBLIES EACH 1.00 2.200.00 2,200.00 0 =
=
3,400.00 :::;: c"
750 RELOCATE FIRE HYDRANT EACH 2.00 1 ,700.00 -.;.._0 ~
760 GATE VALVE+VALVE BOX, 6" EACH 1.00 600.00 600.00 ~!..;> :::: :::~
.- --< 'Il
770 GATE VALVE+VALVE BOX, 12"' EACH 5.00 1,400.00 7,000.00 ~-) -"- I '-
=.c: '-
780 WATER MAIN. DUCTILE IRON, 6" LF 55.00 75.00 4,125.00 (J1
/" ,--- :Tl
790 WATER MAIN, DUCTILE IRON, 12" LF 690.00 45.00 31,050.00 '_.'.-'.11 :;::-...
r'"):::J ' '..-~1
800 WATER MAIN FITTING LB 370.00 8.00 2,960.00 ,,--,--. '_J
</"'-... co
810 BORING & STEEL CASING PIPE. 12 LF 65.00 206.00 13,390.00 -- ..
F N
840 TEMPORARY CULVERT, 181N. DIA. LS 1.00 1,300.00 1,300.00 O~
Bills to subcontractor.
I I I 339911.98
THIS EST -LAST EST JTD
Total:
Bonds: 0.48%
Miscellaneous deducts:
Gross amount due:
Retainage: 5.00%
Net amount due:
---
Form 830231
1 I..{)Q wd ~~ Iowa Department of Transportation
'- SUBCONTRACT REQUEST AND APPROVAL
Contractor Metro Pavers, Inc. County Johnson
Contractor Identification Number 42-0923784 Contract ill No. 52-3715-625
Letting Date 19APR05 Bid Order 106
This is to request that the following subcontractor be approved to perform the work for the items listed below. It is clearly understood by both
the prime contractor and the subcontractor that an items of the prime contract shaH apply. It is also dearly unden>tood that the subcontractor
is not a third-party beneficiary of the contract between the prime contractor and the DOT.
When this subcontractor is being used to satisfy an established DBE goal, the actual amount to be paid to the DBE is indicated in Column
"A". The approval of the DOT is limited to the question of whether the subcontractor is a DBE and shall in no sense be construed as an
endorsement of the OBE or an expression of opinion by the DOT on the subcontractor's abHity to comply with the contract.
Subcontractor Shamrock Construction Company LLC Subcontractor Number 42-0991656
(Fc:deraITu RcturoU.s. TrcasuryDept. Form 94 I)
Address 3032 Wayne Avenue Division of Labor Registration ~ Yes 0 No
Iow~ City, IA 52240 Telephone No. 319-351-3437
The following conditions apply if this is a Federal Aid Contra~t:
I. The prime contractor is responsible for compliance by the subcontractor with Required Contract Provisions for Federal Aid Contracts,
I Form FHW A-1273, dated as per contract, relative to projects financed under the Federal Highway Act relative to wages and payrolls, and
all terms of the prime contract applicable to the work performed by the subcontractors. A copy of FHW A-1273 shall be attached to the
I subcontract.
I 2. The prime contractor is responsible for checking and submitting subcontractor's payrolls at the swne time the prime contractor's payrolls
are submitted when payment of predetermined wages is required.
3. I do hereby certify that in requesting approval to sublet a portion of this project we have taken affirmative action to seek out and consider
I disadvantaged business enterprises as potential subcontractors and/or material suppliers.
I Line Unit Part
Item Description Quantity <<A" $ Amounl
No. Price -- Item
Mobilization :) =,
=
.:""",-, OJ'
~ __ "- .l ::;;
>-: :...--=.
S-u- A ++-~ ()< -..< ---I
,
-: ~~, {". (J1
, ~
'-,-.-
.~ G; "'" "'I
;'-) ~-~ ~. ;-.. -~
...-:;./..... \.......1
-- c.,.,
)e. N
C')
Totals Carried
From Back 35,509.50
(a)
Totals
Totals Specially Items Totals Less Specialty Items % Sublet
I this approval
Contract (b) a
I Amount 1,941,285.45 1,941,285.45 (b) 100 1.829
%Prcv.
Recommended by: Sublets 48.026
-Total %
To Date 49.855
County/City Engmeer Date
- ------- -----
METRO PAVERS. INC. P.O. BOX 2508 IOWA CITY. IOWA 52244-2508
Estimate No. Original Job No. 25-105
To:- Shamrock Construction Company, L.L.C. Draw No. ?? CC: AlP
- P. O. Box 5185 JIC
- Corralville, IA 52241-0185 Period Ending: 19-Apr-05 SUB
- Phone: (319) 354~969 Fax: (319) 338-8510 Date: 19-Apr-Q5 CSA
Proiect: Dubuaue Street STP-U-3715t625l-70-52 Percent Comolete: I{SUB PAY EST. ShlIlIlfO<:k.xt.JSUB_EST
PAY ESTIMATE
ITEM TOTAL NO. UNIT CONTRACT UNITS VALUE
NO DESCRIPTION UNITS PRICE COST COMPLETE % COMPLETED
180 HMA COMMERCiAL MIX (INCL ASP TON 54.00 93.00 5.022.00
210 TEMP PAVT SY 1.350.00 19.25 25.987.50
730 MOBILIZATION LS 1.00 4,500.00 4.500.00
'"
0 =
.::::;1
~O en
J;.. =1 :J.:;:,
:j -< -< Tl
I '-
=-r' U1 .-
, ,
--'" --- :Tj
- '-.'
m ;r:,.
Q~' ::r: j~
'-....-J
>: OJ
N
a:>
Bills to subcontractor:
-
I I 35.509.50
THIS EST u>.ST EST JTD
Total:
Bonds: 0.48%
Miscellaneous deducts:
Gross amount due:
Retainage: 5.00%
Net amount due:
" CONTRACT
FA96 (Form 650019)
9-02
Letting Date: April 19, 2005 Contract 10: 52-3715-625 Bid Order No.: 106
County: JOHNSON Project Engineer: CITY OF IOWA CITY
Cost Center: 849300 Object Code: 890 OBE Commitment $39,901.50
Contract Work Type: PCC PAVEMENT - GRADE/REPLACE
This agreement made and entered by and between the CITY OF IOWA CITY CONTRACTING AUTHORITY,
AND
METRO PAVERS, INC. OF IOWA CITY, lA, (ME380), CONTRACTOR
It is agreed that the notice and instructions to bidders, the proposal filed by the Contractor, the specifications,
the pian, if any. for project(s) listed below. together with Contractor's performance bond, are made a part hereof
and together with this instrument constitute the contract. This contract contains all of the terms and conditions
. agreed upon by the parties hereto. A true copy of said plan is now on file in the office of the Contracting
Authority under date of 04/14/2005
-------------------------------------------------------------------------------------
PROJECT: .STP-U-3715 (625)--70-52 COUNTY: JOHNSON
WORK TYPE: PCC PAVEMENT - GRADE/REPLACE ACCOUNTING ID: 23631
ROUTE: DUBUQUE STREET LENGTH (MILES): 0.33
LOCATION: FROM TAFT SPEEDWAY TO 700' SOUTH OF 1-80
FEDERAL AID - PREDETERMINED WAGES ARE IN EFFECT
------------------------------------------------------------------------------~~-----
~-=-..
0 c:::>
""
:20 -.... -n
)/ ::', :.c .-
I --
") '," '-ri
=-~ C' \ \
1>" -,
:,:-....... r-r1 :r:: '...._.J
--- :L\
r'J~. C?
,--:;.../...
...,;..? N
'Y <J1
The specifications consist of the Standard Soecificotions for Highwav and Bridge Construction. Series 2001
of the Iowa Department of Transportation plus the following Supplemental Specificatinns, Special Provisions, and
addendums: DBE--2005, DBE-050419. DS-OI039, FHWA-1273.02, GS-01008,
IA03-1. 2 , SP-016121, SP-016122, SP-016123, SP-016124, SS-01025,
ADDENDUMS: 19APRI06.A01, 19APRI06.A02
Contractor, for and in considerations of $! ,941,285.45 payable as set forth in the specifications constituting
a part of this contract, agrees to construct various items of work and/or provide various materials or supplies in
accordance with the plans and specifications therefore, and in the locations designated in the Notice to Bi~ders.
Contractor certifies bl signature on this contract, under pain of penalties for false certification, that the Contrac-
tor has complied wit Iowa Code Section 452A.17(8) as amended, if applicable, and Iowa Code Section 91C.5
(Public Registration Number), if applicable.
In consideration of the foregoing, Contracting authority hereby agrees to pay the Contractor promptly and accor-
ding to the requirements of the specifications the amounts set forth, subject to the conditions as set forth in the
specifications.
It is further understood and agreed that the above work shall also be commenced or completed in accordance
with Page I B of this Contract and assigned Proposal Notes.
Time is of the eSSence for this contract. To accomplish the purpose herein expressed, Contracting authority and
Contractor have signed this and one other identical instrument as of the day of
By
B
F89S (Form 6500191 Page: 1B
11-99
Letting Date: April 19, 2005 Contract 10: 52-3715-625 Bid Order No. : 106
It is further understood and agreed that the above work shall be commenced or completed in accordance with
the following schedule:
I SITE NUMBER I CONTRACT PERIOD I WORKING LIQUIDATED
DAYS DAMAGES
CONTRACT LATE START DATE OS/23/2005 75 $600.00
CONTRACT NOTES
-------------------------------------------------------------------------------------
\.0
'" ~
co :;.:::->
r' :c erO
1__1
11i "'" l.U
l_ -.-.: >-~
Lr> :-) l::.:
-- I 1..',;
LL - --
>- 1-.--"1
:~S U~
"" >-
= 0
=
c""
-----
--
----
CONTRACT SCHEDULE OF PRICES Page: 2
***.******************.**********...************************...**....*.*.*******
Vendor No.: ME380 Bid Order No.: 106
Contract ID No.: 52-3715-625 Letting Date: April 19, 2005
Primary Work Type: PCC PAVEMENT - GRADE & REPLACE 10:00 A.M.
Primary County: JOHNSON
--------------------------------------------------------------------------------
I I Item I Unit Price I Bid Amount
Line I Item Number 1 Quantity \----------------\--------------
No I Item Description I and Unit I Dollars I cts I Dollars ICts
--------------------------------------------------------------------------------
SECTION 0001 ROADWAY ITEMS
--------------------------------------------------------------------------------
12101-0850001 CLEARING I I I I
0010 lAND GRUBBING I 1.3001 5,500.00000\ 7,150.00
I I ACRE I I
--------------------------------------------------------------------------------
12102-2710070 EXCAVATION, I I I
0020 ICLASS 10, ROADWAY AND I 12,569.0001 4.000001 50,276.00
1 BORROW ICY I I
--------------------------------------------------------------------------------
12102-2710080 EXCAVATION, I I I
0030 ICLASS 10, UNSUITABLE OR I 1,660.0001 8.500001 14,110.00
1 UNSTABLE MATERIAL ICY 1 1
--------------------------------------------------------------------------------
12102-2713090 EXCAVATION, 1 1 I
0040 1 CLASS 13, WASTE I 1,100.000 I 8.50000 I 9,350.00
I ICY I I
--------------------------------------------------------------------------------
12105-8425005 TOPSOIL, I I I
0050 IFURNISH AND SPREAD I 3,960.0001 14.000001 55,440.00
I ICY I I
--------------------------------------------------------------------------------
12107-0875000 CONPACTION 1 I I
0060 IWITH MOISTURE AND 1 7,420.0001 1.000001 7,420.00
I DENSITY CONTROL I CY I I
--------------------------------------------------------------------------------
12109-8225100 SPECIAL I I I
0070 ICOMPACTION OF SUBGRADE 1 41.2001 250.000001 10,300.00
1 ISTA I I
------------------------------------------------------------------------~~,-----
12115-0100000 MODIFIED I I In g
0080 I SUBBASE I 3,027.5001 28. 50000 I~ n86 ,~~3. 75
I ICY I 1>'_' :.' -ll
1 -.<;
-----------------------------------------------------------------~-7-~---\---~~
12121-7425010 GRlINULAR 1 I 1':--;:'-' CJ1 ,--
0090 I SHOULDERS, TYPE A I 35.100 I 26.000001.-< F;=: J,1-2. 60-!
I 1 TON I I-.---n ::t:: , '
~ ):-...;: ,-j
________________________________~---------------------------------<-7~--\~-----
12123-7450020 SHOULDER I I 1:J3;':':'
0100 I FINISHING, EARTH 1 36.0001 250.000001 9,dlQO.00
I ISTA I I
--------------------------------------------------------------------------------
12125-2225050 RESHAPING I I I
0110 IDITCHES I 11.5001 385.000001 4,427.50
I ISTA I I
--------------------------------------------------------------------------------
I
I
I
CONTRACT SCHEDULE OF PRICES Page: 3
********************************************************************************
Vendor No.: ME380 Bid Order No. : 106
Contract ID No.: 52-3715-625 Letting Date: April 19, 2005
Primary Work Type: PCC PAVEMENT - GRADE , REPLACE 10: 00 A.M.
Primary County: JOHNSON
--------------------------------------------------------------------------------
I I Item I Unit Price I Bid Amount
Line 1 Item Number I Quanti ty 1----------------1--------------
No 1 Item Description I and Unit I Dollars I Cts 1 Dollars ICts
--------------------------------------------------------------------------------
12213-6745500 REMOVAL OF I 1 1
0120 ICURB I 2.4801 550.000001 1,364.00
1 ISTA I I
--------------------------------------------------------------------------------
I 12301-1033080 STANDARD OR 1 I 1
0130 ISLIP FORM PORTLAND I 625.0001 31.000001 19,375.00
1 CEMENT CONCRETE PAVEMENT, 1 SY I I
I ICLASS C, CLASS 3 I 1 I
I DURABILITY , 8 IN. I I I
--------------------------------------------------------------------------------
I 12301-1033090'STANDARD OR I I I
I 0140 ISLIP FORM PORTLAND I 4,485.0001 31.750001 142,398.75
I 1 CEMENT CONCRETE PAVEMENT, I SY I I
ICLASS C, CLASS 3 1 I I
I DURABILITY , 9 IN. I I I
--------------------------------------------------------------------------------
12301-1033100 STANDARD OR I I I
0150 ISLIP FORM PORTLAND I 10,525.0001 32.500001 342,062.50
I CEMENT CONCRETE PAVEMENT, I SY 1 1
ICLASS C, CLASS 3 I I I
I DURABILITY , 10 IN. I I I
--------------------------------------------------------------------------------
12301-4875006 MEDIAN, P.C.I I I
0160 I CONCRETE , 6 IN. I 137.8001 36.250001 4,995.25
I ISY 1 I
--------------------------------------------------------------------------------
12301-6911722 PORTLAND I I I
0170 I CEMENT CONCRETE PAVEMENT I LUMP I LUMP I 2,000.00
"t,SAMPLES I I I
_____cu_____~---------~-----_--------------------------________________________
c~2303r:0000100 HOT MIX 1 I I
(0180~jASP~ MIXTURE, I 54.0001 93.000001 5,022.00
LL: '9CClMMERSIAL MIX (INCLUDES ITON I I
_1 :.r:l ASt>i!ALT BINDER), AS PER I I I
--. IjPLANU I I I
U ,- /-
----~~c--==~~-------------------------------------------------------------------
:::'::123Q3';;3400000 ADJUSTMENT 1 I I
'J"> ~
019~~IOF F~S I 9.0001 400.000001 3,600.00
"'I - lEACH I 1
--------------------------------------------------------------------------------
12312-8260051 GRANULAR I I 1
0200 ISURFACING ON ROAD, CLASS I 55.0001 50.000001 2,750.00
IA CRUSHED STONE I TON I I
--------------------------------------------------------------------------------
CONTRACT SCHEDULE OF PRICES Page: 4
******************************.*************************************************
Vendor No. : ME380 Bid Order No. : 106
Contract ID No.: 52-3715-625 Letting Date: April 19, 2005
Primary Work Type: PCC PAVEMENT - GRADE & REPLACE 10:00 A.M.
Primary County: JOHNSON
--------------------------------------------------------------------------------
I I Item 1 Unit Price I Bid Amount
Line I Item Number I Quantity 1----------------1--------------
No 1 Item Description 1 and Unit 1 Dollars 1 Cts I Dollars ICts
--------------------------------------------------------------------------------
12399-8400160 TEMPORARY 1 I I
0210 IPAVEMENT 1 1,350.0001 23.250001 31,387.50
I ISY I 1
--------------------------------------------------------------------------------
12402-0425031 GRANULAR I I I
0220 I BACKFILL I 2,864.0001 16.000001 45,824.00
I I TON I I
--------------------------------------------------------------------------------
12402-2720000 EXCAVATION, I I 1
0230 I CLASS 20 I 2,568.0001 10.000001 25,680.00
I ICY 1 1
--------------------------------------------------------------------------------
12403-0100000 STRUCTURAL I 1 1
0240 ICONCRETE (MISCELLANEOUS) I 488.0001 328.000001 160,064.00
1 ICY 1 I
--------------------------------------------------------------------------------
12403-0100020 STRUCTURAL 1 I 1
0250 I CONCRETE (RCB CULVERT) 1 65.8001 365.000001 24,017.00
I ICY I 1
--------------------------------------------------------------------------------
12404-7775000 REINFORCING I I I
0260 ISTEEL I 54,760.0001 0.850001 46,546.00
1 ILB I I
--------------------------------------------------------------------------------
12414-6460000 ORNAMENTAL 1 I I
0270 IMETAL RAILING I 210.0001 135.000001 28,350.00
1 ILF I 1
--------------------------------------------------------------------------------
12416-0100012 APRONS, I I 1
0280 I CONCRETE, 12 IN. DIA. I 1. 000 I 650.000001 650.00
I lEACH 1 I
--------------------------------------------------------------------------------
12416-0100015 APRONS, I I I
0290 I CONCRETE, 15 IN. DIA. I 1. 000 I 700.000001 ,700.00
------:-------------------------:~:~-----------:----------------~r_--~-----
12416-0100018 APRONS, I I I~~: ~ ':J'
0300 1 CONCRETE , 18 IN. DIA. I 2.0001 725.00000r:-S:::r l,:450.lrO=1!
.~.,. ,.=-=-
I lEACH 1 I- A' d.11 .-
-----------------------------------------------------------------:~~~i--:~--t~
12416-0100024 APRONS, I I Ic~r.r ~ L...i
0310 1 CONCRETE , 24 IN. DIA. I 4.0001 750.00000 I?;;) 6 3,tOOO.00./
1 lEACH I . I~"""' ~
------------------------------------------------~----------------~----~~-----
en
CONTRACT SCHEDULE OF PRICES Page: 5
**********.*.*.*.*.**....******.'...*...*******..******.*.***********************
Vendor No.: ME380 Bid Order No.: 106
Contract ID No.: 52-3715-625 Letting Date: April 19, 2005
Primary Work Type: PCC PAVEMENT - GRADE & REPLACE 10:00 A.M.
Primary County: JOHNSON
--------------------------------------------------------------------------------
1 1 Item 1 Unit Price I Bid Amount
Line 1 Item Number 1 Quantity 1----------------1--------------
No 1 Item Description 1 and Unit 1 Dollars I Cts 1 Dollars ICts
--------------------------------------------------------------------------------
12416-0100036 APRONS, I I I
0320 1 CONCRETE, 36 IN. DIA. I 6.0001 1,200.000001 7,200.00
I lEACH I I
--------------------------------------------------------------------------------
12502-8212204 SUBDRAIN, 1 I I
0330 IPERFORATED PLASTIC PIPE, I 4,885.0001 5.750001 28,088.75
14 IN. DIA. ILF I 1
--------------------------------------------------------------------------------
12502-8220193 SUBDRAIN I I I
0340 IOUTLET (RF-19C) 1 16.0001 65.00000 I 1,040.00
1 lEACH I I
--------------------------------------------------------------------------------
12502-8220196 SUBDRAIN I 1 1
0350 I OUTLET , RF-19E 1 1. 000 I 250.00000 I 250.00
I lEACH 1 I
--------------------------------------------------------------------------------
12503-4470430 INTAKE, I I 1
0360 1~43 1 13.0001 2,750.000001 35,750.00
I ~ ~ lEACH I I
-------~-----------------------------------------------------------------------
/.. ,. "'::'-r,
'-' I~S03.:.44'7.0435 INTAKE I I I
'I' <.;.;J..: .j' .
0.370 I RA-43-MODIFIED I 1. 000 1 5,500.00000 I 5,500.00
-- ff) ,c .,; f::. 1 EACH I I
;-,-- I ;-:,
L-i---)~---~~-~-----------------------------------------------------------------
t~5037:4~~0620 INTAKE, I I I
0380 J~-62).s I 6.000 I 2,100.00000 I 12,600.00
;]3 0 lEACH I I
.;.....J -
--------------------------------------------------------------------------------
12503-4470700 INTAKE I 1 I
0390 IRA-70 I 2.0001 4,250.000001 8,500.00
I lEACH I I
--------------------------------------------------------------------------------
12503-4480500 STORM SEWER I I I
0400 IUTILITY ACCESS, RA-50 I 3.0001 3,200.000001 9,600.00
I lEACH I I
--------------------------------------------------------------------------------
12503-7181036 REMOVE I 1 I
0410 ISTORM SEWER PIPE LESS I 1,463.0001 12.000001 17,556.00
ITHAN OR EQUAL TO 36 IN. ILF I I
I I 1 I
--------------------------------------------------------------------------------
12503-7181136 REMOVE I I I
0420 ISTORM SEWER PIPE GREATER I 95.0001 15.000001 1,425.00
ITHAN 36 IN. ILF I I
--------------------------------------------------------------------------------
.
I CONTRACT SCHEDULE OF PRICES Page: 6
**************************************************************.*.***************
Vendor No. : ME380 Bid Order No. : 106
Contract ID No.: 52-3715-625 Letting Date: April 19, 2005
Primary Work Type: PCC PAVEMENT - GRADE & REPLACE 10:00 A.M.
Primary County: JOHNSON
--------------------------------------------------------------------------------
I 1 Item I Unit Price 1 Bid Amount
Line I Item Number. 1 Quantity 1----------------1--------------
No I Item Description I and Unit I Dollars I Cts 1 Dollars ICts
--------------------------------------------------------------------------------
12503-7325012 SEWER PIPE, I I 1
0430 120000 STORM, 12 IN. DIA. I 125.0001 30.000001 3,750.00
I ILF I 1
--------------------------------------------------------------------------------
12503-7325015 SEWER PIPE, 1 I I
0440 120000 STORM, 15 IN. DIA. I 197 . 000 I 35.000001 6,895.00
I ILF I 1
--------------------------------------------------------------------------------
12503-7325018 SEWER PIPE, I 1 I
0450 120000 STORM, 18 IN. DIA. I 30.0001 39.000001 1,170.00
I ILF I 1
--------------------------------------------------------------------------------
12503-7325024 SEWER PIPE, I I I
0460 12000D STORM, 24 IN. DIA. I 1,026.0001 43.000001 44,118,00
I ILF I I
--------------------------------------------------------------------------------
12503-7325036 SEWER PIPE, 1 1 I
0470 120000 STORM, 36 IN. DIA. I 314.0001 77.000001 24,178.00 I
I ILF I I
-------------------------------------------------------------------------------- I
12504-7000036 REMOVE I I 1 I
0480 ISANITARY SEWER PIPE LESS I 236.0001 10.000001 2,360.00
ITHAN OR EQUAL TO 36 IN. ILF 1 I
1 I I I
--------------------------------------------------------------------------------
12504-7080024 SEWER PIPE, I I I
0490 ICONCRETE SANITARY, 2000D,1 238.0001 120.000001 28,560.00
124 IN. ILF I I
--------------------------------------------------------------------------------
12504-8462510 SANITARY I 1 I
0500 I SEWER UTILITY ACCESS 1 2.0001 2,700.000001 5,,490.00
1 (PRECAST) (RA-51) lEACH 1 10 =,
=
~,
------------------------------------------------------------------~r;---:~-----
12507-3250005 ENGINEERING I. I I):-~ =' ::; -T
0510 1 FABRIC I 450.000 I 1.00000 Ie) - < 150. o_oJ
1 ISY I I~O Ul
----, .'~'
--------------------------------------------------------------------~~---~----l.
12507-6800061 REVETMENT, I I I~_ ~ --- ,--1
0520 ICLASS E I 390.0001 29.00000 IS=2;7.;l1 ;10.60.1
1 I TON I I):; ;,.
------------------------------------------------------------------------~~-----
12510-6745850 REMOVAL OF I 1 I
0530 1 PAVEMENT I 11,985.5001 4.000001 47,942.00
1 ISY 1 I
--------------------------------------------------------------------------------
.
CONTRACT SCHEDULE OF PRICES Page: 7
********************************************************************************
Vendor No.: ME380. Bid Order No. : 10.6
Contract ID No. : 52-3715-625 Letting Date: April 19, 20.0.5
Primary Work Type: PCC PAVEMENT - GRADE & REPLACE 10.:0.0. A.M.
Primary County: JOHNSON
--------------------------------------------------------------------------------
I I Item I Unit Price I Bid Amount
Line I Item Number I Quantity 1----------------1--------------
No I Item Description I and Unit I Dollars I Cts I Dollars ICts
--------------------------------------------------------------------------------
12510.-6750.60.0. REMOVAL OF I 1 1
0.540. IINTAKES AND UTILITY I 17.0.0.0.1 50.0..0.0.0.0.0. 1 8,50.0..0.0.
I ACCESSES lEACH I I
--------------------------------------------------------------------------------
12511-75260.0.4 SIDEWALK, P.I I I
0.550. IC. CONCRETE, 4 IN. I 194.90.0.1 25.0.0.0.0.0.1 4,872.50.
I ISY I I
--------------------------------------------------------------------------------
12511-75260.0.6 SIDEWALK, P.I 1 I
0.560. IC. CONCRETE, 6 IN. I 1,432.90.0.1 18.50.0.0.0.1 26,50.8.65
I ISY I I
--------------------------------------------------------------------------------
12511-752810.0. DETECTABLE I I I
0.570. IWARNINGS FOR CURB RllMPS I 120..0.0.0.1 12.0.0.0.0.0.1 1,440..0.0.
I , ISF I I
--------------------------------------------------------------------------------
12512-172520.6 CURB AND I 1 I
0.580. I GUTTER, P.C. CONCRETE, 2.1 248.320.1 15.0.0.0.0.0.1 3,724.80.
10. FT. ILF I I
--------------------------------------------------------------------------------
'1"2515-24750.0.6 DRIVEWAY, P. 1 I I
0.590. 'J:C. CONgu:TE, 6 IN. I 52.90.0.1 50..0.0.0.0.0.1 2,645.0.0.
qJ '/ :2: I SY I 1
r-, _ r,";::C J
------------------------------------------------~----------------------~--------
.......... . ;:;. . ~ -;
lJJ <f251!h2~4750'0'8 DRIVEWAY, P. I I I
0.60.0. LtC. CONCRETE, 8 IN. I 183.30.0. I 27.0.0.0.0.0. I 4,949.10
=~ I .,_U ISY II
Lt=__:=___:~____________________________________________________________________
~.~51~~4560'0' REMOVAL OF I I I
0.610. ~I]'AVED CiiRIVEWAY I 198.90.0. I 4.0.0.0.0.0. I 795.60.
01" ISY I I
--------------------------------------------------------------------------------
12523-0.0.0.0.20.0. ELECTRICAL I I I
0.620. ICIRCUITS I 1,948.0.0.0.1 4.0.0.0.0.0.1 7,792.0.0.
I ILF I I
--------------------------------------------------------------------------------
12523-0.0.0.0.310. HANDHOLES I I I
0.630. lAND JUNCTION BOXES I 19.0.0.0.1 325.0.0.0.0.0.1 6,175.0.0.
I lEACH 1 I
--------------------------------------------------------------------------------
12523-0.0.0.0.40.0. CONTROL I I I
0.640. ICABINET I 1. 0.0.0. I 6,0.0.0..0.0.0.0.0.1 6,0.0.0..0.0.
I lEACH I I
--------------------------------------------------------------------------------
CONTRACT SCHEDULE OF PRICES Page: 8
*********************************.*.********************************************
Vendor No.: ME380 Bid Order No.: .106
Contract ID No.: 52-3715-625 Letting Date: April 19, 2005
Primary Work Type: PCC PAVEMENT - GRADE & REPLACE 10:00 A.M.
Primary County: JOHNSON
--------------------------------------------------------------------------------
I 1 Item I Unit Price 1 Bid Amount
Line I Item Number I Quantity 1----------------1--------------
No I Item Description I and Unit I Dollars I Cts 1 Dollars ICts
--------------------------------------------------------------------------------
12523-6765009 REMOVE AND I 1 I
0650 IREINSTALL LIGHT POLE AND 1 14.0001 990.000001 13,860.00
1 LUMINAIRE 1 EACH 1 1
--------------------------------------------------------------------------------
12525-0000100 TRAFFIC 1 1 I
0660 ISIGNALIZATION 1 LUMP I LUMP 1 114,000.00
1 I 1 1
--------------------------------------------------------------------------------
12527-9263109 PAINTED I I I
0670 IPAVEMENT ~ING, 1 46.8001 50.000001 2,340.00
1 WATERBORNE OR 1 STA 1 I
I SOLVENT-BASED 1 I I
--------------------------------------------------------------------------------
12527-9263130 REMOVABLE 1 I 1
0680 ITAPE ~INGS I 35.0001 105.000001 3,675.00
1 ISTA I 1
--------------------------------------------------------------------------------
12527-9263137 PAINTED I I 1
0690 ISYMBOLS AND LEGENDS, 1 12.0001 75.000001 900.00
I WATERBORNE OR 1 EACH I 1
1 SOLVENT-BASED 1 I I
--------------------------------------------------------------------------------
12528-8400256 TEMPORARY I 1 1
0700 ITRAFFIC SIGNALS I 3.0001 6,000.000001 18,000.00
I lEACH 1 1
--------------------------------------------------------------------------------
12528-8445110 TRAFFIC 1 I I
0710 ICONTROL I LUMP I LUMP 1 19,600.00
1 I 1 1
--------------------------------------------------------------~-----------------
12528-8445112 FLAGGERS I 1 I
0720 1 I 150.000 I 230.00000 p, 34 {!i.OO. 00
1 I DAY 1 b';:;;
-----------------------------------------------------------------:~~--==------
-;:'-, ..-..
12533-4980005 1 I (-~; =< --ry
,-...,_. I.,
0730 IMOBILIZATION 1 LUMP I LUMP I~! _ 46U;'500 ..On:
-I ( .~ I
I 1 1 1/ , . --.
- -, ~...,..... _ I I I
--------------------------------------------------------------------------------
. ---:....;-; ~ --I
12598-3380010 FIRE 1 10 T ~ '~j
0740 IHYDRANT ASSEMBLIES 1 1.0001 2,200. 00 0 ooT:,::, 27200.00
1 I EACH I f> "-,
(7\
--------------------------------------------------------------------------------
12598-3380040 RELOCATE 1 I I
0750 IFIRE HYDRANT 1 2.0001 1,700.000001 3,400.00
I lEACH I I
--------------------------------------------------------------------------------
------
CONTRACT SCHEDULE OF PRICES Page: 9
*****************************************************.*********************.****
Vendor No. : ME380 Bid Order No. : 106
Contract ID No.: 52-3715-625 Letting Date: April 19, 2005
Primary Work Type: PCC PAVEMENT - GRADE & REPLACE 10:00 A.M.
Primary County: JOHNSON
--------------------------------------------------------------------------------
I I Item I Unit Price I Bid Amount
Line I Item Number I Quantity 1----------------1--------------
No I Item Description I and Unit I Dollars I Cts I Dollars ICts
--------------------------------------------------------------------------------
12598-3778006 GATE VALVE I I I
0760 lAND VALVE BOX, 6 IN. I 1. 000 I 600.000001 600.00
I lEACH I I
--------------------------------------------------------------------------------
12598-3778012 GATE VALVE I I I
0770 lAND VALVE BOX, 12 IN. I 5.0001 .1,400.00000 I 7,000.00
I lEACH I I
--------------------------------------------------------------------------------
12598-8805606 WATER MAIN, I I I
0780 IDUCTlLE IRON, 6 IN. 1 55.0001 75.000001 4,125.00
I ILF I I
--------------------------------------------------------------------------------
12598-8805612 WATER MAIN, I I I
0790 IDUCTlLE IRON, 12 IN. I 690.0001 45.000001 31,050.00
I ILF I I
--------------------------------------------------------------------------------
12598-8810200 WATER MAIN I I I
0800 IFITTINGS I 370.0001 8.000001 2,960.00
I ILB I I
---~~--------------------------------------------------------------------------
:" 1259.~9999009 ('LINEAR I I I
,r', olfio 11iJi:~ ITEM) BORING & I 65.000 I 206.000001 13,390.00
(1: 3'Ji I~TE~L CASING PIPE, 12 IN.ILF I I
-L I DrF: I I I
_, ,,...... _. -~'
--- -------~------------------------------------------------------------------------
L1_ : ).2599-9999009 ('LINEAR 1 I I
:0.820U:!J!lET' ITEM) MEDIAN, P.C. I 2,613.0001 6.500001 16,984.50
,-;:. CJCONCRETE BlIND I LF I I
c....-'; ~
~-----C)-----------------------------------------------------------------------
1"2599-9999010 ('LUMP SUM' I I I
0830 I ITEM) ADVANCE LOOP I LUMP I LUMP I 6,400.00
IDETECTOR SYSTEM I I I
--------------------------------------------------------------------------------
12599-9999010 ('LUMP SUM' I I I
0840 I ITEM) TEMPORARY CULVERT, I LUMP I LUMP I 1,300.00
118 IN. DIA. I I I
--------------------------------------------------------------------------------
12599-9999014 ('SQUARE I I I
0850 I FEET' ITEM) LIMESTONE I 4,123.0001 13.400001 55,248.20
I VENEER, 4 IN. SPLIT FACE ISF I I
I I I I
--------------------------------------------------------------------------------
12601-2636041 SEEDING AND I I I
0860 IFERTILIZING I 4.8801 675.000001 3,294.00
I I ACRE I I
--------------------------------------------------------------------------------
.
,
CONTRACT SCHEDULE OF PRICES Page: 10
********************.*.*.*.*******************************.*********************
Vendor No. : ME380 Bid Order No. : 106
Contract ID No.: 52-3715-625 Letting Date: April 19, 2005
Primary Work Type: PCC PAVEMENT - GRADE & REPLACE 10:00 A.M.
Primary County: JOHNSON
--------------------------------------------------------------------------------
1 I Item I Unit Price 1 Bid Amount
Line 1 Item Number 1 Quantity 1----------------1--------------
No 1 Item Description 1 and Unit I Dollars I Cts I Dollars ICts
--------------------------------------------------------------------------------
12601-2638351 SLOPE I 1 1
0870 I PROTECTION, WOOD 1 985.0001 12.500001 12,312.50
IEXCELSIOR MAT (RC-14) ISQ I I
I I 1 1
--------------------------------------------------------------------------------
12602-0000020 SILT FENCE 1 1 1
0880 I I 2,050.0001 1.900001 3,895.00
I ILF 1 I
--------------------------------------------------------------------------------
12602-0000030 SILT FENCE 1 I I
0890 IFOR DITCH CHECKS I 160.0001 5.000001 800.00
I ILF 1 1
--------------------------------------------------------------------------------
1 TOTAL BID I 1,941,285.45
0 ""
'=
=
:?-~ ""
)S~~.l ::r:
:':l:_,
C) --(' , II
':::,--, , -
o"<:r- U1 r-
;_~I~.; "" 'TI
'-...J -''-I ~ t-'l
-s:7: '?? ,j
~
.J> N
C/)
---------
I ~ !
--= -!(f
!~~;!:-.:
~~"'mJ.~~
.... ..
CITY OF IOWA CITY
410 East Washington Street
Iowa City, Iowa 52240-1826
(319J 356-5000
(319J 356-5009 FAX
ENGINEER'S REPORT www.icgov.org
December 5, 2006
City Clerk
City of Iowa City, Iowa
Re: Dubuque Street I Foster Road Intersection Improvement Project
Dear City Clerk:
I hereby certify that the construction of the Dubuque Street I Foster Road
Intersection Improvement Project has been completed by Metro Pavers, Inc. of
Iowa City, Iowa in substantial accordance with the plans and specifications
prepared by the Iowa City Engineer's Office.
The final contract price is $1,950,418.32.
I recommend that the above-referenced improvements be accepted by the City
of Iowa City.
Sincerely,
~-et
Ronald R. Knoche, P.E.
City Engineer
?rC)~ o;J
Prepared by: Ronald Knoche, City Engineer, 410 E. Washington St., iowa City, IA 52240 (319) 356-5138
RESOLUTION NO. 06-'l70
RESOLUTION ACCEPTING THE WORK FOR THE DUBUQUE
STREET/FOSTER ROAD INTERSECTION IMPROVEMENT PROJECT
WHEREAS, the Engineering Division has recommended that the work for construction of the
Dubuque Street/Foster Road Intersection Improvement Project, as included in a contract between
the City of Iowa City and Metro Pavers, Inc. of Iowa City, Iowa, dated May 3m. 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 $1,950,418.32.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA
CITY, IOWA, THAT:
1. The said improvements are hereby accepted by the City of Iowa City, Iowa, and
2. The Mayor is authorized to sign the Iowa Department of Transportation Form
640003, Certificate of Completion and Final Acceptance of Agreement Work.
Passed and approved this 12th d"Ymc~ L/ E9-
-
MAYOR
ATTEST: /7.1~",(( ~ , "Z./ sf r;c.
CITyaERK
It was moved by Champion and seconded by Bailey the Resolution be
adopted, and upon roll cail there were:
AYES: NAYS: ABSENT:
" Bailey
x Champion
x Correia
x Elliott
x O'Donneil
x Vanderhoef
'l Wilburn
pwenglresldubuqueJoster.accept.doc
12.4.06
I