Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
US HWY 6 & SYCAMORE INTERSECTION 2015
US HWY 6 AND SYCAMORE ST INTERSECTION IMPROVEMENTS/2011 1/24.f✓s4ecl--iOt :4;7►xve.►'►,sre.n7ct- rage. 0 7- - 11 . fzeso1%-<-41.vn — 42/-2 RLczazo,^;z�n ' '--4yk;Sa--. alc r0 - r`t 1.--1--ry-e.s--1s essar, td,S — -- S c.. r►io'__ _ e-Cf.l — T-Z. Sec.^ . Qrc"J-e vn�s v � -7r'D PY"�; (?- rE� ,� P(a„,,s sr.Lc,,r; .Propa.sa /l (enrQct �_ es�;»oa v cos) 2(- PE•g- i 3 14S0!4.4.4-i vim, /4'(,7 se-i-4-;, (;c_ Year,n q o. /Vkrcl G� v7/9l a v r-t 1anS Seo cc;-.1. ea-4.;orS� 8 rr~ a-� cm34r-oLc •esJ-, .,,,at orr COS -y- '4-17 c o sr-r 4; o.-1 • 5 .4 g�_, Sy c0.► ierSec ;ar, m+oro.er rajec- C.4- clerk l :. L 1.-1Pc-rt F �t ; r2<+ r, C;l-, £ftA,r+te. 4v rt a c, S G plays 4►� � o r i l-tea MAIL - /2 Pso Sb it4. -:v n /4:2-i av At/1st-6 Nt: wq p bu+nt 5��c i�: cc,4-; _S_-.y_- • ►►,._o`�' k es4-.nnc b- 0-CQ•O s.P r CO -r uC^-e oh 0-r S. y'.9 k wetAi Co S y r1,-‘ S--r t4-- .�n t-,e r S.e vs, e S h,n.R Gt.mOuaT v- - .L; Sec r;•-�y Taj accDrrIpC qv e_ciat7 4_11;d d; t`tc4 ; C:47, e1Pr/L - —p,J)i; 4 � ,'c.c (-ha b.eae�S p(ac Q "tor r.c c•e'��rf. a-f - £-q�S ' .+off- ce tr 'ukj?<c t+i'ctr n ^ T'r't7'.7 AJ04c e .4-a 13 dd-erS — I , oo-( crf 3�AQR1L is �soi k4-;Q,, /a� 14? rose;.,d;r1 so))K-4-;e,n, �a. /a� ivo wt.;G11. cprzo;K., •-tDfret- 6t Carrrocci, es4-•h-vet err ccs �a she Ca�s�rw� a, QT T7.•s u_ __ :Lt 4 i y(Amore._ rL '�7�T. .1_ i�VR'"r`tni ttPr11DJ2c 1 P57Gt�i<SnA Crrt rl- c, .DC StC�r 1-y cZc tow.fany eack b:d, cL.f{t�.•�9 G-4-� ItrK. 4-0 P�14.1s Y rtt-k-;c L o s ;cl n, i• _ I r- _ _ _.i _.0 L �� -d ° 39Z1t41-17)S1d 1m WQ j 3a - ) (-1-QN )t7?vld - ryoueDr?$314 .°(?)cl 9Nizr Hd )1-L9iv ...t/72.. _9 '�4;fi7�.a�S��� r A �50J -j Q 10i v X3.5 ? �YJ✓Lu0 u,, Se _4o ' o-'T-� .., / - JS SvVi c� bui pe.x�riru sad - t'/ ` '=f i Qsa- 1 r''ir 'b/ SZL QaIc O Y» ,oN 1-J-V)1-7 g»j Jai> ` — 3cxata-hQs3Q . -79r)d .. un; ssa 61-+j lar+/oy ) a1-- -/�8�� Q ------ 3�7ef}01-4--Ds raj+ -0- W dna w - r {-.)ac:(sv i . 1.191-G1 acj i •.j u0,• .nrid :�s 1.--7w)c4 �- i,�v-� .� ryt � �a.P 6u ,5a1 P' P y.s!/( VC1 / a aaou.yJ�� ti61- 7-Lit Aca- ?> f v UJ; sa ��a•�{jao3 jet -w�a , ' 5 ',td ',y tads 's y Uo &far '3/ aunt, uo 6-NA11� - ca b 61"`ft-as 74-L� t/ `'�: �'''( i -et- w'r,'S _-sc'-D ► -9_2vw115- Pum +-TOD ''-'gni-. 7 Su(); �� ,�a ; (su�)d 1/ c / �aa re `a✓ 3 41°("1i •S"Y1 /- aL4'4 O tk41- ..,Q,�#5.r a f-v� +a ar1-5 6,� W Lit . I i 1 -- r% ( r 41.3_ (,) '17 ;V) +-L. `1 ti) q p, ^1 o� N. 'f 1-7 171 rtcl . : : CA aN 0, , Z 4--, 1 t(7) k -7. ..., , A r , , _, 5U G p 11 - ,,, 3 -,_ I, 7 I (, 4QQ a p 1O LQ tri �- C .7-- ,) +- rl (13 t C: 3 4- . • i I i �� CI T ! i l T lIS I ' �' bit 3 P 1 g N i 3 ,� f roj Prepared by: Dave Panos, Civil Engineer,410 E.Washington St., Iowa City, IA 52240 319-356-5145 RESOLUTION NO. 11-21 2 RESOLUTION AUTHORIZING THE ACQUISITION OF PROPERTY INTERESTS NECESSARY FOR CONSTRUCTION OF THE U.S. HIGHWAY 6 AND SYCAMORE STREET INTERSECTION IMPROVEMENT PROJECT. WHEREAS, the City of Iowa City desires to construct the U.S. Highway 6 and Sycamore Street Intersection Improvement Project ("Project") which includes new traffic signalization and median reconstruction to improve lane geometry at the U.S. Hwy. 6 and Sycamore Street intersection, a turning lane addition on Sycamore Street (north of U.S. Hwy. 6), and installation of an 8' wide sidewalk along Sycamore Street from U.S. Hwy. 6 to Deforest Avenue, 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, the City's Consultant, Foth Infrastructure and Environmental, 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. WHEREAS, funds for this project are available in the Sycamore Street— Highway 6 to City Limits account#3811. 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 ("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 the 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 all documents necessary to effectuate the purchase of said property Resolution No. 11-212 Page 2 rights. The City Attorney is hereby directed to take all necessary action to complete said transactions, as required by law. 6. 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 7th day of June 2011. MAYOR Approved by ATTEST: u% ttit�CITY RK?if-Et.e,cir Ackuk Atet,tutivird • City Attorney's Office sill it It was moved by Wilburn and seconded by Dickens the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: x Bailey x Champion x Dickens x Hayek x Mims __L_ Wilburn _IL- Wright Specification No: Plans, Specifications, Proposal and Contract For U.S. HIGHWAY 6 AND SYCAMORE STREET INTERSECTION IMPROVEMENTS Iowa City, Iowa m *as JOBIIM Lc; N CITY OF IOWA CITY City of Iowa City Engineering Division — Public Works 410 East Washington Street Iowa City, Iowa 52240 Phone: 319-356-5140 Fax: 319-356-5007 Contract Documents Prepared By: • FOIh Foth Infrastructure & Environment, LLC 3950 River Ridge Drive NE,Suite A Cedar Rapids,IA 52402-2515 Phone:319-365-9565 Fax:319-365-9631 OPINION OF COSTS _ 9 Fot h Sycamore Street and U.S.Highway 6 / -: Intersection Improvements - 'r•` Iowa DOT No. UST-006-7(82)--4A-52r 1-4A-52 9--., i ' r1� s. .. , t ., City of Iowa City No.3811-434710 • , 9 ) . 1,..... �1 CITY OF IOWA CITY Bid Date.March 28,2012 _ 2012 1 7 rp„Ij Q, 9r TOTAL _ DIVISION 1 DIVISION 2 c. FEB-1- OIIV7ISIBf4 3 C ITEM NO. ITEM CODE ITEM DESCRIPTION UNIT UNIT PRICE QUANTITY SUBTOTAL QUANTITY SUBTOTAL QUANTITY SUBTOTAL QUANTITY TOTAL 1 2102-0425071 SPECIAL BACKFILL CY $ 35.00 354 5 12,390.00 $ CLE i E- 1 t - 384 $ 12,390.00 2 2102-2710070 EXCAVATION,CL 10,RDWY+BORROW CY $ 8.00 5360 $ 42,800.00 $ 4 + "+-Z-i f - 6360 $ 42,800.00 3 I 2102,2710060 EXCAVATION,CL 10,UNSUITiuNSTABLE MAIL - - CY $ 60.00 600 $ 30000.00 $ 10�4/A'1"'rrY (C lL1 - 6110 $ 30.000.00 4 2105&125015 TOPSOIL.STRIP,SALVAGE+SPREAD CY $ 7.00 536 $ 3,752.00 $ - '� 1 7 E J$7,,'' - 536 $ 3,752 00 5 21150100000 MODIFIED SUBBASE CY $ 35.00 406 $ 14,210.00 119 $ 4,185.00 $ - 525 $ 18.375.00 6 2122-6600060 PAVED SHLD,HMA,6- SY $ 26.00 $ • - 2192 $ 58,992.00 2192 $ 56.992.00 7 2123.7450020 SHLD FINISH,EARTH STA $ 300.00 20 $ 6,000.00 $ - $ - 20 $ _ 6.000.00 8 _ 2212-5070310 PATCH,FULL-DEPTH REPAIR SY $ 70.00 $ - $ - 160 $ 10,500.00 150 $ 10.500.00 9 2212-5070330 PATCH BY COUNT(REPAIR) _ EACH $ 225.00 $ $ - 10 $ 2,250.00 10 $ 2,250:00 10 2301-1033090 STD/S-F PCC PAVT,CL CCL 3.9- SY 8 40.00 480 $ 18,400.00 1641 $ 65,640.00 $ - 2101 $ 84,040.00 11 2301-1033100 STD/S-F PCC PAVT,CL C CL 3.10' SY $ 45.00 2053 $ 92,385.00 $ - $ - 2053 S 92,385.00 12 2301-4875006 MEDIAN,PCC,6' SY 8 50.00 225 $ 1125000 --- $ - $ - 225 $ 11,250.00 13 230148911722 PCC PAVT SAMPLE LS $ 3,000.00 0.5 $ 1.500.00 0 5 $ 1,500.00 $ - 1 $ 3,000.00 14 2301-7000110 PAY ADJ IID-PCC PAVT THICKNESS EACH $ 5,300.00 0.5 S 2,650.00 0.5 $ 2,850.00 $ - 1 $ 300.00 15 2303-0041500 HMA(3M ESAL)BASE.1@' TON $ 80.00 S - _ $ - 334 $ 20,040.00 334 $ 20,040.00 16 2303-0042500 HMA(3M ESAL)INTERMEDIATE,1/Y TON $ 40.00 $ - $ - 534 $ 21,360.00 534 $ 21,360.00 17 2303-0043503 HMA(3M ESAL)SURF,112-,FRIC L-3 TON $ 60.00 $ - $ - 587 $ 34,020.00 567 $ 34,020.00 18 2303-0245000 ASPH BINDER.PG 64-28 _ TON $ 800.00 $ $ - 87 $ 52,200.00 87 $ _52,200.00 19 2303-6911000 HMA PAVT SAMPLE LS $ 3,000.00 $ - $ - 1 $ 3,000.00 1 $ 3000.00 20 2303-9093010 HMA.DRIVEWAY_ SY $ 35.00 S 808 $ 28380.00 $ - 608 $ 28,280.00 21 2316-7000120 PAY ADJ IID-HMA PAVT SMOOTHNESS_ EACH $ 8800.00 $ - $ - 1 $ 6,000.00 1 $ 6,000.00 22 2401-6750001 REMVL LS $ 10.000.00 0.5 $ 5000.00 0.5 $ 5,000.00 8 - 1 $ 10,00000 23 2414-6460000 ORNAMENTAL METAL RAIL _ LF $ 300.00 $ - 828 $ 187,800.00 $ - 826 $ 187,80000 24 _ 2416-0100024 APRON,CONC.24' EACH $ 2,000.00 $ - 1 $ 2,000.00 8 - 1 S 2800.00 25 2430-0000100 MODULAR BLOCK RETAIN WALL SF $ 25.00 $ - 30 $ 750.00 $ - 30 $ 750.00 26 _ 2435-0140148 MANHOLE,STORM SWR,SW-401,48" EACH $ 2,000.00 $ 1 $ 2,000.00 $ - 1 $ 2000.00 27 _ 2435-0250700 INTAKE,SW-507 EACH $ 2,500.00 $ - 2 $ _5,000.00 $ - 2 $ 5.000 00 28 _ 2435-0250800 INTAKE,SW-508 _ EACH $ 2,600-00 $ • 2 $ 5,000.00 _ $ - 2 $ 5.00000 29 2435-0250804 INTAKE,SW-50B,TOP AND INSERT ONLY EACH $ 1,500-00 $ - 1 $ 1,500.00 $ - 1 $ 1.50000 30 2502-8212036 SUBDRAIN,LONGITUDINAL,(SHLD)6' _ LF $ 8.00 806 $ 6,484-00 $ - 2500 8 20,000.00 3308 $ 26464.00 31 2502-8220193 SUBDRAIN OUTLET(RF.19C) EACH $ 150.00 $ - $ _ 1 $ 150.00 1 $ 150 00 32 2502-8220196 SUBDRAIN OUTLET(RF-19E) EACH $ 175.00 2 $ 350.00 $ 6 $ 1,050.00 8 $ 1,400 DO 33 2503-0114215 STORM SWR G•MUN,TRENCHED,RCP 2000D.15' LF $ 35.00 8 - 11 $ 385.00 $ - 11 $ 385 00 34 2503-0114224 STORM SWR G-MAIN,TRENCHED,RCP 20000,24- _ LF 8 50.00 8 • 64 $ 3.200.00 $ - __ 64 $ 3.200.00 35 2507.6800061 REVETMENT.CLASS E TON 3 35.00 $ - 18 $ 630.00 $ - 18 $ 630.00 36 -_ 2510-6745850 RMVL OF PAVT SY 3 8.00 294 $ 2,352.00 1854 $ 13,232.00 $ - 1948 5 15.58400 37 2511-6745900 RMVL OF SIDEWALK SY 8 6.00 _$ - 480 S 2,760.00 _- $ - 460 $ _ 2,760.00 38 2511-7526004 SIDEWALK.PCC,4' SY 3 28.00 22 S 618.00 $ $ - 22 $ 616.00 39 2511-7526006 SIDEWALK,PCC.6' SY $ 30.00 38 $ 1,060.00 880 $ 28,400.00 S - 916 $ 27480.00 40 2511-7528101 DETECTABLE WARNING-CURB RAMP SF $ 35.00 84 $ 2,940.00 $ 'S - 84 $ 2,940.00 41 2512-1725256 CURB+GUTTER.PCC.2.5' _ IF $ 30.00 $ - 661 $ 19830.00 $ _ 661 S 19,830.00 42 2512-1725306 CURB+GUTTER.PCC,3.0 LF $ 40.00 450 $ 18,000.00 $ - __ $ _ - _ 450 $ 18,000.00 43 25152475007 DRIVEWAY,PCC,7' _ SY 3 35.00 $ - 253 $ 8.855.00 _ $ _ - 253 •$ 8,855.00 44 2515-8745600 RMVL OF PAVED DRIVEWAY SY $ 6.00 $ - _ 1236 $ 9.888.00 $ - 1236 $ 9,888.00 45 2518-6910000 SAFETY CLOSURE EACH 3 200.00 2 $ 400.00 $ --� $ - 2 $ 400.00. 46 2519-3300600 FENCE.SAFETY LF $ 3.00 $ - 750 $ 2,250.00 ,$ - 750_ $ 2,250.00 47 2525-0000100 •TRAFFIC SIGNAUZATION_ LS $ 130,000.00 1 $ 130,000.00 S - $ - 1 $ 130,000.00 48 2525-0000120 RMVL OF TRAFFIC SIGNALIZATION LS $ 3,500.00 1 $ 3,500.00 $ - $ - 1 $ 3,500.00 49 2526-8285000 CONSTRUCTION SURVEY LS $ 10.000.00 0.5 S 5,000.00 025 5 2800.00 0.25 $ 2800.00 1 $ 10,000.00 50 2527-9263109 PAINTED PAVT MARK WATERBORNEISOLVENT STA $ 30.00 $ - 148 $ 444.00 $ - 14-8 $ 444.00 51 2627-9283117 PAINTED PAVT MARK.DURABLE STA $ 90.00 26.1 $ 2,349.00 $ - 82.5 S 7,425.00 108.8 $ 9,774.00 52 2527.9263138 PAINTED SYMBOL.LEGEND EACH $ 100.00 $ - 3 $ 300.00 $ - 3 $ 300.00 53 2527.9263143 PAINTED SYMBOL+LEGEND.DURABLE EACH S 205.00 6 $ 1,230.00 $ - 9 $ 1,845.00 15 $ 3,075.00 54 2528-8445110 'TRAFFIC CONTROL LS S 20,00000 0.5 $ 10,00000 025 $ 5,000.00 0.25 S 5,000.00 1 $ 20,000.00 55 2528-8445113 FLAGGER EACH $ 360.00 10 $ 3,500.00 5 S 1,750.00 5 $ 1,750.00 20 $ 7,000.00 56 2533-4980005 MOBILIZATION LS $ 80,000.00 0.6 $ 40800.00 $ - 0.5 3 40,000.00 1 $ 80,000.00 57 2542-1006010 CRACK 8 JOINT CLEAN&SEAL(PCC PAVT) MILE 3 45,000.00 $ - 0.42 $ 18,900.00 $ - 0.42 $ 18,900.00 58 2542-1007000 SEALER MATERIAL(PCC PAVT) LB $ 1.00 $ - 1975 $ 1,975.00 $ - 1975 $ 1,975.00 59 2554-0112012 WATER MAIN,TRENCHED.DIP.1Y IF $ 75.00 $ - - 910 $ 88,250.00 $ - 910 $ 68250.00 60 2554-0203000 FITTINGS BY WEIGHT.DI LB $ 5.50 $ - 1112 $ 6,116.00 $ - 1112 $ 8,116.00 Fad,InfrasbucM and Environment LLC 3650 Rlwr Ridge Saw NE.Sane A Cedar%yids,bows 52402 Date Prepared 050W2012 Phar 316.365 9565 Paps 1 Delo P,Y%sd.2152012 Fac 318.365.9631 0.1CR4E12011111002-00112000 Oss,p,,Dale and CakslEsbmraoeal-2012-0215-Nwy65,carnare els • s DIVISION 1 _ DIVISION2 DIVISION 3 TOTAL ITEM NO ITEM CODE ITEM DESCRIPTION UNIT UNIT PRICE QUANTITY SUBTOTAL QUANTITY SUBTOTAL QUANTITY SUBTOTAL QUANTITY TOTAL 61 2554-0206000 'VALVE.BUTTERFLY,DIP,16- EACH 5 2,500.00 •$ - 2 $ 5,000.00 S - 2 $ 5,000 00 62 2554-0207012 VALVE,GATE,DIP,12 EACH S_ 1.500.00 $ - 5 $ 7,500.00 $ - 5 $ 7,500.00 63 2554-0210201 FIRE HYDRANT ASSEMBLY.WM-201 EACH $ 9500.00 $ - 2 $ 7,000.00 $ _ - 2 $ 7,000.00 64 2599-9999005 REMOVAL OF FIRE HYDRANT EACH $ 500.00 $ - 2 $ 1,000.00 $ - 2 $ 1,000.00 65 2599-9999005 BUS STOP SHELTER,REMOVE AND REINSTALL EACH $ 5,000.00 $ - 1 $ 5,000.00 $ - 1 $ 5,000.00 66 2599-9999005 ,SUBDRAIN,CLEANOUTS,6IN.PVC,TYPE A-1 EACH $ 350.00 2 $ 700.00 $ - $ - 2 $ 700.00 67 2599-9999009 REMOVAL OF WATER MAIN LF $ 15.00 $ - 375 $ 5,625.00 $ - 375 $ 5625.00 68 2599-9999010 MODULAR BLOCK RETAINING WALL(HEAVY) LS $ 370,000.00 $ - 1 $ 370,000.00 $ - 1 $ 370,000.00 69 2599-9999010 INTERMEDIATE FOUNDATION FOR MODULAR BLOCK RETP LS $ 60,000.00 $ - 1 $ 60,000.00 $ - 1 $ 60,000.00 70 2599-9999010 REMOVAL OF EXISTING RETAINING WALL LS $ 15,000.00 $ - 1 $ 15,000.00 $ - 1 $ 15.000.00 71 2599-9999010 IT/TRAFFIC SIGNAL INTERCONNECT LS ~$ 35,000.00 $ - 1 $ 3.5,000.00 $ - 1 _ $ 35,000.00 72 2599-9999010 CONSTRUCTION EROSION CONTROL LS $ 5,000.00 0.5 $ 2,500.00 0.25 $ _ 1,250.00 0.25 $ 1,250.00 73 2601-2634150 MULCH,WOOD CELLULOSE FIBER ACRE $ 1,500.00 0.81 $ 1,215.00 $ - 0.69 $ 1,036-00 1.5 $ 2,250.00 74 2601-2636044 SEED+FERTILIZE(URBAN) ACRE $ 2,200.00 0.81 $ 1,782.00 $ 0.69 $ 1,518.00 1 1.5 $ 3,300.00 75 2601-2638352 SLOPE PROTECTION.WOOD EXCELSIOR SO $ 15.00 175 $ 2,625.00 $ - $ - 175 $ 2,625.00 76 2601-2642120 STABILIZE CROP-SEEDoFERTILIZE(URBAN) _ ACRE $ 1,500.00 0.81 3 1.215.00 $ - 0.69 $ 1,035.00 1.5 S 2,250.00 77 2602-0000020 SILT FENCE LF S 2.00 500 $ __1,000.00 $ - $ 500 S 1.000.00 78 2602-0000060 RAWL OF SILT FENCE LF S 0.50 500 $ 250.00 5 - S - 500 $ 250.00 79 2602-0000090 CLEAN-OUT OF SILT FENCE LF $ 1.00 500 S 50090 $ - $ - 500 $ 500.00 SUBTOTAL CONSTRUCTION $ 479,905.00 5 1016.325.00 5 290,920.00 5 1,782,150.00 • I TOTAL PROJECT COSTS $ 1.782,150.00 C•e) 1V CU.rrt r ah f.o? N r-il Fah Infrastructure and Eneronmenl,LLC 3950 River ILdge Ono.NE.Sate A Cedar RapEs.lava 52902 Oats Prepared:02,092012 Phare:319.365 8565 Page 2 Date Printed:2!15/2012 Fax:319.395.9631 X.12011E125111111002-00012000 Design Oats and CetcsVEstanaesbst-2012-0215-Hwy65ycanae.xls SPECIFICATIONS FOR U.S. HIGHWAY 6 AND SYCAMORE STREET INTERSECTION IMPROVEMENTS IOWA CITY, IOWA N :, l �ylid �ti 7.<; : r_ i l...i 1„: 'i M1 4.J FOTH INFRASTRUCTURE AND ENVIRONMENT LLC 3950 RIVER RIDGE DRIVE NE, SUITE A CEDAR RAPIDS, IOWA 52402 ``>>�„Iiiiiiii",, I hereby certify that this engineering document was prepared by me or under my .. ESSIO // direct direct personal supervision and that I am a duly licensed Professional Engineer �d •••.......••.,.�ti�iunder th ws of the St to of Iowa. // _`'�• •��'' � Date:Z//Sin_ _=c�: SCOTT K. �,� Scott K.Sovers, P.E. �' SOVERS �= License No.17141 17141 My renewal date is December 31, 2013 •� '}�'•., ••.•'�*�� Pages or sheets covered by this seal: •. /! OW 11�,\\`$ All babes /f!%/ TABLE OF CONTENTS U.S. HIGHWAY 6 AND SYCAMORE STREET INTERSECTION IMPROVEMENTS IOWA CITY, IOWA Page Number TITLE SHEET i �- 2 CERTIFICATIONSTABLE OF CONTENTS 713 NOTICE TO BIDDERS NTB-1 NOTE TO BIDDERS NB-1 FORM OF PROPOSAL FP-1 BID BOND BB-1 FORM OF AGREEMENT AG-1 PERFORMANCE AND PAYMENT BOND PB-1 STORM WATER DISCHARGE ASSOCIATED WITH INDUSTRIAL ACTIVITY FOR CONSTRUCTION ACTIVITIES SW-1 TARGETED SMALL BUSINESS (TSB) AFFIRMATIVE ACTION RESPONSIBILITIES ON NON-FEDERAL AID PROJECTS TSB-1 CONTRACT COMPLIANCE (ANTI-DISCRIMINATION REQUIREMENTS) CC-1 GENERAL CONDITIONS GC-1 SUPPLEMENTARY CONDITIONS SC-1 RESTRICTION ON NON-RESIDENT BIDDING ON NON-FEDERAL-AID PROJECTS R-1 TECHNICAL SECTION DIVISION 1 - GENERAL REQUIREMENTS Section 01025 Measurement and Payment 01025-1 Section 01090 Reference Standards 01090-1 Section 01310 Progress and Schedules 01310-1 Section 01570 Traffic Control and Construction Facilities 01570-1 DIVISION 2 - SITE WORK Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2009 DIVISION 3— SUPPLEMENTAL SPECIFICATIONS Section 02660 Water Distribution '1' 02660-1 --- Appendix A: Accepted Products for Water Distribution Materials --42660-A/ Appendix B: Water Main Testing Procedures ,;. -02260-B1 Section 02890 Traffic Signalization 02890-1 Section 17124 Traffic Signal / IT Interconnect 17124-1 Section 20000 Special Provision (Retaining Wall, Heavy) 20000-1 Section 30000 Special Provision (Retaining Wall Intermediate Foundation) 30000-1 APPENDIX GEOTECHNICAL REPORT NOTICE TO BIDDERS U.S. Highway 6 and Sycamore Street Intersection Improvements Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 10:00 A.M. on the 28`h day of March, 2012. Sealed proposals will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. - T Proposals received after this deadline will be :; —} r'n ' returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to C-) be held in the Emma J. Harvat Hall at 7:00 P.M. -., on the 3rd day of April, 2012, or at special meeting } called for that purpose. The Project will involve the following: ^� The construction of intersection improvements for U.S. Highway 6 and Sycamore Street. Project includes all materials, labor and equipment necessary for the completion of the project. Approximate project quantities include: 5,350 CY of excavation and embankment, 4,154 SY of 9" PCC and 10" PCC roadway pavement, 916 SY of 6" PCC sidewalk pavement, subdrain, storm sewer, 6 storm sewer structures, 910 LF of 12" water main, traffic signalization, 1435 TONS of 4" HMA Overlay, modular block retaining wall structure (heavy), pavement markings, erosion control, seeding, traffic control and miscellaneous related work. All work is to be done in strict compliance with the plans and specifications prepared by Foth Infrastructure and Environment, LLC, of Cedar Rapids, Iowa, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and mainte- nance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more NTB-1 bidders may be retained for a period of not to exceed fifteen (15) calendar days following award of the contract, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent(100%) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of `'- any kind caused directly or indirectly by the o� 1 r operation of the contract, and shall also guarantee -- 71 M the maintenance of the improvement for a period — of five (5) year(s) from and after its completion -=tc`) and formal acceptance by the City Council. ==--� -c' The following limitations shall apply to this Project: Specified Start Date: April 30th, 2012 • Completion Date: September 14th, 2012 Liquidated Damages: $500.00 per day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at the office of the City Engineer of Iowa City 410 East Washington Street, Iowa City, Iowa 52240, by bona fide bidders. A $75.00 refundable fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to: Treasurer of the City of Iowa City, Iowa. The refund will be issued if re-useable plans and specifications are returned to the City of Iowa City within two weeks of the bid opening. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Economic Development at (515) 242-4721 and the Iowa Department of Transportation Contracts Office at(515)239-1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcon- tract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully re- NTB-2 quired under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK O 6 eV C -11 rn ".1 L ry NTB-3 NOTE TO BIDDERS 1. The successful bidder and all subcontractors are required to submit at least 4 days prior to award three references involving similar projects, including at least one municipal reference. Award of the bid or use of specific subcontractors may be denied if sufficient favorable references are not verified or may be denied based on past experience on projects with the City of Iowa City. 2. References shall be addressed to the City Engineer and include th&n ne,-address and phone number of the contact person, for City verification. al , 3. Bid submittals are: C' Envelope 1: Bid Bond - d Envelope 2: Form of Proposal `. Envelope 3: Targeted Small Business (TSB) Pre-Bid Contact Information NB-1 FORM OF PROPOSAL U.S. HIGHWAY 6 AND SYCAMORE STREET INTERSECTION IMPROVEMENTS CITY OF IOWA CITY NOTICE TO BIDDERS: PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED IN THE BOUND VOLUME OF THE SPECIFICATIONS. SEPARATE COPIES OF THIS PROPOSAL ARE CONTAINED WITHIN THE BACK COVER OF THIS DOCUMENT. ` a Name of Bidder Address of Bidder -..i rid TO: City Clerk City of Iowa City City Hall 410 E. Washington St. Iowa City, IA 52240 The undersigned bidder submits herewith bid security in the amount of $ , in accordance with the terms set forth in the "Project Specifications." The undersigned bidder, having examined and determined the scope of the Contract Documents, hereby proposes to provide the required labor, services, materials and equipment and to perform the Project as described in the Contract Documents, including Addenda , and , and to do all work at the prices set forth herein. We further propose to do all "Extra Work" which may be required to complete the work contemplated, at unit prices or lump sums to be agreed upon in writing prior to starting such work. FP-1 SCHEDULE OF PRICES EXTENDED EM NO. ITEM CODE DESCRIPTION UNIT TOTAL UNIT COST PRICE 1 2102-0425071 SPECIAL BACKFILL CY 354 $ $ 2 2102-2710070 EXCAVATION,CL 10 RDWY+BORROW CY 5,350 $ _ $ 3 2102-2710080 EXCAVATION,CL 10,UNSUIT/UNSTABLE MAT'L CY 500 $ $ 4 2105-8425015 TOPSOIL,STRIP,SALVAGE+SPREAD CY 536 $ $ 5 2115-0100000 MODIFIED SUBBASE CY 525 $ _ $ 6 2122-5500060 PAVED SHLD,HMA,6" SY 2,192 $ $ 7 2123-7450020 SHLD FINISH,EARTH STA 20 $ r3 8 2212-5070310 PATCH,FULL-DEPTH REPAIR SY 150 $ 2 CID 9 2212-5070330 PATCH BY COUNT(REPAIR) EACH 10 $ L.::C) 1 s4 10 2301-1033090 STD/S-F PCC PAVT,CL CCL 3,9" SY 2,101 $_ ya.-d L3 -_.... 11 2301-1033100 STD/S-F PCC PAVT,CL CCL 3,10" SY 2,053 $ ('") 12 2301-4875006 MEDIAN,PCC,6" SY 225 $ Imo- $ �-y� 13 2301-6911722 PCC PAVT SAMPLE LS 1 $ 4 f Cmµ. Fo 14 2301-7000110 PAY ADJ I/D-PCC PAVT THICKNESS EACH 1 $ - -_____t 15 2303-0041500 HMA(3M ESAL)BASE,1/2" TON 334 $ `' r43 16 2303-0042500 HMA(3M ESAL)INTERMEDIATE,1/2" TON 534 $ id 17 2303-0043503 HMA(3M ESAL)SURF,1/2",FRIC L-3 TON 587 $ _ $ 18 2303-0245000 ASPH BINDER,PG 64-28 TON 87 $ $ 19 2303-6911000 HMA PAVT SAMPLE LS 1 $ $ 20 2303-9093010 HMA,DRIVEWAY SY 808 $ $ 21 2317-7000110 PAY ADJ I/D-PCC PAVT SMOOTHNESS EACH 1 $ $ 22 2401-6750001 REMVL LS 1 $ $ 23 2414-6460000 ORNAMENTAL METAL RAIL LF 626 $ $ 24 2416-0100024 APRON,CONC,24" EACH 1 $ $ 25 2430-0000100 MODULAR BLOCK RETAIN WALL SF 30 $ $ 26 2435-0140148 MANHOLE,STORM SWR,SW-401,48' EACH 1 $ $ 27 2435-0250700 INTAKE,SW-507 EACH 2 $ $ 28 2435-0250800 INTAKE,SW-508 EACH 2 $ $ 29 2435-0250804 INTAKE,SW-508,TOP AND INSERT ONLY EACH 1 $ $ 30 2502-8212036 SUBDRAIN,LONGITUDINAL,(SHLD)6" LF 3,308 $ , $ 31 2502-8220193 SUBDRAIN OUTLET(RF-19C) EACH 1 $ $ 32 2502-8220196 SUBDRAIN OUTLET(RF-19E) EACH 8 $ $ 33 2503-0114215 STORM SWR G-MAIN,TRENCHED,RCP 2000D,15" LF 11 $ $ 34 2503-0114224 STORM SWR G-MAIN,TRENCHED,RCP 2000D,24" LF 64 $ $ 35 2507-6800061 REVETMENT,CLASS E TON 18 $ $ 36 2510-6745850 RMVL OF PAVT SY 1,948 $ $ 37 2511-6745900 RMVL OF SIDEWALK SY 480 $ $ 38 2511-7526004 SIDEWALK,PCC,4" SY 22 $ _ $ 39 2511-7526006 SIDEWALK,PCC,6" SY 916 $ $ 40 2511-7528100 DETECTABLE WARNING-CURB RAMP SF 84 $ $ 41 2512-1725256 CURB+GUTTER,PCC,2.5' LF 736 $ $ 42 2512-1725306 CURB+GUTTER,PCC,3.0' LF 450 $ $ 43 2515-2475007 DRIVEWAY,PCC,7" SY 253 $ $ 44 2515-6745600 RMVL OF PAVED DRIVEWAY SY 1,236 $ $ 45 2518-6910000 SAFETY CLOSURE EACH 2 $ $ 46 2519-3300600 FENCE,SAFETY LF 750 $ $ 47 2525-0000100 TRAFFIC SIGNALIZATION LS 1 $ $ 48 2525-0000120 RMVL OF TRAFFIC SIGNALIZATION LS 1 $ $ 49 2528-8285000 CONSTRUCTION SURVEY LS 1 $ $ FORM OF PROPOSAL FP-2 SCHEDULE OF PRICES EXTENDED TEM NO, ITEM CODE DESCRIPTION UNIT TOTAL UNIT COST PRICE 50 2.527-9263109 PAINTED PAVT MARK,WATERBORNE/SOLVENT STA 14.8 $ $ 51 2527-9263117 PAINTED PAVT MARK,DURABLE STA 108.6 $ $ 52 2527-9263138 PAINTED SYMBOL+LEGEND EACH 3 $ $ 53 2527-9263143 PAINTED SYMBOL+LEGEND,DURABLE EACH 15 $ $ 54 2528-8445110 TRAFFIC CONTROL LS 1 $ $ 55 2528-8445113 FLAGGER EACH 20 $ $ 56 2533-4980005 MOBILIZATION LS 1 $ $ 57 2542-1006010 CRACK&JOINT CLEAN&SEAL(PCC PAVT) MILE 0.42 $ r 58 , 2542-1007000 SEALER MATERIAL(PCC PAVT) LB 1,975 $ 59 2554-0112012 WATER MAIN,TRENCHED,DIP,12' LF 910 $ r..., 60 2554-0203000 FITTINGS BY WEIGHT,DI LB 1,112 $ 7' 61 2554-0206000 VALVE,BUTTERFLY,DIP,16" EACH 2 $ 2-< 62 2554-0207012 VALVE,GATE,DIP,IT EACH 5 $ 7._�� $ ._ 83 2554-0210201 FIRE HYDRANT ASSEMBLY,WM-201 EACH 2 $ i�"1 74. i fl 64 2599-9999005 REMOVAL OF FIRE HYDRANT EACH 2 $ ' $ .1. 65 2599-9999005 BUS STOP SHELTER,REMOVE AND REINSTALL EACH 1 $ - f\_,$ 66 2599-9999005 SUBDRAIN,CLEANOUTS,6 IN.PVC,TYPE A-1 EACH 2 $ 1--D$ 67 2599-9999009 REMOVAL OF WATER MAIN LF 375 $ $ 68 2599-9999010 MODULAR BLOCK RETAINING WALL(HEAVY) LS 1 $ $ 69 2599-999910 INTERMEDIATE FOUNDATION FOR MODULAR BLOCK WP LS 1 $ $ • 70 2599-9999010 REMOVAL OF EXISTING RETAINING WALL LS 1 $ $ 71 2599-9999010 IT/TRAFFIC SIGNAL INTERCONNECT LS 1 $ $ 72 2599-9999010 CONSTRUCTION EROSION CONTROL LS 1 $ $ 73 2601-2634150 MULCH,WOOD CELLULOSE FIBER ACRE 1.5 $ $ 74 2601-2636044 SEED+FERTILIZE(URBAN) ACRE 1.5 $ $ 75 2601-2638352 SLOPE PROTECTION,WOOD EXCELSIOR SQ 175 $ $ 76 2601-2642120 STABILIZE CROP-SEED+FERTILIZE(URBAN) ACRE 1.5 $ $ 77 2602-0000020 SILT FENCE LF 500 $ $ 78 2602-0000060 RMVL OF SILT FENCE LF 500 $ $ 79 2602-0000090 CLEAN-OUT OF SILT FENCE LF 500 $ $ $ $ $ $ TOTAL BASE BID OF ITEMS: $ FORM OF PROPOSAL FP-3 The names of those persons, firms, companies or other parties with whom we intend to enter into a subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract, are as follows: y ' 1 ■ r NOTE: All subcontractors are subject to approval by City. The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connection with any other person or persons bidding on the work. The undersigned bidder states that this proposal is made in conformity with the Contract Documents and agrees that, in the event of any discrepancies or differences between any conditions of this proposal and the Contract Documents prepared by the City of Iowa City, the more specific shall prevail. FIRM: By: (Printed Name) (Title) (Business Address) (Bidders Phone Number(s) (Bidders FAX Number(s)) (Bidders Federal Tax I.D. Number) FP-4 BID BOND , as Principal, and as Surety declare that we are held and are firmly bound unto the City of Iowa City, Iowa, hereinafter called "OWNER," in the sum of Dollars ($ ) to pay said sum as herein provided. We as Principal and Surety further promise and declare that these obligations shall bind our heirs, executors, administrators, and successors jointly and severally. This o15Iiiation is conditioned on the Principal submission of the accompanying bid, dated for Project. -' -77 in NOW, THEREFORE, -- ' (a) If said Bid shall be rejected, or in the alternate, • r.� (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified, and the Principal shall then furnish a bond for the Principal's faithful performance of said Project, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Project, as agreed to by the City's acceptance of said Bid, then this obligation shall be void. Otherwise this obligation shall remain in full force and effect, provided that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the amount of the obligation stated herein. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in the event that the Principal fails to execute the contract and provide the bond, as provided in the Project specifications or as required by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall in no way be impaired or affected by any extension of the time within which the Owner may accept such Bid or may execute such contract documents, and said Surety does hereby waive notice of any such time extension. The Principal and the Surety hereto execute this bid bond this day of , A.D., 20 . (Seal) Witness Principal By (Title) (Seal) Surety By Witness (Attorney-in-fact) Attach Power-of-Attorney BB-1 FORM OF AGREEMENT THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ("City"), and ("Contractor"). Whereas the City has prepared certain plans, specifications, proposal and bid documents dated the day of , 20 , for the Q P } Project ("Project"), and r e ; —4 zj.:y Whereas, said plans, specifications, proposal and bid documents accurately, and fully describe the terms and conditions upon which the Contractor is willing to perform the Project.' NOW, THEREFORE, IT IS AGREED: 1. The City hereby accepts the attached proposal and bid documents of the Contractor for the Project, and for the sums listed therein. 2. This Agreement consists of the following component parts which are incorporated herein by reference: a. Addenda Numbers ; b. "Standard Specifications for Highway and Bridge Construction," Series of 2009, Iowa Department of Transportation, as amended; c. Plans; d. Specifications and Supplementary Conditions; e. Notice to Bidders; f. Note to Bidders; g. Performance and Payment Bond; h. Restriction on Non-Resident Bidding on Non-Federal-Aid Projects; Contract Compliance Program (Anti-Discrimination Requirements); j. Proposal and Bid Documents; and k. This Instrument. The above components are deemed complementary and should be read together. In the event of a discrepancy or inconsistency, the more specific provision shall prevail. AG-1 3. The names of subcontractors approved by City, together with quantities, unit prices, and extended dollar amounts, are as follows (or shown on an attachment): • 4. Payments are to be made to the Contractor in accordance with the Supplementary Conditions. DATED this day of , 20 City Contractor By By (Title) Mayor ATTEST: ATTEST: (Title) City Clerk (Company Official) Approved By: City Attorney's Office AG-2 PERFORMANCE AND PAYMENT BOND , as (insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and _ (insert the legal title of the Surety) , as Surety, hereinafter called the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter called the Owner, in the amount of Dollars ($ ) for the payment for which Contractor did Surety hereby bind themselves, their heirs, executors, administrators, successors and assigns;jbintly acid — severally. r -v M WHEREAS, Contractor has, as of , entered into a • (date) written Agreement with Owner for Project; and WHEREAS, the Agreement requires execution of this Performance and Payment Bond, to be completed by Contractor, in accordance with plans and specifications prepared by , which Agreement is by reference made a part hereof, and the agreed-upon work is hereafter referred to as the Project. NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION are such that, if Contractor shall promptly and faithfully perform said Agreement, then the obligation of this bond shall be null and void; otherwise it shall remain in full force and effect until satisfactory completion of the Project. A. The Surety hereby waives notice of any alteration or extension of time made by the Owner. B. Whenever Contractor shall be, and is declared by Owner to be, in default under the Agreement, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 1. Complete the Project in accordance with the terms and conditions of the Agreement, or 2. Obtain a bid or bids for submission to Owner for completing the Project in accordance with the terms and conditions of the Agreement; and upon determina- tion by Owner and Surety of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available, as work progresses (even though there may be a default or a succession of defaults under the Agreement or subsequent contracts of completion arranged under this paragraph), sufficient PB-1 funds to pay the cost of completion, less the balance of the Contract Price, but not exceeding the amount set forth in the first paragraph hereof. The term "balance of the Contract Price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Agreement, together with any addenda and/or amendments thereto, less the amount properly paid by Owner to Contractor. C. The Contractor and Contractor's Surety shall be obligated to keep the improvements covered by this bond in good repair for a period of ( years from the date of formal acceptance of the improvements by the Owner. - D. No right of action shall accrue to or for the use of any person, corporation oLthird`p tty other than the Owner named herein or the heirs, executors, administrators or success9rs of Owner. IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, in accordance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, firms or corporations having contracts directly with the Principal, including any of Principal's subcontrac- tors, all claims due them for labor performed or materials furnished in the performance of the Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of Iowa, are a part of this bond to the same extent as if it were expressly set out herein. SIGNED AND SEALED THIS DAY OF , 20 IN THE PRESENCE OF: (Principal) Witness (Title) (Surety) Witness (Title) (Street) (City, State, Zip) (Phone) PB-2 Storm Water Discharge Associated With Industrial Activity ,�, For Construction Activities ' coo City Project County Project Number Certification Statement "I certify under penalty of law that I understand the terms and conditions of the general National Pollutant Discharge Elimination System (NPDES) permit that authorizes the storm water discharges associated with industrial activity from the construction site as part of this certification. Further, by my signature, I understand that I am becoming a co-permittee, along with the owner(s) and other contractors and subcontractors signing such certifications, to the Iowa Department of Natural Resources NPDES General Permit No. 2 for "Storm Water Discharge Associated with Industrial Activity for Construction Activities" at the identified site. As a co-permittee, I understand that I, and my company, are legally required under the Clean Water Act and the Code of Iowa, to ensure compliance with the terms and conditions of the storm water pollution prevention plan developed under this NPDES permit and the terms of this NPDES permit." Name Type, Stamp or Print Legibly Title Company Name Address Telephone Number Signed By Date (president, vice-president, general partner of proprietor) SW-1 Targeted Small Business (TSB) Affirmative Action Responsibilities on Non-Federal-aid Projects (Third-party State-Assisted Projects) 1. TSB DEFINITION A TSB is a small business, as defined by Iowa Code Section 15.102(5), which i ,51% or more owned, operated and actively managed by one or more women, minority persons or persons with a disability. Generally this is a for-profit small business enterprise unde_r� single management, is located in Iowa and has an annual gross income of fesSlhan 3-- million dollars computed as an average of the three preceding fiscal years. 7.7 .,1,1 2. TSB REQUIREMENTS . In all State-assisted projects made available through the Iowa Department of Transportation, local governments have certain affirmative action requirements to encourage and increase participation of disadvantaged individuals in business enterprises. These requirements are based on Iowa Code Section 19B.7 and 541 Iowa Administrative Code Chapter 4. These requirements supersede all existing TSB regulations, orders, circulars and administrative requirements. A TSB goal has not be been established for this project. 3. TSB DIRECTORY INFORMATION Available from:Iowa Department of Inspections and Appeals Targeted Small Business Lucas Building Des Moines, IA 50319 Phone: 515-281-7102 Website: http://dia.iowa.gov/page7.html 4. THE CONTRACTOR'S TSB POLICY The contractor is expected to promote participation of disadvantaged business enterprises as suppliers, manufactures and subcontractors through a continuous, positive, result- oriented program. Therefore the contractor's TSB policy shall be: It is the policy of this firm that Targeted Small Business (TSB) concerns shall have the maximum practical opportunity to participate in contracts funded with State- assisted funds which are administered by this firm (e.g. suppliers, manufactures and subcontractors). The purpose of our policy is to encourage and increase the TSB participation in contracting opportunities made available by State-assisted programs. 5. CONTRACTOR SHALL APPOINT AN EQUAL EMPLOYMENT OPPORTUNITY (EEO) OFFICER The contractor shall designate a responsible person to serve as TSB officer to fulfill the contractors affirmative action responsibilities. This person shall have the necessary statistics, funding, authority and responsibility to carry out and enforce the firm's EEO TSB-1 policy. The EEO officer shall be responsible for developing, managing and implementing the program on a day-to-day basis. The officer shall also: A. For current TSB information, contact the Iowa Department of Inspections=_and Appeals (515-281-7102)to identify potential material suppliers, rnanufactUres ana, contractors. B. Make every reasonable effort to involve TSBs by soliciting quotations frd?t1 then and incorporating them into the firm's bid. • C. Make every reasonable effort to establish systematic written and verbal contact with those TSBs having the materials or expertise to perform the work to be subcontracted, at least two weeks prior to the time quotations are to be submitted. Maintain complete records of negotiation efforts. D. Provide or arrange for assistance to TSBs in seeking bonding, analyzing plans/specifications or other actions that can be viewed as technical assistance. E. Ensure the scheduled progress payments are made to TSBs as agreed in subcontract agreements. F. Require all subcontractors and material suppliers to comply with all contract equal opportunity and affirmative action provisions. 6. COUNTING TSBs PARTICIPATION ON A PROJECT TSBs are to assume actual and contractual responsibilities for provision of materials/supplies, subcontracted work or other commercially useful function. A. The bidder may count: (1) Planned expenditures for materials/supplies to be obtained from TSB suppliers and manufacturers; or (2) Work to be subcontracted to a TSB; or (3) Any other commercially useful function. B. The contractor may count: (1) 100% of an expenditure to a TSB manufacturer that produces/supplies goods manufactured from raw materials. (2) 60% of an expenditure to TSB suppliers that are not manufacturers; provided the suppliers perform a commercially useful function in the supply process. (3) Only those expenditures to TSBs that perform a commercially useful function in the work of a contract, including those as a subcontractor. (4) Work the Contracting Authority has determined that it involves a commercially useful function. The TSB must have a necessary and useful role in the transaction of a kind for which there is a market outside the context of the TSB program. For example, leasing equipment or purchasing materials from the prime contractor would not count. TSB-2 7. REQUIRED DATA, DOCUMENTS AND CONTRACT AWARD PROCEDURES FROM BIDDERS/CONTRACTORS FOR PROJECTS WITH ASSIGNED GOALS A. Bidders Bidders who fail to demonstrate reasonable positive efforts may be declared ineligible to be awarded the contract. Bidders shall complete the"bidding -- documents plus a separate form called "TSB Pre-Bid Contact Informatiorj". TM" form includes: (1) Name(s) of the TSB(s) contacted regarding subcontractable items. (2) Date of the contract. --. (3) Whether or not a TSB bid/quotation was received. (4) Whether or not the TSB's bid/quotation was used. (5) The dollar amount proposed to be subcontracted. B. Contractors Using Quotes From TSBs Use those TSBs whose quotes are listed in the "Quotation Used in Bid" column along with a "yes" indicated on the Pre-bid Contact Information form. C. Contractors NOT Using Quotes From TSBs If there are no TSBs listed on the Pre-bid Contract Information form, then the contractor shall document all efforts made to include TSB participation in this project by documenting the following: (1) What pre-solicitation or pre-bid meetings scheduled by the contracting authority were attended? (2) Which general news circulation, trade associations and/or minority-focused media were advertised concerning the subcontracting opportunities? (3) Were written notices sent to TSBs that TSBs were being solicited and was sufficient time allowed for the TSBs to participate effectively? (4) Were initial solicitations of interested TSBs followed up? (5) Were TSBs provided with adequate information about the plans, specifications and requirements of the contract? (6) Were interested TSBs negotiated with in good faith? If a TSB was rejected as unqualified, was the decision based on an investigation of their capabilities? (7) Were interested TSBs assisted in obtaining bonding, lines of credit or insurance required by the contractor? (8) Were services used of minority community organization, minority contractors groups; local, State and Federal minority business assistance offices or any other organization providing such assistance. The above documentation shall remain in the contractor's files for a period of three (3) years after the completion of the project and be available for examination by the Iowa Department of Inspections and Appeals. TSB-3 8. POSITIVE EFFORT DOCUMENTATION WHEN NO GOALS ARE ASSIGNED Contractors are also required to make positive efforts in utilizing TSBs lid all State- assisted projects which are not assigned goals. Form "TSB; Pred Contact Information" is required to be submitted with bids on all projects.:_tf_there is no =TSB participation, then the contractor shall comply with section 7C. of th dbcurrient ortra to the contract award. :<0z TSB-4 Form 730007WP 7-97 Contractor Page# Project# TARGETED SMALL BUSINESS (TSB) PRE-BID CONTACT INFORMATION County City (To Be Completed By All Bidders Per The Current Contract Provision) In order for your bid to be considered responsive, you are required to provide information on this form showing your Targeted Small Business contacts made with your bid submission. This information is subject to verification and confirmation. In the event it is determined that the Targeted Small Business goals are not met, then before awarding the contract, the Contracting Authority will make a determination as to whether or not the apparent successful low bidder made good faith efforts to meet the goals. NOTE: Every effort shall be made to solicit quotes or bids on as many subcontractable items as necessary to achieve the established goals. If a TSB's quote is used in the bid, it is assumed that the firm listed will be used as a subcontractor. A TSB goal has not been established for this project. TABLE OF INFORMATION SHOWING BIDDERS PRE-BID TARGETED SMALL BUSINESS(TSB)CONTACTS SUBCONTRACTOR TSB DATES QUOTES RECEIVED QUOTATION USED IN BID CONTACTED YES/ DATES YES/ DOLLAR AMT. PROPOSED NO CONTACTED NO TO BE SUBCONTRACTED .. ..1 L Total dollar amount proposed to be subcontracted to TSB on this project$ List items by name to be subcontracted: TSB-5 UTILIZATION OF TARGETED SMALL BUSINESS (TSB) ENTERPRISES ON NON-FEDERAL AID PROJECTS (THIRD-PARTY STATE-ASSISTED PROJECTS) In accordance with Iowa Code Section 198.7 and 541 Iowa Administrative Code (IAC) Chapter 4, it is the policy of the Iowa Department of Transportation (Iowa DOT) that Targeted Small Business (TSB)enterprises shall have the maximum practicable opportunity to participate-in the N performance of contracts financed in whole or part with State funds. c-) -r, - =a c7 _ Under this policy the Recipient shall be responsible to make a positive effort to:solicit bids or proposals from TSB firms and to utilize TSB firms as contractors or consultants. .The Recipient' shall also ensure that the contractors or consultants make positive efforts to utilize TSB firms-as subcontractors, subconsultants, suppliers, or participants in the work covered by this agteemetit. The Recipient's "positive efforts" shall include, but not be limited to: 1. Obtaining the names of qualified TSB firms from the Iowa Department of Inspections and Appeals (515-281-7102)or from its website at: http://dia.iowa.gov/page7.html. 2. Notifying qualified TSB firms of proposed projects involving State funding. Notification should be made in sufficient time to allow the TSB firms to participate effectively in the bidding or request for proposal (RFP) process. 3. Soliciting bids or proposals from qualified TSB firms on each project, and identifying for TSB firms the availability of subcontract work. 4. Considering establishment of a percentage goal for TSB participation in each contract that is a part of this project and for which State funds will be used. Contract goals may vary depending on the type of project, the subcontracting opportunities available, the type of service or supplies needed for the project, and the availability of qualified TSB firms in the area. 5. For construction contracts: a) Including in the bid proposals a contract provision titled "TSB Affirmative Action Responsibilities on Non-Federal Aid Projects (Third-Party State-Assisted Projects)" or a similar document developed by the Recipient. This contract provision is available on-line at: http://www.dot.state.ia.us/local_systems/publications/tsb_contract provision.pdf b) Ensuring that the awarded contractor has and shall follow the contract provisions. 6. For consultant contracts: a) Identifying the TSB goal in the Request for Proposal (RFP), if one has been set. b) Ensuring that the selected consultant made a positive effort to meet the established TSB goal, if any. This should include obtaining documentation from the consultant that includes a list of TSB firms contacted; a list of TSB firms that responded with a TSB-6 subcontract proposal; and, if the consultant does not propose to use a TSB firm that submitted a subcontract proposal, an explanation why such a TSB firm will not be used. The Recipient shall provide the Iowa DOT the following documentation: 1. Copies of correspondence and replies, and written notes of personal and/or telephone contacts with any TSB firms. Such documentation can be used to demonstrate e Recipient's positive efforts and it should be placed in the general project_fle. ^' c .> rn rn 2. Bidding proposals or RFPs noting established TSB goals, if any. I�, _- a) The attached "Checklist and Certification." This form shall be filled out uporn completion of each project and forwarded to: Iowa Department of Transportation, EEO Administrator, Office of Contracts, 800 Lincoln Way, Ames, IA 50010. TSB-7 CHECKLIST AND CERTIFICATION For the Utilization of Targeted Small Businesses (TSB) On Non-Federal-aid Projects (Third-Party State-Assisted Projects) Recipient: Project Number: County: Agreement Number: 1. Were the names of qualified TSB firms obtained from the Iowa Department of Inspections and Appeals? ❑ YES L- NO If no, explain c� N -1 2. Were qualified TSB firms notified of project? YES ❑ NO --4 w -� If yes, by ❑ letter, l I telephone, ❑ personal contact, or H 1 other(specify) If no, explain 3. Were bids or proposals solicited from qualified TSB firms? H YES NO If no, explain 4. Was a goal or percentage established for TSB participation? ❑ YES ❑ NO If yes, what was the goal or percentage? If no, explain why not: 5. Did the prime contractor or consultant use positive efforts to utilize TSB firms on subcontracts? ❑ YES ❑ NO If no, what action was taken by Recipient? Is documentation in files? ❑ YES C'• NO 6. What was the dollar amount reimbursed to the Recipient from the Iowa Department of Transportation? $ What was the final project cost? $ What was the dollar amount performed by TSB firms? $ Name(s) and address(es)of the TSB firm(s) (Use additional sheets if necessary) Was the goal or percentage achieved? YES C NO If no, explain As the duly authorized representative of the Recipient, I hereby certify that the Recipient used positive efforts to utilize TSB firms as participants in the State-assisted contracts associated with this project. Title Signature Date TSB-8 FIL D E� 21312 FEB 17 PH 3: 30 CITY CLEI , E IOW} CITY, IM'j. L D) 0 L Om War -mg ‘11. "i") 14'4 0 "F o va � : af { E 0 V SECTION I -GENERAL POLICY STATEMENT It is the policy of the City of Iowa City to require equal employment opportunity in all City contract work. This policy prohibits discrimination by the City's contractors, consultants and vendors and requires them to ensure that applicants seeking employment with them and their employees are treated equally without regard to race, color, creed, religion, national origin, sex, gender identity, sexual orientation, disability, marital status, and age. 0 \ It is the City's intention to assist employers, who are City contractors, vendors or consultants;in designing and implementing equal employment opportunity so that all citizens will be afforded equal accessibilit5i isind opportunity to gain and maintain employment. r-= PROVISIONS: ? rria 1. All contractors, vendors, and consultants requesting to do business with the City mist submit an Equal Opportunity Policy Statement before the execution of the contract. 2. All City contractors, vendors, and consultants with contracts of$25,000 or more (or less if required by another governmental agency) must abide by the requirements of the City's Contract Compliance Program. Emergency contracts may be exempt from this provision at the discretion of the City. Regardless of the value of the contract, all contractors, vendors, and consultants are subject to the City's Human Rights Ordinance, which is codified at Article 2 of the City Code. 3. Contracting departments are responsible for assuring that City contractors, vendors, and consultants are made aware of the City's Contract Compliance Program reporting responsibilities and receive the appropriate reporting forms. A notification of requirements will be included in any request for proposal and notice of bids. 4. Prior to execution of the contract, the completed and signed Assurance of Compliance (located on pages CC-2 and CC-3)or other required material must be received and approved by the City. 5. Contracting departments are responsible for answering questions about contractor, consultant and vendor compliance during the course of the contract with the City. 6. All contractors, vendors, and consultants must refrain from the use of any signs or designations which are sexist in nature, such as those which state "Men Working" or "Flagman Ahead," and instead use gender neutral signs. 7. All contractors, vendors, and consultants must assure that their subcontractors abide by the City's Human Rights Ordinance. The City's protected classes are listed at Iowa City City Code section 2-3-1. CC-1 SECTION II -ASSURANCE OF COMPLIANCE The following sets forth the minimum requirements of a satisfactory Equal Employment Opportunity Program which will be reviewed for acceptability. PLEASE RETURN PAGES CC2 AND CC3 OF THIS SECTION TO THE CONTRACTING DEPARTMENT PRIOR TO THE EXECUTION OF THE CONTRACT. With respect to the performance of this contract, the contractor, consultant or vendor agrees as follows: (For the purposes of these minimum requirements, "contractor" shall include consultants art,*vendors.) 1. The contractor will not discriminate against any employee or applicant for empIoymentand will take affirmative efforts to ensure applicants and employees are treated during employmentwithout regard to their race, color, creed, religion, national origin, sex, sexual orientation, ger der ideii ty, disability, marital status, and age. Such efforts shall include, but not be limited to the fotlowing,employment, promotion, demotion, or transfer; recruitment or recruitment advertising; layoffortermination;raths of pay or other forms of compensation; and selection for training, including apprenticeship _ 2. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that it is an equal opportunity employer. Note: Contracts that are federally funded are subject to Executive Order No. 11246, as amended, and the regulations (see generally 29 U.S.C. § 1608 et seq.) and relevant orders of the U.S. Secretary of Labor. The Secretary of Labor, and not the City, enforces said regulations and orders. 3. Provide a copy of your written Equal Employment Opportunity policy statement. Where is this statement posted? 4. What is the name, telephone number and address of your business' Equal Employment Opportunity Officer? (Please print) Phone number Address 5. The undersigned agrees to display, in conspicuous places at the work site, all posters required by federal and state law for the duration of the contract. NOTE: The City can provide assistance in obtaining the necessary posters. CC-2 6. How does your business currently inform applicants, employees, and recruitment sources (including unions)that you are an Equal Employment Opportunity employer? The above responses to questions 1 through 6, are true and correctly reflect our Equal Employment Opportunity policies. Business Name Phone Number G m Signature Title .. _ r.— -nfrl Print Name Date = -- u1 CC-3 SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES 1. COMPANY POLICY Determine your company's policy regarding equal employment opportunities. Document the policy and post it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all potential sources of employees and to your subcontractors asking their cooperation. The policy statement should recognize and accept your responsibility to provide equal employment opportunity in all your employment practices. In regard to dissemination of this policy, this can be done, for example, through the use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web page postings, employee handbooks, and advertising. 2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of administering and promoting your company's Equal Employment Opportunity program. This person should have a position in your organization which emphasizes the importance of the program. 3. INSTRUCT STAFF Your staff should be aware of and be required to abide by your Equal Employmentdppot unity`prjgram. All employees authorized to hire, supervise, promote, or discharge employees or aril tnvolvdd in such actions should be trained and required to comply with your policy and the current equal empl_oymenn•piportunity laws. -73 4. RECRUITMENT (a) Let potential employees know you are an equal opportunity employer. This can be done by identifying yourself on all recruitment advertising as "an equal opportunity employer". (b) Use recruitment sources that are likely to yield diverse applicant pools. Word-of-mouth recruitment will only perpetuate the current composition of your workforce. Send recruitment sources a letter annually which reaffirms your commitment to equal employment opportunity and requests their assistance in helping you reach diverse applicant pools. (c) Analyze and review your company's recruitment procedures to identify and eliminate discriminatory barriers. (d) Select and train persons involved in the employment process to use objective standards and to support equal employment opportunity goals. (e) Review periodically job descriptions to make sure they accurately reflect major job functions. Review education and experience requirements to make sure they accurately reflect the requirements for successful job performance. (f) Review the job application to insure that only job related questions are asked. Ask yourself "Is this information necessary to judge an applicant's ability to perform the job applied for?" Only use job-related tests which do not adversely affect any particular group of people. (g) Monitor interviews carefully. Prepare interview questions in advance to assure that they are only job related. Train your interviewers on discrimination laws. Biased and subjective judgments in personal interviews can be a major source of discrimination. (h) Improve hiring and selection procedures and use non-biased promotion, transfer and training policies to increase and/or improve the diversity of your workforce representation. Companies must make sure procedures for selecting candidates for promotion, transfer and training are based upon a fair assessment of an employee's ability and work record. Furthermore, all companies should post and otherwise publicize all job promotional opportunities and encourage all qualified employees to bid on them. CC-4 4` - City OA 1114 C` ry Attached for your information is a copy of Section 2 — 3 — 1 of the Iowa City Code of Ordinances which prohibits certain discriminatory - practices in employment. Please note that the protected -Drn characteristics include some not mandated for protection by Federal or State law. As a contractor, consultant or vendor doing business with the City of Iowa City you are required to abide by the provisions of the local ordinance in conjunction with your performance under a contract with the City. CC-5 2-3-1 2-3-1 CHAPTER 3 DISCRIMINATORY PRACTICES SECTION: C. It shall be unlawful for any employer, employment agency, labor organize- 2-3-1: Employment; Exceptions tion or the employees or members 2-3-2: Public Accommodation; thereof to directly or indirectly adver- Exceptions tise or in any other manner indicate or 2-3-3: Credit Transactions; Exceptions publicize that individuals are unwel- 2-3-4: Education come, objectionable or not solicited 2-3-5: Aiding Or Abetting; Retaliation; for employment or membership be Intimidation cause of age, color, Creed; disability, gender identity, marital status, nation- al origin, race, religion, sex or sexual orientation. (Ord. 95-3697, 11-7-1995) 2-3-1: EMPLOYMENT; EXCEPTIONS: D. Employment policies relating to preg- A. It shall be unlawful for any employer nancy and childbirth shall be governed to refuse to hire, accept, register, by the following: classify, upgrade or refer for employ- ment, or to otherwise discriminate in 1. A written or unwritten employment employment against any other person policy or practice which excludes from or to discharge any employee be- employment applicants or employees cause of age, color, creed, disability, because of the employee's pregnancy gender identity, marital status, nation- is a prima facie violation of this Title. al origin, race, religion, sex or sexual orientation. 2. Disabilities caused or contributed to by the employee's pregnancy, miscar- B. It shall be unlawful for any labor orga- riage, childbirth and recovery there- nization to refuse to admit to member- from are, for all Job-related purposes, ship, apprenticeship or training an temporary disabilities and shall be applicant, to expel any member, or to treated as such under any health or otherwise discriminate against any temporary disability insurance or sick applicant for membership, apprentice- leave plan available in connection with ship or training or any member in the employment or any written or unwrit- privileges, rights or benefits of such ten employment policies and practices membership, apprenticeship or train- involving terms and conditions of ing because of age, color, creed, employment as applied to other tern- disability, gender identity, marital porary disabilities. status, national origin, race, religion, sex or sexual orientation of such ap- E. It shall be unlawful for any person to plicant or member. solicit or require as a condition of employment of any employee or pro- 897 Iowa City CC-6 2-3-1 2-3-1 spective employee a test for the pres- 2. An employer or employment agency ence of the antibody to the human which chooses to offer employment or immunodeficiency virus. An agree- advertise for employment to only the ment between an employer, employ- disabled or elderly. Any such employ- ment agency, labor organization or ment or offer of employment shall not their employees, agents or members discriminate among the disabled or and an employee or prospective em- elderly on the basis of age, color, ployee concerning employment, pay creed, disability, gender identity, mari- or benefits to an employee or pro- tal status, national origin, race, reli- spective employee in return for taking gion, sex or sexual orientation. (Ord. a test for the presence of the antibody 95-3697, 11-7-1995) to the human immunodeficiency virus, =' is prohibited. The prohibitions of this 3. The employment of4dividuals for subsection do not apply if the State work within the home of,the employer epidemiologist determines and the if the employer:er members of the Director of Public Health declares family reside therein during such em- through the utilization of guidelines ployment. established by the Center for Disease Control of the United States Depart- 4. The employment of 'individuals to ment of Health and Human Services, render personal service,to the person that a person with a condition related of the employer or members of the to acquired immune deficiency syn- employer's family. drome poses a significant risk of transmission of the human immunode- 5. To employ on the basis of sex in ficlency virus to other persons in a those certain instances where sex is a specific occupation. bona fide occupational qualification reasonably necessary to the normal F. The following are exempted from the operation of a particular business or provisions of this Section: enterprise. The bona fide occupational qualification shall be interpreted nar- 1. Any bona fide religious institution or rowly. its educational facility, association, corporation or society with respect to 6. A State or Federal program de- any qualifications for employment signed to benefit a specific age ciassi- based on religion when such qualifica- fication which serves a bona fide pub- tions are related to a bona fide reli- lic purpose. gious purpose. A religious qualifica- tion for instructional personnel or an 7. To employ on the basis of disability administrative officer, serving in a in those certain instances where pres- supervisory capacity of a bona fide ence of disability is a bona fide occu- religious educational facility or reli- pational qualification reasonably nec- gious institution shall be presumed to essary to the normal operation of a be a bona fide occupational qualifica- particular business or enterprise. The tion. (Ord. 94-3647, 11-8-1994) bona fide occupational qualification shall be interpreted narrowly. (Ord. 94-3647, 11-8-1994) • 897 Iowa City CC-7 GENERAL CONDITIONS General Requirements and Covenants of the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2009, as amended, shall apply except as amended in the Supplementary Conditions and Supplemental Specifications. _T'' • t rri GC-1 SUPPLEMENTARY CONDITIONS ARTICLES WITHIN THIS SECTION S-1 Definitions S-2 Limitations of Operations a S-3 Insurance c� N S-4 Supervision and Superintendence :4;c� ---'�re Wit) 'S-5 Concerning Subcontractors, Suppliers and Others S-6 Compliance with OSHA Regulations ter, --a S-7 Employment Practices -r- • .-17 S-8 Contract Compliance Program (Anti-Discrimination Requirements) .7;7.7 = ---- S-9 Measurement and Payment `:� S-10 Taxes S-11 Construction Stakes S-12 Restriction on Non-Resident Bidding on Non-Federal-Aid Projects Caption and Introductory Statements These Supplementary Conditions amend or supplement Division 11 of the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2009, as amended and other provisions of the Contract Documents. All provisions which are not so amended or supplemented remain in full force and effect. S-1 DEFINITIONS. ADD to or CHANGE the following definitions within 1101.03 of the IDOT STANDARD SPECIFICATIONS. "ENGINEER" shall mean the Director of Public Works for the City of Iowa City, Iowa or his authorized representative. "OWNER" and "CITY" shall mean the City of Iowa City, Iowa acting through the City Council and duly authorized agents. "CONTRACTING AUTHORITY," "DEPARTMENT OF TRANSPORTATION," or "COUNTY" shall mean the CITY. "IDOT STANDARD SPECIFICATIONS" shall mean the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2009, as amended. S-2 LIMITATIONS OF OPERATIONS. Add the following paragraph to 1108.03 of the IDOT STANDARD SPECIFICATIONS: SC-1 Except for such work as may be required to properly maintain lights and barricades, no work will be permitted on Sundays or legal holidays without specific permission of the ENGINEER. S-3 INSURANCE. A. CERTIFICATE OF INSURANCE; CANCELLATION OR MODIFICATION 1. Before commencing work, the Contractor shall submit to the City for approval a Certificate of Insurance, meeting the requirements specified herein, to be in effect for the full contract period. The name, address and phone number of the insurance company and agent must accompany the certificate. The liability limits required hereunder must apply to this Project only. 2. The Contractor shall notify the City in writing at least thirty (30) calendar days prior to any change or cancellation of said policy or policies. City. Contractor's Certificate of Insurance must set forth the nature and amount of any such deductible or self-insured retention. 3. If Contractor's liability insurance coverage is subject to any special exclusions or limitations not common to the type of coverage being provided, such exclusions or limitations shall be noted on the Certificate of Insurance. 4. The City prefers that Contractor provide it with "occurrence form" liability insurance coverage. If Contractor can only provide "claims-made" insurance coverage, then the Contractor must comply with the following requirements: a. If the Contractor changes insurance carriers, or if Contractor's insurance coverage is canceled, during the contract period or within two years after City's acceptance of the work, Contractor agrees to immediately notify the y of such event. "' b. If Contractor's insurance is canceled or is allowed to lapse dtar+ng said pgru�d, Contractor shall be required to obtain replacement insurance eoverageto fuffill its obligation hereunder. c. If, during said period, Contractor voluntarily changes insurance carriers or is required to obtain replacement coverage from another carrier, Contractor shall either (1) purchase "tail" coverage from its first carrier effective for a minimum of two years after City Council acceptance of the work, or (2) purchase "prior acts" insurance coverage from its new carrier, covering prior acts during the period of this Contract from and after its inception. d. "Tail" or "prior acts" coverage so provided shall have the same coverage, with the same limits, as the insurance specified in this Contract, and shall not be subject to any further limitations or exclusions, or have a higher deductible or self-insured retention than the insurance which it replaces. 5. The City reserves the right to waive any of the insurance requirements herein provided. The City also reserves the right to reject Contractor's insurance if not in compliance with the requirements herein provided, and on that basis to either award the contract to the next low bidder, or declare a default and pursue any and all remedies available to the City. 6. In the event that any of the policies of insurance or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, or in the event that Contractor incurs liability losses, either due to activities under this Contract, or due to other activities not under this Contract but covered by the same insurance, and such losses reduce the aggregate limits of Contractor's liability insurance below the limits required hereunder, then in that event the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. 7. In the event that any of the policies or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. C. HOLD HARMLESS SC-3 1. The Contractor shall indemnify, defend and hold harmless the City of Iowa City and its officers, employees, and agents from any and all liability, loss, cost, damage, and expense (including reasonable attorney's fees and court costs) resulting from, arising out of, or incurred by reason of any claims, actions, or suits based upon or alleging bodily injury, including death, or property damage rising out of or resulting from the Contractor's operations under this Contract, whether such operations be by himself or herself or by any Subcontractor or by anyone directly or indirectly employed by either of them. 2. Contractor is not, and shall not be deemed to be, an agent or employee of the City of Iowa City, Iowa. S-4 SUPERVISION AND SUPERINTENDENCE. , Add the following paragraph to 1105.05 of the IDOT STANDARD SPECIFICATIONS: -n CONTRACTOR shall maintain a qualified and responsible person avails ller:24-hours per day, seven days per week to respond to emergencies which may oc6Ur after hours. CONTRACTOR shall provide to ENGINEER the phone number and/or paging service of this individual. S-5 CONCERNING SUBCONTRACTORS, SUPPLIERS AND OTHERS. Replace the first paragraph of 1108.01 of the IDOT STANDARD SPECIFICATIONS with the following: The contractor shall perform at least 30% of the contract amount with his/her own organization. On this project only, the contractor may subcontract up to 70% of the contract amount. The bidders should be aware that this project requires several types of work. Purchasing of materials for subcontractors will not be an acceptable method for the prime contractor to meet the 30% requirement. Items designated as specialty items may be performed by subcontract, and the cost of any specialty items so performed by the subcontract may be deducted from the total cost before computing the amount of work required to be performed by the contractor with his/her own organization. Add the following paragraph to 1108.01 of the IDOT STANDARD SPECIFICATIONS: Bidders shall list those persons, firms, companies or other parties to whom it proposes/intends to enter into a subcontract regarding this project as required for approval by the City and as noted on the Form of Proposal and the Agreement. If no minority business enterprises (MBE) are utilized, the CONTRACTOR shall furnish documentation of all efforts to recruit MBE's. S-6 COMPLIANCE WITH OSHA REGULATIONS. Add the following paragraphs to 1107.01 of the IDOT STANDARD SPECIFICATIONS: SC-4 The Contractor and all subcontractors shall comply with the requirements of 29 CFR 1910 (General Industry Standard) and 29 CFR 1926 (Construction Industry Standard). The Contractor and all subcontractors are solely responsible for compliance with said regulations. The Contractor will provide Material Safety Data Sheets (MSDS)for all hazardous chemicals or materials that will be at the job site. The Material Safety Data Sheets will be submitted to the Project Engineering prior to the start of construction and supplemented as necessary throughout the project. This data is being provided for informational purposes only and does not relieve the contractor of any obligations for compliance with applicable OSHA and State laws regarding hazardous chemicals and right-to-know. S-7 EMPLOYMENT PRACTICES. Neither the Contractor nor his/her subcontractors, shall employ any person whose physical or mental condition is such that his/her employment will endanger the health and safe*of them- selves or others employed on the project. = ,-'',, !'� -„r cc; .. Contractor shall not commit any of the following employment practices and agrefs toiijcludrtNe following clauses in any subcontracts: I- -.J _ To discriminate against any individual in terms, conditions, or privileges of employment because of sex, race, color, religion, national origin, sexual orientation, gender identity, marital status, age or disability unless such disability is related to job performance of such person or employee. To discharge from employment or refuse to hire any individual because of sex, race, color, religion, national origin, sexual orientation, gender identity, marital status, age, or disability unless such disability is related to job performance of such person or employee. S-8 CONTRACT COMPLIANCE PROGRAM (ANTI-DISCRIMINATION REQUIREMENTS). For all contracts of $25,000 or more, the Contractor shall abide by the requirements of the City's Contract Compliance Program, which is included with these Specifications beginning on page CC-1. S-9 MEASUREMENT AND PAYMENT. Section 01025, Measurement and Payment, contained in Division 1 of these specifications defines all pay items and methods of measurement. The provisions of this section will supersede applicable sections in the IDOT STANDARD SPECIFICATIONS. S-10 TAXES. Contractors and approved Subcontractors will be provided a Sales Tax Exemption Certificate to purchase building materials, supplies, or equipment in the performance of the contract. The Contractor shall submit the information necessary for the certificates to be issued. S-11 CONSTRUCTION STAKES. Replace the last paragraph of 1105.06 of the IDOT Standard Specifications with the following: The Contractor shall be responsible for the preservation of stakes and marks. Any necessary re-staking will be at the Contractor's expense and will be charged at a rate of$125 per hour. S-12 RESTRICTION ON NON-RESIDENT BIDDING ON NON-FEDERAL-AID PROJECTS. SC-5 The Contractor awarded the project together with all Subcontractors shall be required to complete the form included with these specifications (and entitled the same as this section)and submit it to the Engineer before work can begin on the project. Note: that these requirements involve only highway projects not funded with Federal monies. O CD .137 47) " nr, CD SC-6 RESTRICTION ON NON-RESIDENT BIDDING ON NON-FEDERAL-AID PROJECTS PROJECT NAME: TYPE OF WORK: DATE OF LETTING: A resident bidder shall be allowed a preference as against a non-resident bidder from a state or foreign country which gives or requires a preference to bidders from that state or foreign country. That preference is equal to the preference given or required by the state or foreign:country in which the non-resident bidder is a resident. "Resident bidder" is defined as a person authorized to transact business in this state and having a place of business within the state, and has conducted business for at least six months prior to the first advertisement for the public improvement. In the case of a corporation, the above requirements apply as well as the requirement that, the corporation have at least fifty percent of its common stock owned by residents of this state. This qualification as resident bidder shall be maintained by the bidder and his/her contractors and subcontractors at the work site until the project is completed. I hereby certify that the undersigned is a resident bidder as defined above and will remain such from the start of the project until its completion. COMPANY NAME: CORPORATE OFFICER: TITLE: DATE: 2/12 data on cityntiEng/MasterSpecs/frontend.doc R-1 SECTION 01025 MEASUREMENT AND PAYMENT PART 1 GENERAL 1.01 SUMMARY: A. Procedures and submittal requirements for schedule of values, applications for payment, and unit prices. 1.02 STANDARD OF MEASUREMENTS: — A. Work completed under the contract shall be measured by the Engineer..Payment will be based on the actual quantity of work performed according to the various classes of work specified unless noted in Part 3 of this Section. The Contractor will be given an opportunity to be present during measurement. 1.03 SCOPE OF PAYMENT: A. The Contractor shall accept the compensation as herein provided as full payment for furnishing materials, labor, tools and equipment and for performing work under the contract; also, for costs arising from the action of the elements, or from any unforeseen difficulties which may be encountered during the execution of the work and up to the time of acceptance. B. Construction items may be bid as a lump sum or as itemized work, which will be paid on a unit cost basis. In either case, some work may be required for which a separate pay item is not provided. Completion of this work is required. If a separate pay item is not provided for this work, it is to be considered incidental to the project and no separate payment will be made. PART 2 - PRODUCTS 2.01 NONE PART 3 - EXECUTION 3.01 PROCEDURE: A. Payment under this contract shall occur no more than once per month for work completed by the Contractor. Payment is based on an estimate of the total amount and value of work completed minus 5% retainage. It is not the City's policy to pay for materials and equipment stored or furnishings fabricated off site. The 5% retainage will be released at the time of next monthly payment or 30 days after the project is accepted by the City Council, which ever is sooner. This is provided that no claims against the project have been filed within 30 days of project acceptance. Chapter 38 of the Code of Iowa will govern the release of retainage and resolution of claims. 01025 - 1 FILED 2012 FEB 17 PH 3: 30 CITY CLERK 10',7A CITY. 101,'VA N O N O C 0 Z ON (B d N C C W C Cl) _ O LL O Ecu 0 0 C lZ UN C a) 4) t0 E U) X o W L a� i N O <"f SECTION 01090 REFERENCE STANDARDS {c; . 1 PART 1 GENERAL :1>� 1.01 GENERAL F'7 A. Titles of Sections and Paragraphs: Captions accompanying specification sections and paragraphs are for convenience of reference only, and do not form a part of the Specifications. B. Applicable Publications: Whenever in these Specifications references are made to published specifications, codes, standards, or other requirements, it shall be understood that wherever no date is specified, only the latest specifications, standards, or requirements of the respective issuing agencies which have been published as of the date that the Work is advertised for bids, shall apply; except to the extent that said standards or requirements may be in conflict with applicable laws, ordinances, or governing codes. No requirements set forth herein or shown on the Drawings shall be waived because of any provision of, or omission from, said standards or requirements. C. Specialists, Assignments: In certain instances, specification text requires (or implies) that specific work is to be assigned to specialists or expert entities, who must be engaged for the performance of that work. Such assignments shall be recognized as special requirements over which the Contractor has no choice or option. These requirements shall not be interpreted so as to conflict with the enforcement of building codes and similar regulations governing the Work; also they are not intended to interfere with local union jurisdiction settlements and similar conventions. Such assignments are intended to establish which party or entity involved in a specific unit of work is recognized as "expert" for the indicated construction processes or operations. Nevertheless, the final responsibility for fulfillment of the entire set of contract requirements remains with the Contractor. 1.02 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. Without limiting the generality of other requirements of the Specifications, all work specified herein shall conform to or exceed the requirements of applicable codes and the applicable requirements of the following documents. 1. American Association of State Highway and Transportation Officials (AASHTO). 2. American Concrete Institute (ACI). 3. American Society for Testing Materials (ASTM). 4. Iowa Department of Transportation Standard Specifications (IDOT) and current Supplemental Specifications 5. American National Standards Institute (ANSI). 6. American Water Works Association (AWWA). 7. American Welding Society (AWS). 8. Federal Specifications (FS). 9. National Electrical Safety Code (NESC). 10. Iowa Occupational Safety and Health Act of 1972 (IOSHA). 01090 - 1 11. Manual of Accident Prevention in Construction by Associated General Contractors of America, Inc. (AGC). 12. American Disabilities Act (ADA). 13. Standards and Codes of the State of Iowa and the Ordinances of the City of Iowa City, Iowa. 14. Other Standards and Codes which may be applicable to acceptable standards of the industry for equipment, materials, and installation under the contract. B. In case of conflict between codes, reference standards, drawings and the other Contract Documents, the most stringent requirements shall govern. All conflicts shall be brought to the attention of the Engineer for clarification and directions prior to ordering or providing any materials or furnishing labor. The Contractor shall bid for the most stringent requirements. C. The Contractor shall construct the Work specified herein in accordance with the requirements of the Contract Documents and the referenced portions of those referenced codes, standards, and specifications listed herein. D. References herein to "OSHA Regulations for Construction" shall mean Title 29, Part 1926, Construction Safety and Health Regulations, Code of Federal Regulations (OSHA), including all changes and amendments thereto. E. References herein to "OSHA Standards" shall mean Title 29, Part 1910, Occupational Safety and Health Standards, Code of Federal Regulations (OSHA), including all changes and amendments thereto. 1.03 REGULATIONS RELATED TO HAZARDOUS MATERIALS A. The Contractor is responsible that all work included in the Contract Documents, regardless if shown or not, shall comply with all EPA, OSHA, RCRA, NFPA, and any other Federal, State, and Local Regulations governing the storage and conveyance of hazardous materials, including petroleum products. B. Where no specific regulations exist, all chemical, hazardous, and petroleum product piping and storage in underground locations must be installed with double containment piping and tanks, or in separate concrete trenches and vaults, or with an approved lining which cannot be penetrated by the chemicals, unless waived in writing by the Owner. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01090 01090 - 2 SECTION 01310 ti PROGRESS AND SCHEDULES -n -Ti _.a :•—i co w..... PART 1 - GENERAL c)� 1.01 SUMMARY: m A. Prepare, submit and update as necessary a schedule of the work. B. Time is of the essence. Minimizing inconvenience, disruption and duration of disruption to residences and businesses is a high priority. Scheduling of work shall be planned with this in mind. 1.02 SUBMITTALS: A. The Contractor shall submit prior to the Pre-Construction meeting a detailed schedule of the proposed work with the controlling operation identified. The schedule shall include proposed dates and durations of street closings. Work may not begin until the schedule is approved by the Engineer. B. The Contractor shall submit updated construction schedules at two week intervals throughout the project. PART 2 - PRODUCTS None. PART 3 - EXECUTION 3.01 MEETINGS PRIOR TO CONSTRUCTION: A. A Pre-Construction meeting will be held prior to beginning work. 3.02 PROGRESS OF WORK: A. Calendar Days for Completion Date and Final Payment 1. Work will be completed and ready for final payment within 138 Calendar Days, in accordance with the General Conditions. 2. Calendar Day count shall start on April 30`h, 2012 and continue thru the completion of all work for the project. B. Dates for Milestones 1. In addition to the final completion times, there are milestones by which certain work items must be completed. Milestonel: Phase 1 July 13th, 2012 01310 - 1 C. Liquidated Damages Imo-J 1. Contractor and Owner recognize that time is of the essence of thisAgreement and that Owner will suffer financial loss if the Work is not completedvithin the times specified in paragraph 3.02A above, plus any extensions thereof allowed in accordance with the General Conditions. The parties also recggnize the delays, expense, and difficulties involved in proving in a legal of arbitration proceeding the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty), Contractor shall pay Owner $500 for each day that expires after the time specified in paragraph 3.02A until the Work is complete and ready for final payment. 2. Contractor and Owner recognize that time is of the essence of this Agreement and that Owner will suffer financial loss if the Milestone Work is not completed by the Milestone dates specified in paragraph 3.02B above, plus any extensions thereof allowed in accordance with the General Conditions. The parties also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Milestone Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty), Contractor shall pay Owner$500 for each day that expires after the time specified in paragraph 3.02B until the Milestone Work is complete. 3. Separate sums of liquidated damages which will be assessed for each of the conditions described hereinbefore, and they shall be cumulative if multiple conditions have not been satisfied. D. No work shall be done between the hours of 10:00 p.m. and 7:00 a.m. without the approval of the Engineer, with the exception of saw cutting freshly poured concrete. E. Work will proceed in a well organized and continuous manner to minimize the disruption to the general public (both pedestrian and vehicular) and the local businesses and residents. Access to residences shall be maintained at all times. F. Construction will proceed in phases. The particular phasing sequence is outlined in the project plans. G. Restoration activities such as pavement replacement will follow closely behind the work even if multiple mobilizations are necessary. H. The Contractor will become an active partner with the City in communicating with and providing information to concerned residents and businesses. 01310 - 2 3.03 COORDINATION WITH UTILITIES: A. It is anticipated that utility conflicts will occur which cannot be taken care of ahead of time. The Contractor shall work closely with the utility companies to aid in these relocations to keep the project on schedule. B. The Contractor shall coordinate all necessary work with the Iowa Interstate Railroad for the proposed roadway at-grade crossing, sanitary sewer/storm sewer pipe installation, drainage culverts and grading for the railroad spurs/sic ig. rn END OF SECTION 01310 "4 01310 - 3 SECTION 01570 TRAFFIC CONTROL AND CONSTRUCTION FACILITIES PART 1 - GENERAL 1.01 SUMMARY: A. Furnish, install and maintain traffic control and construction facilities required for the work. Remove when work is completed. rn 1.02 REFERENCES: =lc-) 6 A. IDOT Standard Specifications. .<r' B. U.S. Department of Transportation Federal Highway Administration "Manual on Uniform Traffic Control Devices for Streets and Highways," 2009 Edition, as revised. C. Traffic Control Notes on project plans. 1.03 SUBMITTALS: A. Submit a traffic control plan for all activities requiring traffic control not specifically addressed by the project plans. PART 2 - PRODUCTS 2.01 MATERIALS: A. Traffic control devices may be new or used, but must meet the requirements of the IDOT Standard Specifications. B. All construction fence shall be new and securely fastened to approved posts and installed as directed by the Engineer. 2.02 EQUIPMENT: A. Portable generators may not be used to power traffic control devices within 300 feet of residential dwellings, including apartments, between the hours of 10:00 p.m. and 7:00 a.m. PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 11. General Requirements and Covenants. Section 1107.09. Barricades and Warning Signs. 01570 - 1 Division 25. Miscellaneous Construction. Section 2528. Traffic Control. 3.02 MAINTENANCE OF FACILITIES: A. The Contractor shall monitor the condition of traffic control and construction facilities at all times, including non-work hours. Repair, replace and maintain as necessary. B. Pedestrian access to homes and businesses shall be maintained 'et all times. Temporary gravel surfaces shall be provided as directed by the n9in9.el. 3.04 EXCAVATIONS: 74 n -' h —n I a A. All excavations shall be fenced. 3.05 ADDITIONAL FACILITIES: c' A. All signs, barricades and fences within and beyond the project area deemed appropriate by the Engineer shall be the responsibility of the Contractor. END OF SECTION 01570 01570 - 2 CITY OF IOWA CITY SECTION 02660 5 N T' T�1 rf i WATER DISTRIBUTION ` ' a — PART1 GENERAL 1.1 SUMMARY: A. Furnish, install and test water distribution system as indicated and specified. 1.2 REFERENCES: A. This specification references the following documents. In their latest edition, the referenced documents form a part of this specification to the extent specified herein. In case of conflict, the requirements of this specification shall prevail. One copy of all references marked with a *** shall be kept on the site, readily available and accessible to the Contractor during normal working hours. Copies may be obtained from the organizations or from the Iowa City Water Division at cost plus 15%. B. City of Iowa City 1. Reference Manual: City Code of Ordinances Chapter 3, 4, & 10, Iowa City Municipal Design Standards, Earth Excavating, Backfill & Grading Specifications - Section 02220, Accepted Products for Water Distribution Materials Per Specifications — Section 02660, Water Distribution - Section 02660, Water Service Work for Contractors Specifications - Section 02665, Iowa City Water Division Policies & Procedures Manual, Backflow Ordinance-Chapter 5. C. American National Standards Institute and American Water Works Combined Standards: 1. ANSUAWWA-C104/A21.4: Cement-Mortar Lining for Ductile-Iron Pipe and Fittings for Water 2. ANSUAWWA-C 105/A21.5-99: Polyethylene Encasement for Ductile-lion Pipe Systems 3. ANSUAWWA-C110/A21.10: Ductile-Iron and Gray-lion Fittings, 3-inch through 48-inch,for Water and Other Liquids 4. ANSUAW WA-C 111/A21.11: Rubber-Gasket Joints for Ductile-lion Pressure Pipe and Fittings 5. ANSUAW WA-C 150/A21.50: Thickness Design of Ductile-Iron Pipe WATER DISTRIBUTION-CITY OF IOWA CITY-02660 02/14/11 Page 1 of 17 6. ANSUAWWA-C151/A21.51: Ductile-Iron Pipe, Centrifugally Cast, for Water or Other Liquids 7. ANSUAWWA-C153/A21.53: Ductile-Iron Compact Fittings, 3-inch through 24-inch,and 54-inch through 64-inch for Water Service 8. ANSUAWWA C502: Dry-Barrel Fire Hydrants 9. ANSUAWWA C504: Rubber-Seated Butterfly Valves 10. AWWA C509: Resilient-Seated Gate Valves for Water Supply Service. 11. ANSUAWWA C510 Double Check Valve Backflow-Prevention Assembly 12. ANSUAWWA C511 Reduced-Pressure Principal Backflow-Prevention Assembly 13. ANSUAWWA C550: Protective Epoxy Interior Coatings for Valves and Hydrants `' r 1 14. ANSUAWWA C600***: Installation of Ductile-Iron WaftrMai rind Thdr Appurtenances `? —, 15. ANSUAWWA C651***: Disinfecting Water Mains 16. ANSUAWWA C900: Polyvinyl Chloride (PVC) Pressors Pipe, 4-m I through 8-inch for Water Distribution c) D. American Water Works Association: 1. AWWA Manual M23***: PVC Pipe-Design and Installation 2. AWWA Manual M17***: Installation, Field Testing, and Maintenance of Fire Hydrants E. American Society for Testing Materials: 1. ASTM D2241 F. Manufacturers Standardization Society: 1. MSS-SP-58 Pipe Hangers and Supports,Materials Design and Manufacture 2. MSS-SP-69 Pipe Hangers and Supports Selection and Application G. Uni-Bell PVC Pipe Association: 1. UNI-B-3-88 Recommended Practice for the Installation of Polyvinyl Chloride (PVC) Pressure Pipe (nominal diameters 4-36 inch) complying with AWWA Standard C-900. WATER DISTRIBUTION-CITY OF IOWA CITY-02660 02/14/11 Page 2 of 17 1.3 SUBMITTALS: A. Submit to the Engineer the following drawings or details for approval prior to installation. One copy of each with the approval stamp shall be kept at the work site at all times. B. Plans for initial operations and final operations: Special prepared drawings and typed list of sequences of steps are needed prior to any operation of water distribution system. Submit 2 weeks prior to date of planned operation. C. Shop, Working Drawings or Construction Plans showing: cD %- c 1. Pipe layout with valves,fittings and hydrants shown — ._ 2. Bolts `1 3. Joints Pn 4. Tapping sleeves, couplings,and special piping materials. 5. Polyethylene G_) 6. Thrust block designs and details 7. Special backfill D. Certificates: Sworn certificates of shop tests showing compliance with appropriate standard for all piping materials. 1.4 QUALITY ASSURANCE: A. Engineer reserves the right to inspect and test by independent service at manufacturer's plant or elsewhere at Engineer's expense. 13. Contractor shall conduct visual inspection before installation. 1.5 TIME: A. All work which requires shutdown of active water mains must be completed as quickly as possible to minimize inconvenience to the consumers and risk to the community. B. Amount of advance notice required to the Iowa City Water Division when materials or services are supplied by the Division are listed below. Serve notice to the Water Division at 356-5160. 1. For tapping service,provide 24 hours notice. 2. For notice to customers of disruption of water service, provide 48 hours notice. This work will be completed with the assistance of Water Division personnel. 3. For review, comments, and approval of plans of operation, provide 3 days notice. 4. For locations of underground facilities,provide 48 hours notice. WATER DISTRIBUTION-CITY OF IOWA CITY-02660 02/14/11 Page 3 of 17 PART 2 PRODUCTS 2.1 All products used for this work shall be from the list of"Accepted Products for Water Distribution and Water Service Materials" contained in the Iowa City Water Division Reference Manual. 2.2 DUCTILE-IRON PIPE: A. Pipe shall be AWWA C151, Class 52. B. Pipe is to have an exterior bituminous enamel coating and a standard cerneut mortar lining in accordance with AWWA C104. C. Pipe suspended from structures and bolted or restrained joint pipe,-mesatherws indicated or specified, shall be class 53. D. Pipe is to be complete with all necessary joint gaskets,lubricants,ls and bo t 2.3 DUCTILE-IRON PIPE JOINTS: A. Single rubber-gasket push-on joints or mechanical joints shall c`dtIform to ANSI/AWWA C111/A21.11.Furnish with all necessary hardware and gaskets. B. Bell-and-spigot pipe joints shall conform to ANSI A21.6 or ANSI A21.8. C. For bolted/restrained mechanical joint, use Griffin Bolt-Lok restrained joint or approved equal,(Class 53). D. For unbolted/restrained mechanical joint, use Griffin Snap-Lok restrained joint or approved equal,(Class 53). E. Do not use drilled&tapped retainer glands. F. Plain end of push-on pipe factory machined to a true circle and chamfered to facilitate fitting gasket. 2.4 POLYVINYL CHLORIDE PIPE: A. Pipe shall conform to ANSI/AWWA C900 and shall be thickness class DR 18 (Class 150).All pipe shall have the same outside dimensions as ductile-iron pipe. B. PVC pipe materials shall not be used in any area where there is likelihood the pipe will be exposed to concentrations of pollutants comprised of low molecular weight petroleum products or organic solvents or vapors. C. PVC pipe shall not be installed under public roadways and shall not be used around cul-de-sacs or other small radius curves. WATER DISTRIBUTION-CITY OF IOWA CITY-02660 02/14/1 1 Page 4 of 17 2.5 FITTINGS: A. All fittings shall conform to ANSI/AWWA C 110/A21.10, with pressure rating of Class 350 for 3"to 24". B. Mechanicaljoint fittings shall be ductile iron compact ANSI/AWWA C153/A21.53 or ductile standard ANSI/AWWA C 110/A21.10.Large fittings, 12-inch through 20- inch shall be ductile iron standard ANSI/AWWA C110/A21.10. Swivel tees shall be ductile iron standard ANSI/AWWA C110.A21.10. Where ductile iron is not available (i.e., offsets), cast iron standard ANSI/AWWA C 110/A21.10 shall be provided. C. All fittings shall be bituminous coated inside and outside and shall burnished complete with necessary accessories including plain rubber gas@t , utile . Ial< glands, NSS Cor-Blue bolts and nuts. Verify the gasket seats are made irregu4 by improper application of the lining materials. :TI `, �-- n 2.6 RESILIENT SEAT VALVES& VALVE BOXES: A. Gate valves shall conform to ANSI/AWWA C509. 1. Valves shall be full line size gate valves with epoxy coating inside and outside and contain stainless steel nuts and bolts. 2. Valve bodies shall be ductile iron or cast iron. Working pressure of the valve shall be at least 200 psi. 3. Valves shall have a standard 2-inch square operating nut and shall open left. 4. Valves shall be capable of being repacked or replacing o-rings under pressure. 5. Valves are to be non-rising stem with the stem, nut and thrust collar made of bonze. B. Butterfly valves shall conform to ANSI/AWWA C504, for buried service, Class 150B. 1. Valve seat to be installed on disk or valve body. 2. Butterfly valves shall not be utilized in sizes smaller than 16", unless so noted on the plans. 3. Working pressure of the valve shall be at least 150 psi. 4. Valves shall be short body pattern with mechanical joint ends. 5. Shaft seals shall be o-ring type. 6. Valve shall have manual operator with a 2" square operating nut for operation of the valve and shall open left. 7. All interior and exterior cast iron, ductile iron or steel surfaces shall be painted with an epoxy coating and contain stainless steel bolts and nuts. WATER DISTRIBUTION-CITY OF IOWA CITY-02660 02/14/11 Page 5 of 17 C. Tapping Valves shall be as specified for resilient-seated gate valves with the exception that one end shall be mechanical joint and the other end shall be flanged to match the tapping sleeve and shall have oversize seat rings to permit entry of the tapping machine cutters. 1. Tapping valves be 175 psi minimum working pressure. 2. Valves shall be epoxy coated inside and outside with stainless steel nuts and bolts. 3. Valves shall be furnished with all joint accessories. D. 7-9 Valve Boxes shall be iece or 3- iece slipe,ran a 51to a'cJseAdh> s d "water". ca —J I 2.7 HYDRANTS: , m na Specification standard: ANSUAWWA Standard C502 Type of shutoff: Compression Type of construction: Break flange or break bolt above the ground line and a breakaway stem connection. All bolts to be stainless steel. Main valve opening: 41/2 inches for 12" water main and under 51/4 inches for 16" water main and above Nozzle arrangement 3 nozzle, two 2Y2-inch hose nozzles and one 4'/2-inch and size pumper nozzle,with caps attached with chains Nozzle thread: National Standard Hose Threads Type of inlet connection: Mechanical Joint Size of inlet connection: 6 inch Depth of bury: Depth of bury shall be 6 feet Direction of opening: Open to right(clockwise) Packing: Conventional or 0-Ring Size and shape of 1'/2 inch, standard pentagon operating nut: Working pressure: 250 psi Color: Safety Red WATER DISTRIBUTION-CITY OF IOWA CITY-02660 02/14/11 Page 6 of 17 2.8 SPECIAL FITTINGS: A. Special pipe fittings must be approved by the Engineer. B. Special fittings must be the same diameter, thickness and pressure class as standard fittings. C. Special fittings may be manufactured to meet requirements of same specifications as standard fittings except for laying length and types of end connection. D. Full Body Tapping Sleeves: ti 1. Shall be mechanical joint, split construction with end gasks, maiactured to fit cast iron or ductile iron pipe. Branch shall have a-zflange ttin Pp g match the tom valve. 2. Shall meet the OD requirements for Class A,B,C,or D MIFF!s!pig. 3. Shall be furnished complete with all accessories. rn in 4. Required for 12" and larger pipe or under paving. 5. Shall have stainless steel or NSS Cor-Blue nuts and bolts.. ;� C":' E. Stainless Steel Tapping Sleeves: �. 1. Shall be epoxy coated with ductile-iron flange and stainless steel bolts. 2. Shall meet the OD requirements for class A,B, C,or D pit cast pipe. 3. Shall be furnished complete with all accessories. 4. Nitrile gaskets shall be used in L.U.S.T. areas (leaking underground storage tank areas). F. Stainless Steel Repair Clamps: 1. All stainless steel, single section,double section, or triple section, depending upon size of main. 2. Shall have stainless steel bolts and nuts. 2.9 GASKETS,BOLTS,NUTS,AND THREAD ROD: A. Mechanical joints made with: 1. Bolts:NSS Cor-Blue. 2. Stainless steel bolt studs with SS nuts on each end. B. All thread rod used to restrain fittings shall be stainless steel with SS nuts and 3/4" diameter. 2.10 LOCATION WIRE: A. Location wire#12 solid copper,THHN insulation in yellow,orange or blue color. WATER DISTRIBUTION-CITY OF IOWA CITY-02660 02/14/11 Page 7 of 17 2.11 LUMBER: A. Lumber for bracing or supports shall be hardwood. (i.e. oak, maple). Do not use creosoted lumber in contact with piping materials. 2.12 WATER: A. Reasonable amounts of water will be provided for use in the final operations of water main flushing, disinfecting and testing. Prior notice must be given to the Water Division. B. Contractor will not be charged for the water used as long as therjs reasonable care to control and conserve the rate and volume used. If there is water clessf , Contractor will be charged for water. c. J PART 3 EXECUTION r y 9 3.1 REFERENCES AND DOCUMENTS: w A. Contractor must have all required documents on the site before cominWcing with the work. B. Valves, fittings, hydrants and ductile-iron pipe shall be installed in accordance with ANSI/AWWA C600 except as noted herein. C. PVC pipe must be furnished and installed in accordance with AWWA M23, ANSI/AWWA-C605 and Uni-Bell PVC Pipe Association UNI-B-3-88 except as noted herein. D. Contractor must prepare and retain a set of"as-built" drawings on the job site with accurate and current information on the location of all valves, pipe and special construction features. Examples of special buried features would be: 1. Offsets in alignment. 2. Changes in depth,depth greater than 8 feet or less than 5 feet. 3. Special fittings or construction materials. 3.2 RECEIVING,STORAGE AND HANDLING: A. The City may mark materials which are found on the job site and which are determined to be defective or not approved. The marking may be done with spray paint. The Contractor shall promptly remove defective or unapproved materials from the site. B. While unloading PVC piping materials: 1. Do not allow the pipe units to strike anything. 2. Do not handle pipe units with individual chains or single cables, even if padded. 3. Do not attach cables to pipe unit frames or banding for lifting. WATER DISTRIBUTION-CITY OF IOWA CITY-02660 02/14/11 Page 8 of 17 C. Within the "Storage" language of AWWA M23,change "should"to "shall." D. Within the "Handling" language of AWWA M23,change "should"to "shall." 3.3 LOCATION,ALIGNMENT,SEPARATION& GRADE: A. Water mains,valves, hydrants, and special fittings shall be installed in the locations shown on the plans or as directed by the Engineer. B. Contractor shall have all buried utilities located by the 1-800-(.1E-CA,L service and shall do exploratory excavation as necessary to determine;sitecirtt concerts between existing utilities and new water main. No extra coa)eosation wee allowed for the exploratory excavations. -. -0 IT! C. Water main shall be installed a minimum depth of cover of 5%feet. QQperall i he maximum depth shall not exceed 7 feet. D. Water mains crossing sewer services, storm sewers or sanitary sewers shall be laid to provide a separation of at least 18 inches between the bottom of the water main and the top of the sewer. Where local conditions prevent this vertical separation, the water main shall not be placed closer than 6 inches above a sewer or 18 inches below a sewer under any circumstances. Additionally, one full length of water pipe crossing the sewer shall be centered at the point of crossing so that the water pipe joints will be equal distance as far as possible from the sewer. The water and sewer pipes must be adequately supported and have pressure tight joints. A low permeability soil shall be used for backfill material within 10 feet of the point of crossing. E. No water pipe shall pass through or come in contact with any part of a sewer manhole. A minimum horizontal separation of 3 feet shall be maintained. F. Sewer force mains and water mains shall be separated by a horizontal distance of at least 10 feet unless: 1. the force main is constructed of water main materials meeting a minimum pressure rating of 150 psi and the requirements of Section 8.2 and 8.4 of the"Iowa Standards for Water Supply Distribution Systems"and 2.the sewer force main is laid at least 4 linear feet from the water main. WATER DISTRIBUTION-CITY OF IOWA CITY-02660 02/14/11 Page 9 of 17 G. Gravity sewer mains shall be separated from water mains by a horizontal distance of at least 10 feet unless: 1. the top of a sewer main is at least 18 inches below the bottom of the water main and 2. the sewer is placed in a separate trench or in the same trench on a bench of undisturbed earth at a minimum horizontal separation of 3 feet from the water main. Q N When it is impossible to obtain the required horizontal clearance ci,Teettrid a T vertical clearance of 18 inches between sewers and water mains,t sowers must= be constructed of water main materials meeting both the minimum ssurd ratite -• of 150 psi and the requirements of Sections 8.2 and 8.4 of the"IowairStandards t a for Water Supply Distribution Systems". However,a linear separrtimtt;of gleast7 2 feet shall be provided. r) H. Should physical conditions exist such that exceptions to Sections 3.3 Part F and 3.3 Part G of this standard are necessary,the design engineer must detail how the sewer and water main are to be engineered to provide protection equal to that required by these sections. Sewers constructed of standard sewer materials shall not be laid within 75 feet of a public well or 50 feet of a private well. Sewers constructed of water main materials may be laid within 75 feet of a public well and within 50 feet of a private well but no closer than 25 feet of either. J. All PVC water main and ductile iron water main with greater than 400 feet between features that extend to the surface(such as hydrants or valve boxes)shall be marked with a wire for the entire length to make electronic location possible. 1. The wire shall be installed continuously as the pipe is backfilled. The wire shall be fixed to the side of the pipe at a position of 2 o'clock or 10 o'clock and attached with duct tape every 5 feet. 2. The insulation shall be protected to prevent accidental grounding. Make few splices and splice the wire together using a Twister DB Plus Wire Connector. WATER DISTRIBUTION-CITY OF IOWA CITY-02660 02/14/11 Page 10 of 17 3. Bring the wire to the ground surface at each fire hydrant and loop wire in a Valvco tracer wire terminal box. These boxes shall be located between the hydrant and the hydrant valve with at least two feet of extra wire inside the box. Install the terminal box perpendicular from the hydrant and parallel with the valve box, one-foot from the hydrant base. The tracer wire terminal box must be installed flush with the finished grade. If there is no fire hydrant within 500 feet, bring the wire to the surface in a "daylight box" which is a full-size valve box (Tyler Series 6855 -Item 666A, Range 51"to 71"or East Jordan Series 8555—Item 666A) and mark the drawings appropriately. 3.4 PIPE BEDDING AM)BACKFILLING: A. Ductile-iron pipe bedding shall conform to the project plan details or as otherwise specified or directed by the Engineer. B. PVC pipe bedding shall conform to UNI-B-3-88 laying condition Type 2 including hand excavation for the bell holes. The bedding shall be loose, natural, fine soil which is compacted by hand tamping on the soil along the sides of the pipe to the top of the pipe. C. Trench width within the pipe envelope shall conform to the plans or as directed by the Engineer. D. Set valves and hydrants on precast concrete bases. 3.5 PIPE RESTRAINT: A. Thrust Restraint: 1. For pipe smaller than 10" diameter, concrete block shall be used, placing the concrete block next to the fitting and undisturbed soil. For 10" and larger diameter pipe, blocking shall be by cast-in-place concrete. Cover fittings and joints with 10 mil. polyethylene before placing concrete. Brace fittings with hardwood to prevent shifting before placing concrete. See Iowa City Reference Manual for detail information on thrust blocks—Figure 7.1. 2. Do not pour excess concrete on top of pipe and fittings. B. Socket Pipe Clamps,Tie Rods, and Bridles: 1. Where indicated or necessary to prevent joints or sleeve couplings from pulling apart under pressure, provide suitable socket pipe clamps, tie rods, and bridles. Bridles and tie rod diameter shall be at least 3/4 in. except where they replace flange bolts of smaller size with nut on each side of flange. WATER DISTRIBUTION-CITY OF IOWA CITY-02660 02/14/11 Page 11 of 17 C. Dead Ends 1. Pipe ends or fittings left for future connections shall be plugged or capped using materials supplied by the pipe manufacturer. 2. All pipe ends or fittings left for future connections shall be blocked against thrust. O C-) 3.6 JOINTS AND COUPLINGS: =``9 1 A. Push-on Joints: —I co C).< -J 1. Inspect bell grooves and clean to assure complete gasket seating. C"") r n 2. Use extreme care to prevent separation of joints already installed; -' ; - , 3. Do not use push-on joints when boring. Griffin Snap-Lok shall be;used in casing with locking rubbers. B. Mechanical Joints: 1. The range of torque for tightening bolts which is indicated in ANSUAWWA C600 may be somewhat affected by the temperature. On cold days, more torque may be required. 2. Use extreme caution when tightening cast iron fittings to avoid breaking the ears of the flanges. An average worker should not use a wrench longer than 18 inches. 3. On PVC pipe connections to MJ joints,cut the bevel off the end of the PVC pipe to get full pipe diameter in the joint. 4. Do not deflect pipe at joint. C. Sleeve-Type Coupling: 1. Clean pipe ends for distance of 12 inches. 2. Use soapy water as gasket lubricant. 3. Carefully mark and place the sleeve coupling in the center of the joint. 3.7 TAPPED CONNECTIONS UNDER PRESSURE: A. Follow manufacturer's installation instructions. B. Tapping mains for new connections 1-inch to 12-inch in diameter shall be done by the Water Division. This includes connections made on public and private mains. C. A new and site specific tapping application must be prepared for each tap regardless of size, and submitted to the Water Division. The tapping application must be completed and include location, name, and address of water customer, schematic drawing, and materials of construction. WATER DISTRIBUTION-CITY OF IOWA CITY-02660 02/14/11 Page 12 of 17 3.8 POLYETHYLENE ENCASEMENT: A. All open cut installed ductile iron pipe and fittings shall be wrapped with an 8 mil polyethylene encasement in accordance with ANSI/AWWA C105/A21.5-99 installation methods. This includes any ductile iron laid in cul-de-sacs or other small radius areas where PVC main could not be used. 3.9 HYDRANT INSTALLATION: A. Handle carefully to avoid breakage and damage to flanges. Keep hydras closed until they are installed. Protect stored hydrants from dirt, waterce, animals and vandals. '"=� 7- — r-- B. B. Before installation,clean piping and elbow of any foreign matter. r+ C. Install hydrants away from the curb line a sufficient distance to avoid damage from or to vehicles. A set-back of 4 feet from the curb line is recommended. Iowa Department of Transportation(IDOT)requires a 9' setback. D. Orient the hydrant so the pumper nozzle faces the street. Outlet nozzles shall be at least 18 inches above finished ground. The break-off flange should be no more than 6 inches above ground. There shall be no obstructions to fire hose connections. E. The base elbow shall be placed on solid precast concrete blocks on firm, undisturbed soil. The barrel of the hydrant shall be firmly braced against the back of the trench wall with pre-cast cement blocks to resist thrust at the pipe connection. F. The base and lower barrel shall be backfilled with 5 cubic feet of washed gravel or 1 inch crushed rock to allow water to release from the hydrant drain. G. Install the hydrant plumb. Drainage stone and soil backfill around the barrel shall be firmly compacted to provide good lateral support for the hydrant. This is essential to the performance of the break-off flange. 3.10 WATER MAIN OPERATIONS: A. All work which involves operating the active public water distribution system will require the notice,consent,approval and assistance of the Water Division. B. An accurate and legible copy of the "as-built" drawings must be on file in the Water Division office prior to using the water supply. WATER DISTRIBUTION-CITY OF IOWA CITY-02660 02/14/11 Page 13 of 17 C. If requested by the City, the contractor will work with Water Division personnel to submit a plan for initial operations and a plan for final operations to the Water Division for approval. The plans shall include a drawing and typed list of actions which show all the significant steps necessary to connect to the existing water distribution system or conduct the filling, flushing and testing operations. The purpose of both plans is to minimize the impact of service interruptions and pressure and flow variations on the water distribution system and existingIstomeis. 11 3.11 DISINFECTION FOR POTABLE WATER SYSTEMS: �. A. General ==l!-) 1. Upon completion of a newly installed water main or whejI repairs O to existing water system are made, the main shall be disinfected wording to instructions listed in ANSI/AWWA C651 and the following specifications. B. Special Disinfection Requirements 1. Exercise cleanliness during construction. Protect pipe interiors, fittings and valves against contamination. 2. The minimum uniform concentration of available chlorine used for disinfection shall be 50 mg/L. Use either the granulated/tablet or continuous feed method with modifications as described in 3.11 C or D below. 3. The chlorinated water shall be retained in the main at least 24 hours, during which time all valves and hydrants in the section treated shall be operated in order to disinfect the appurtenances. At the end of this 24 hour period, the treated water shall contain no less than 25 mg/L chlorine throughout the length of main. 4. After the retention period, flush the heavily chlorinated water from the main until the chlorine concentration in the water leaving the main is no higher than 3 mg/L and the water appears clean. Flush at a minimum velocity of 2.5 feet per second in the main through an opening not less than 1/4 of the main diameter. For 6-inch through 12-inch water mains, a single 2Y2-inch fire hydrant opening is adequate. Water entering storm sewer system shall be dechlorinated by a method approved by the Engineer to prevent downstream environmental damage(i.e. fish kills). WATER DISTRIBUTION-CITY OF IOWA CITY-02660 02/14/11 Page 14 of 17 5. After final flushing and before the new water main is connected to the distribution system, two consecutive sets of acceptable samples, taken at least 24 hours apart, shall be collected from the new main. At least one set of samples shall be collected from every 800-1000 feet of the new water main. plus one set from the end of the line and at least one from each branch. Deliver the sample to the University Hygienic Laboratory at Oakdale for analysis. Allow approximately 5 days for the results. If the bacterial sample shows the absence of coliform organisms,the hydrostatic test may proceed. C. Tablet Method of Chlorine Application o N c) FT 1 1. Use ANSUAWWA C651, however slowly fill the maital s than 1 ebic foot per second) with system water, pushing out as much .as possibIrDo not wash out the tablets. - :11 D. Continuous Feed Method of Chlorine Application ' 1. Prior to applying chlorine, do a preliminary flush at a minimum velocity of 2.5 feet per second in the main through an opening not less than not less than 1/4 of the main diameter. For 6-inch through 12-inch water mains, a single 2V2-inch fire hydrant opening is adequate. 2. Add the water and chlorine solution with the required concentration to fill the main completely. 3.12 TESTING: A. Filling the water main: 1. Fill the newly constructed water main system slowly using treated public water under low pressure and low flow. The objective is to displace air with water while avoiding damage to new construction, customer services, and adjoining property due to the release of air and water. Public Works staff must be on site to assist with operation of the system valves and hydrants during this operation. 2. Open one hydrant (completely) at the end of the main or at a high point on the main which is to be filled. Open a filling valve (the smallest one available) slightly. Allow the water main to fill and slowly release the air. When the main being filled has released nearly all air, surging should diminish and water released from the hydrant should flow in a steady stream. Monitor and control the released water to minimize damage. WATER DISTRIBUTION-CITY OF IOWA CITY-02660 02/14/11 Page 15 of 17 3. After a few minutes of steady state operation, open all other valves slowly and then open the initial fill valve completely, while regulating the flow hydrant to minimize damage. When the main has been filled,open and close all hydrants sequentially to force fresh water progressively through each section (new and old) of water main which was shut down to replace fresh water into each section. 4. After clear water and a fresh chlorine odor are observed at each hydrant, shut down hydrant flow slowly and allow water flow to cease and internal pressure to stabilize. For water main replacement only,Bch war service connection shall be tested at a sill cock and observed b thg Ceiltractor,.to verify adequate pressure and flow. -=I w C — B. Pressure and Leakage Tests: 11 1. Conduct combined pressure and leakage test in--accordance with ANSI/AWWA C600 and ANSI/AWWA C605. 2. Pressure test off the hydrants or furnish and install temporary testing plugs or caps. Furnish pressure pumps, pipe connections, meters, gauges, equipment,potable water and labor. Use only potable water for testing. 3. Test after disinfection operations are successfully completed. If testing operations require reconstruction or repairs during which the interior of the pipe is exposed to contamination, disinfection will be required again. 4. Keep the water main full of water for 24 hours before conducting combined pressure and leakage test. 5. Pressure and leakage test consists of first raising water pressure at the lowest point of section being tested to 150 psi internal pressure. 6. Failure to achieve and maintain the specified pressure for at least two hours with no additional pumping means the water main has failed to pass the test. 7. If the water main fails the pressure and leakage test, locate, uncover, and repair or replace defective pipe, fitting or joints. Conduct additional tests and repairs until water main passes the test. C. Valve Operations: 1. All valves shall be located and tested to verify operation. Remove the valve box lid, insert the valve key and open and close each valve. Count the turns and record the results. WATER DISTRIBUTION-CITY OF IOWA CITY-02660 02/14/11 Page 16 of 17 D. Hydrant Operations: 1. After the hydrant has been installed and the main and hydrant have been pressure tested, each hydrant shall be flushed and checked for proper operation. 2. Remove a nozzle cap and open the hydrant slowly and fully. Check the direction of opening as marked on the top. Do not force the hydrant in the opening direction beyond full open as indicated by sudden resistance to turning. r"� N 3. After hydrant has been flushed, close it and check for dr age.-phis ijne by placing the hand over the nozzle opening and ches-leing fora vacuum. Then check the hose thread for proper fit. ,i —o ic' ') 4. Replace nozzle cap,then open hydrant again and inspect all joiths'for leaks. E. Flow Test: 1. Flow tests shall be conducted to verify all components of the water system are fully open and operational and to determine the fire flow capacity. 2. Public Works staff personnel must be on the site to operate the system valves and hydrants during this test. 3. A hydrant flow test may be conducted on the hydrant at the extreme locations for distance or highest elevation to determine the fire flow capability of the system. Static and flowing pressures and flow rates shall be recorded, and a copy forwarded to the Water Division. WATER DISTRIBUTION-CITY OF IOWA CITY-02660 02/14/11 Page 17 of 17 APPENDIX A Accepted Products for Water Distribution Materials WATER PIPE: (Ductile) ANSI/AWWA- A21.51/C151 American, Clow, Griffin, McWane, and US Pipe Class 52 for direct bury piping unless other wise indicated or specified. Class 53 for suspended from structures and bolted or restrained joint pipe p E-5 ^� WATER PIPE: ( PVC) (Class 150) - C900 --f4 �fl C900 thickness class DR18 (6" thru 10') -{ 71:r- r FITTINGS: (Ductile Iron Standard) ANSI/AWWA- A21.10/C110, 3" to 24" - 350 psi (Ductile Iron Compact) AWWA C153, 350 psi = ;7-3 Clow, Tyler/Union, U.S. Pipe, or Sigma TAPPING SLEEVES: (Full Body Ductile Iron with Stainless Steel and/or NSS Cor-Blue Nuts and Bolds) for 12" and larger or under pavement Mueller - H615, Kennedy, Tyler/Union, American Flow Control - Series 2800, or U.S. Pipe - T-9 TAPPING SLEEVES: (Stainless Steel) Smith Blair - 662 or 663, Ford FAST, Mueller-H304, Romac SST, JCM-432 Smith Blair- 665 or Cascade CST-EX 3655 with nitrile gaskets to be used in L.U.S.T. areas MECHANICAL JOINT RESTRAINT DEVICE: (Megalug) Ebaa Iron Sales Inc. - 1100 series for ductile iron 2000 PV for PVC STAINLESS STEEL REPAIR CLAMPS: (With Stainless Steel Nuts & Bolts) Smith-Blair-261, Ford FS1, Romac SS1 VALVES: (Resilient Seated Gate Valves) ANSI/AWWA- C509 Clow F-2640, Kennedy 8571 SS, Mueller Resilient Seat - A-2360-20, or U.S. Pipe - USPO-23- without accessories or USPO-20-with accessories. VALVES: (Butterfly) ANSI/AWWA C504, Class 150B Clow, Pratt, Mueller, Kennedy, M & H, DeZurik or Val-Matic VALVES: (Tapping) Clow - F-2640, Mueller- T-2360-16, Kennedy 8950 SS, U.S. Pipe - A-USPO-16 VALVE BOXES: Tyler- (Series 6855 & Item 666A. Range 51" to 71") East Jordan Series 8555 & Item 666A - Range 51" to 71" HYDRANTS (4 1/2" for 12" and under) (5 1/4" for 16" and above) AWWA C502 Clow F-2545 Medallion, Mueller Super Centurion 250 02660-Al SLEEVE TYPE COUPLING: (With Stainless Steel Nuts & Bolts) Standard solid black sleeve - Tyler/Union 5-1442, Griffin Bolted Straight Coupling with stainless steel bolts and nuts - Smith-Blair 441 or Romac Style 501 TRACER WIRE TERMINAL BOX (DAYLIGHT BOX): U.S. Filter, WaterPro or Utility Equipment - Valvco -95E -2 1/2" ID with lockable cast-iron lid - minimum 18" long, telescoping o TRACER WIRE CONNECTORS: m c� N Twister DB Plus Wire Connector POLYWRAP: -o m 8 mil polyethylene encasement K. WIRE: - w #12 solid copper, THHN insulation in yellow or orange FREEZELESS YARD HYDRANT: Woodford Mfg. Iowa Model Y34 and YI 02660-A2 APPENDIX B Water Main Testing Procedure • Contractor will be present for EACH step along with City of Iowa City Engineering/Water Division staff. 1. Please be aware that the testing window, indicated below in BOLD will need to be completed within a 4 day window. This means that testing on a water main system will have to be started on a Monday or Tuesday in order to complete all of the items as required. Depending on the Hygienic Lab schedule, Wednesday is possible if everything proceeds in a timely fashion. 2. Use only the specified amount of granular chlorine to disinfect the maio r4 3. Fill the line slowly until you get a trickle of water from the highest available hOrant. ,1 Shut off the hydrant and leave the line filled. 4. No SOONER than 24 hours and no LATER than 48 hours, the first bacterial test should be taken. 5. Contractor will take bacterial tests from all locations determined by City staff. Tests will be taken AFTER water has been flushed to normal residual levels. CONTRACTOR IS RESPONSIBLE FOR DECHLORINATING ALL DISCHARGED WATER. The Iowa City Water Division is available for professional guidance if the contractor is not experienced in current dechlorination procedures. 6. Within 24 hours ANOTHER (2nd) bacterial test must be taken for EACH of the initial tests taken. Verbal or written verification from the U of I Hygienic Lab must be provided for the entire initial round of tests prior to undertaking this second round of tests. VERIFICATION MUST BE PROVIDED FOR ALL BACTERIA TESTS PRIOR TO PRESSURE TESTING — this can be in the form of a call out to the Hygienic Lab, an email or a fax. 7. Pressure test will be performed on all new water mains. Tests are for 2 hours at 150psi. Pressurize the line no higher than 155psi to begin. A City owned pressure gauge must be placed on the line in addition to the contractor's gauge. 8. City Engineering staff will give notice to the Water Division to locate the water main via all of the tracer wire boxes installed by the contractor. Wire boxes must be fully installed and placed in their final locations before a locate will be performed. The main must trace as it will when it's put into service. 9. Final flush will be performed. At this time, the as-builts, HARD COPIES of all bacterial tests, and a fully filled out materials list, signed by the Contractor, must be turned over or on-hand. 10. After final flush is completed, City Engineering staff will notify the Water Division that the main is acceptable and tapping permits can be issued. Prior to the full acceptance of the job, water main punchlist items (plumbing valve boxes, setting final box elevations, turning hydrants, etc...) must all be completed. 02660-B1 SECTION 02890 TRAFFIC SIGNALIZATION PART 1-GENERAL 1.01 SECTION INCLUDES: N A. Electrical o G 11' B. Conduit -c7 r*t C. Concrete Bases and Handholes C D. Poles E. Signals '<�' rn —° F. Mast Arms C.) 73 G. Controller H. Fiber Optic Cable I. Video Traffic Detection System J. Traffic Monitoring Camera 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. 02890-1 H. Fiber Optic Cable This item includes installation,termination,and testing fibers. I. Video Traffic Detection System This work shall consist of furnishing and installing a system that detects vehicles on a roadway using only video images of vehicle traffic and includes all hardware, software, equipment, labor,and materials necessary to complete the fully functioning system in place. J. Traffic Monitoring Camera This work shall consist of furnishing and installing a traffic monitoring camera for monitoring intersection operations and includes all hardware, software, brackets3 equipment, cable, wiring, labor, and materials necessary to complete the fully function camera in place. -rt .11 1.03 SUBMITTALS: —n A. Submit test results as set forth in the Contract Documents. -v1 B. Submit certificate of compliance indicating the materials incorporated into the Work coialy with the Contract Documents. C. The substitution of materials is allowed as set forth in General Conditions. D. Supplier shall submit five(5)copies of Shop Drawings of Signal Poles and Mast Arms to the ENGINEER for review prior to manufacture of the mast arm assemblies. Manufacture shall not begin until the Shop Drawings have been approved by the ENGINEER. The intent of the ENGINEER's review and approval is to assist the supplier in interpreting the Specifications. Shop Drawing approval shall not relieve the supplier of the responsibility for errors in the Shop Drawing or the requirements of the Specifications. E. Complete and forward to the City three (3) copies of a list of unit costs for each item listed on the Schedule of Unit Prices by the preconstruction meeting. The Schedule of Unit Prices will be provided to the Contractor. The sum of the costs for each item shall equal the total Contract Lump Sum price for the TRAFFIC SIGNALIZATION and REMOVAL OF TRAFFIC SIGNALIZATION. The unit costs will be used to prepare progress payments to the Contractor. The unit costs will also be used to establish the total cost for any Extra Work Orders related to the TRAFFIC SIGNALIZATION work items unless otherwise negotiated. F. Submit catalog cuts of each component incorporated into the project, showing the selected equipment meets the specifications. 1.04 DELIVERY,STORAGE AND HANDLING: A. Deliver only materials that fully conform to these Specifications, or for which substitution has been approved as set forth in General Conditions. 1. The Bidder awarded the Contract shall complete the equipment list by writing in the name of the equipment manufacturer and catalog number of each item listed which he proposes to install. Before beginning Work on the Project, the CONTRACTOR shall submit three copies of the equipment list, and three copies of catalog cuts for all materials supplied by the CONTRACTOR. 2. Prior to ordering any materials the CONTRACTOR shall provide certification from the manufacturers of all electrical equipment, conduit, and cable stating said material complies with the Specifications. 02890-2 B. Store material in accordance with the manufacturers' recommendations and in locations which will minimize the interference with operations, minimize environmental damage, and protect adjacent areas. C. Remove and dispose of unacceptable materials from the site in accordance with the Contract Documents. 1.05 SCHEDULING AND CONFLICTS: A. Schedule Work to minimize disruption of public streets and facilities. B. Discontinue Work which will be affected by any conflicts discovered or any changes needed to accommodate unknown or changed conditions and notify the ENGINEER. 0 C) 1.06 SPECIAL REQUIREMENTS: : E p rn Y A. The use of explosives is not permitted unless provided for in the sped rovL ons Otte Contract Documents. 17 B. All work and materials incorporated into this Project shall conform to all Tph ble ol, 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. 02890-3 PART 2-PRODUCTS 2.01 ELECTRICAL: A. Service Conductor (Power Cable) shall be 600 volt, single conductor cable, shall comply with 4185.12 of the Standard Specifications and shall be U.L. listed for type "USE." The sheath shall be black for the positive cable and white for the negative cables. B. Signal cable shall be solid and conform to the requirements of IMSA 19-1 or 20-1, or latest revision thereof.The number and size of conductors shall be as specified on the plans. C. Loop detector lead-in cable shall conform to the requirements of IMSA 50-2, latest revision thereof. D. Detector loop wire shall conform to the requirements of IMSA 51-5, latest revision thereof. The encasing tube shall be polyvinyl chloride. Detector loop sealant in pavement saw cuts and holes shall be a flexible embedding sealer. E. Connectors shall be either insulated spring steel connectors or insulated set screw connectors. The spring shall have sharp edges,round edges will not be approved.gpnnectors shall be approved by the ENGINEER prior to incorporation in the Work. 5 R F. Communication and Interconnect Cable(For Underground Installation) ,r4 1. Fiber Optic Cable shall be 1 hybrid cable with 12 strands of Multi-CAW 12-stran single-mode. — -7 2. Jacket. The overall jacket shall be made of virgin, black, low density; igh`inole gru weight polyethylene. ;) G. Self-Supporting(Figure 8)Communication Cable 1. Self-Supporting (Figure 8) communication cable shall meet all requirements of Paragraph 2.O1F for communication and interconnect cable except that the cable assembly is not required to be packed with petroleum jelly. 2. Self-Supporting(Figure 8)communication cable shall contain a messenger cable made of extra high strength, 14 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. Pull tape shall be a flat polyester pull-tape with a minimum pulling strength of 1250 lbs. and permanent sequential footage markings. J. 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. K. All ground wires shall be #6 AWG, bare, solid annealed copper wire unless otherwise specified on the plans. L. All electrical equipment shall conform to the standards of the National Electrical Manufacturers Association (NEMA). All Work shall conform to the requirements of the National Electrical Code.All miscellaneous electrical equipment shall be approved. M. Circuit breakers shall conform to manufacturer's requirements. N. Video Traffic Detection System: Iteris system is preferable 1. Cameras shall have color video. 2. As an option, programming the system shall be available with the computer. Using a RS-232 communication link,the following capabilities shall be available as a minimum: 02890-4 a. Continuous or single video snapshots. The user shall be able to select both the resolution and quality of the image. b. Remote detection zone setup. c. Detector File upload/download d. Ability to store the snapshot image. e. Security Protection to Prevent Unauthorized Remote Access. 3. The system shall detect vehicles in real time as they travel across each detector zone. 4. The system shall have an RS-232 and Ethernet port for communications with an external computer. 5. The system shall accept new detector patterns from an external computer through the RS-232 port when that computer uses the correct communications protocol for downloading detector patterns. 6. The system shall send its detector patterns to an external computer through tiv RS-232 port when requested when that computer uses the correct communications ptocol for uploading detector patterns. 71 7. Up to 144 detection zones shall be supported and each detection zonetanje lied to.sa the site and the desired vehicle detection region. _{c_) -� } 8. Detection zones may be ANDed or ORed together to indicate velli q,presence 910 single detector output channel. `' 9. When a vehicle is detected crossing a detection zone, the detection zone will flasra symbol on the video overlay display to confirm the detection of the vehicle. r•, 10. Detection shall be at least 99% accurate in good weather conditions, with slight degradation possible under adverse weather conditions (eg. rain, snow, or fog) which reduce visibility. Detection accuracy is dependent upon camera placement, camera quality and detection zone location, and these accuracy levels do not include allowances for occlusion or poor video due to camera location or quality. 11. The system shall provide 32 channels of detection through either a NEMA TS 1 port or a NEMA TS2 port. 12. The system shall provide dynamic zone reconfiguration(DZR)to enable normal director operation of existing zones except the one being added or modified during the setup process. The system shall output a constant call on any detection channel corresponding to a zone being modified. 13. Detection zones shall be directional to reduce false detections from objects traveling in directions other than the desired direction of travel in the detection area. 14. The system shall process the video input from each camera at 30 frames per second. 15. The system shall output a constant call for each enabled detector output channel if a loss of video signal occurs. The system shall output a constant call during the background learning period. 16. The system shall operate satisfactorily in a temperate range from—34 C to +74 C and a humidity range from 0%RH to 95%RH, non-condensing as set forth in NEMA specifications. 17. The system shall include an RS-232 port or serial communications with a remote computer. This port shall be a 9 pin female "D" subminiature connector on the front of the system. 18. The system shall include ports for transmitting TS1 and TS2 detections to a traffic controller. The TS1 port shall be a 37 pin female "D" connector on the front of the system. The TS2 port shall be a 15 pin female"D"connector on the front of the system. 19. The video inputs to the system shall include transient voltage suppression and isolation. Amplification that shall assure the 1 volt peak to peak video signal integrity is 02890-5 maintained despite cabling losses and externally induced transients. The amplifier shall have a minimum common mode rejection at 60 Hz of 90 dB. 20. The system enclosure shall be bonded to a good earth ground. 21. The front face of the system shall contain indications to enable the user to view real time detections for up to 8 detector output channels at a time. 22. The video cameras used for traffic detection shall be furnished by the system supplier and shall be qualified by the supplier to ensure proper video detection system operation. 23. The camera shall produce a useable video image of the bodies of vehicles under all roadway lighting conditions, regardless of time of day. The minimum range of scene luminance over which the camera shall produce a useable video image shall be the minimum range from night time to day time,but not less than the range 0.1 lig to 10,000 lux. �. 24. The camera shall include auto-iris control based upon average scenafuminae and sh4ll be equipped with an auto-iris lens. 25. The camera shall include a variable focal length lens with variabl focus-chat can be adjusted,without opening up the camera housing,to suit the site geopnet. :-, i" 26. The camera electronics shall include AGC to produce a satisfactory image at;night. .: 27. The camera shall be housed in an environmentally sealed enclosure pressurized with dry gas to minimize the formation of condensate and extend the life of the camera and lens. The housing shall be field rotatable to allow proper alignment between the camera and the traveled road surface. 28. The camera enclosure shall be equipped with a sun shield. The sunshield shall include a provision for water diversion to prevent water from flowing in the cameras field of view. The camera enclosure with sunshield shall be less than 6" diameter, less than 26" long, and shall weigh less than 12 pounds when the camera and lens are mounted inside the enclosure. 29. The camera enclosure shall include a thermostatically controlled heater to assure proper operation of the lens iris at low temperatures and prevent moisture condensation on the optical faceplate of the enclosure. 30. When mounted outdoors in the enclosure, the camera shall operate satisfactorily in a temperate range from—34/C to+55/C and a humidity range from 0%RH to 100%RH. O. Traffic Monitoring Camera: Axis outdoor-ready PTZ dome network camera is preferable 2.02 CONDUIT: A. Galvanized rigid steel conduit (RS) 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. High-density polyethylene (HDPE) conduit for traffic signal applications shall be red in color with an SDR of 13.5. The number and size of conduits shall be as called for on the plans. HDPE duct plugs shall be blank expandable duct plugs with elastomeric gaskets and rope loops. C. Polyvinyl Chloride (PVC) conduit shall be Schedule 80. 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. For traffic signal applications, schedule 80 PVC may be substituted for HDPE conduit when necessary to facilitate installations in tight locations. D. Conduit fittings shall conform to the requirements of ANSI Standard Specification C 80.4, latest revision. All fittings used with rigid steel conduit shall be galvanized steel. Fittings of 02890-6 aluminum or zinc alloys are not acceptable. Bell end fittings shall be installed on the exposed ends of PVC or HDPE conduit. E. Conduit couplers shall be threaded-type for RS conduit. Conduit couplers for HDPE to HDPE connections shall be double e-loc couplers. 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. Precast concrete handholes shall be placed on course aggregate base, Iowa DOT Specification 4109,Gradation No. 5. D. Lids for precast concrete handholes shall be cast-iron. Covers shall be 'Type `Cq,checkered top), with minimum weight 165 pounds. Manufacturer's name and "Ti 6 FI$IGN " lettering shall be cast on top of the cover E. Precast concrete pipe used in constructing handholes shall be Type 2000Z.:-.) F. Handhole cable hooks shall be galvanized according to ASTM A 153. "‹r n ; !. G. Plastic loop handholes shall be Pencell PE-10, FiberProTek FC1800, Str"engwelb (Quaaikb) PT/LT,or an approved equal. c_, H. TYPE 1 Handholes shall be stackable precast polymer concrete with dimensions)measuring 17 inch x 30 inch x 30 inch deep minimum. The handhole shall have a one-piece cover with the legend "Traffic Signal" on the cover. If cover bolts are supplied, they shall not be installed but provided to the City. The handhole shall have an open bottom, be gray in color, include 4" mouse holes on two sides, and have an ANSI Tier 22 rating. The handhole cover shall be gray in color with an ANSI Tier 15 rating. 2.04 POLE AND MAST ARM ASSEMBLY: A. General 1. The mast arms, support poles, and luminaire arms shall be continuous tapered, round or octagon steel poles of the anchor base type. The poles and mast arms shall be a minimum of 7 gauge fabricated from one length of steel sheet with one continuous arc welded vertical seam, unless otherwise approved by the ENGINEER. The poles and mast arms shall be fabricated from corrosion resistant steel meeting requirements of ASTM A595, Grade C, and A606, Type 4 sheets (with minimum chemical requirements of A588, Grade D), and the base and flange plates shall be fabricated from A588 structural steel. After 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 permissible to fabricate poles and mast arms by welding two sections together. The method used for connecting the sections shall result in a smooth joint and shall be factory welded as follows: a. All longitudinal butt welds, except within one foot of a transverse butt-welded joint, shall have a minimum 60 percent penetration for plates 3/8 inch and less in thickness, and a minimum of 80 percent penetration for plates over 3/8 inch thickness. b. All longitudinal butt welds on poles and arms within one foot of a transverse butt- welded joint shall have 100 percent penetration. c. All transverse butt welds for connecting sections shall have 100 percent penetration achieved by back-up ring or bar. 02890-7 d. All transverse butt welds and all specified 100-percent-penetration longitudinal butt welds on poles and mast arms shall be examined 100 percent by ultrasonic inspection according to the requirements of AWS D1-1.80. Welding, fabrication,and inspection shall conform to the Iowa 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-1A and applicable Supplements B(Magnetic Paricle)and C (Ultrasonic). Evidence shall be presented for approval of the ENGINEER,concerning their qualifications. A report shall be required showing that welds have been inspected and either found satisfactory or found unsatisfactory but repaired and reinspected and found satisfactory.The cost of all nondestructive testing shall be paid by the supplier and will be considered incidental. 2. Pole manufacturers shall certify that only certified welding operators in accKdance with Iowa Department of Transportation Supplemental Specification for ructurt Steel were used. The welding consumables used shall be in accordance wtth_the ipiroved list furnished bythe Iowa Department of Transportation. ''r' P — y.. B. Mast Arms 1. The mast arms shall be designed in accordance with the 'AkSHTQ StAnHilrd Specifications for Structural Supports for Highway Signs, Lutnivatiecind Tralfic Signals and designed to support traffic signals and/or signs as shown on'the attached tabulation. They shall be certified by the Fabricator that the mast arms are capable of withstanding winds up to 100 miles per hour without failure.The length of the mast arms shall be as specified on the Schedule of Prices. 2. When loaded with the signals and signs the mast arms shall have a slight rise. Unloaded the maximum angle between the mast arm and horizontal shall be 4 degrees, unless approved by the ENGINEER. C. Poles 1. The pole shall be designed to support the mast arm so when it is equipped with the traffic signals and/or signs it will provide a minimum of 15.0 feet and a maximum of 19.0 feet clearance from the street surface to the bottom of the signal heads or signs. 2. The pole shall be equipped with two reinforced handholes with covers (4"x6-1/2" minimum). One handhole shall be located 18 inches above the base and 180 degrees with respect to the mast arm. The second handhole shall be located directly opposite the traffic signal mast arm. Securing the cover to the pole shall be done with the use of simple tools. 3. A lug shall be provided in the pole base near the handhole to permit connection of a #6 AWG grounding wire. D. Signal Pole and Mast Arm Loading 1. Traffic signal poles and mast arms shall be fabricated according to the standard Specifications assuming the following signal head and signing loads: a. Maximum Loading for Arms 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 Arms greater than 47 Feet Long 5-section head on end, 24"x30" sign centered 2 ft. inboard, 3-section head 12 ft. inboard, 24"x30" sign centered 14 ft. inboard, 3-section head 24 ft. inboard, 3- section head 36 ft. inboard, 18"x60" metro sign centered 28 ft. inboard, 2 3-section 02890-8 pole mounted heads, 2 2-section pole mounted pedestrian heads, luminaire, 6" backplates on all signal heads. E. Pole and Mast Arm Mounted Signs 1. The CONTRACTOR shall furnish and install all mast arm mounted and pole mounted signs shown on the traffic signal plans except street name signs. Street name signs shall be furnished by the City and installed by the CONTRACTOR. All signs shall conform to the Manual on Uniform Traffic Control Devices. 2. Sign mounting may be either a manufactured mounting bracket from a vendor or support bracketry assembled by the CONTRACTOR. All steel support bracketry shall be galvanized and the banding shall be stainless steel. Either method shall hold the sign firmly in place in winds up to 100 mph. The above Work shall include furnishing and installing all necessary signs, mounting brackets, stainless steel banding, and miscellaneous hardware to complete the sign installation in place. Ca 3. A J-hook wire support shall be provided 6" to 12" above and 90 deg%@ee with res o the opening for each mast arm and luminaire arm. The J-hook sh l ar`cirve�" diameter steel bar. F. Finish Where called for on the plans,the poles and mast arms shall be weatUieritg steel. r-1 c,) 2. Where called for on the plans, the poles and mast arms shall be garyjnized8eel per the following: rN-) a. Surface Preparation Steel plates shall be blast cleaned as necessary to remove rolled-in mill scale, impurities, and non-metallic foreign materials. After assembly, all weld flux shall be removed. The iron or steel shall be degreased by immersion in caustic solution, pickled by immersion in sulfuric acid, and rinsed clean from any residual effects of the caustic or acid solutions by immersion in a fresh water bath. Final preparation shall be done by immersion in a concentrated zinc ammonium chloride flux solution with an acidity maintained between 4.5-5.0 pH. The assembly shall then be air dried to remove any moisture remaining in the flux coat and/or trapped within the product. b. Zinc Coating The assemblies shall be hot-dipped galvanized to the requirements of either ASTM A123 (fabricated products) or ASTM A153 (hardware items) by immersion in a molten bath of prime western grade zinc maintained between 810-850 degrees Fahrenheit. Maximum aluminum content of the path shall be controlled to 0.01%and Flux ash shall be skimmed from the bath surface prior to immersion and extraction of the assemblies to assure a debris free coating. 3. Where called for on the plans, the poles and mast arms shall be powder coated over galvanized per the following: a. Surface Preparation Steel plates shall be blast cleaned as necessary to remove rolled-in mill scale, impurities, and non-metallic foreign materials. After assembly, all weld flux shall be removed. The iron or steel shall be degreased by immersion in caustic solution, pickled by immersion in sulfuric acid, and rinsed clean from any residual effects of the caustic or acid solutions by immersion in a fresh water bath. Final preparation shall be done by immersion in a concentrated zinc ammonium chloride flux solution with an acidity maintained between 4.5-5.0 pH. The assembly shall then be air dried to remove any moisture remaining in the flux coat and/or trapped within the product. b. Zinc Coating The assemblies shall be hot-dipped galvanized to the requirements of either ASTM A123 (fabricated products) or ASTM A153 (hardware items) by immersion in a 02890-9 molten bath of prime western grade zinc maintained between 810-850 degrees Fahrenheit.Maximum aluminum content of the path shall be controlled to 0.01%and Flux ash shall be skimmed from the bath surface prior to immersion and extraction of the assemblies to assure a debris free coating. c. Top Coat All galvanized exterior surfaces visually exposed shall be coated with a Urethane or Triglycidyl Isocyanurate Polyester Powder to minimum film thickness of 2.0 mils. The coating is to be electrostatically applied and cured in an oven by heating the steel substrate to between 350 and 400 degrees Fahrenheit. d. Color The finished color shall be a Green closely matching other poles in use in the City which are Valmont's Green pitts 74-gf75. e. Packaging All parts shall be packaged, wrapped, or cradled in a manneich +ill ie arrival at the destination without damage to the surface. m n G. Hardware r-- 1. The mast arms and poles shall be equipped with all necessary kaatdware..dshimrd anchor bolts to provide for a complete installation without additional-p/rts. _. -71 2. The anchor bolts shall meet the requirements of ASTM A36 or approved egtia?. 3. Bolts attaching the arms to the pole shall meet the requirements of AS' 'I A325 or approved equal. 4. The anchor bolts shall be hot dip galvanized for a minimum of 12 inches on the threaded end. The anchor bolts shall be threaded a minimum of 6 inches at one end and have a 4 inch long 90 degree bend at the other end. The Fabricator shall submit drawings for the anchor bolts and base plate design. All hardware shall be steel, hot dipped galvanized meeting the requirements of ASTM A153, Class D, or shall have an electrodeposited coating of the same coating thickness,and so designed for this purpose. 5. Anchor bolt covers, pole top covers, and mast arm end covers shall be gray cast iron castings conforming to ASTM Designation: A48 Class 30. Items supplied with weathering steel poles shall be painted to match the weathering steel poles. Items supplied with powder coated galvanized poles shall be powder coated to match the poles. H. Luminaire Extension 1. All mast arm assemblies will require luminaire extensions as noted in the plans.The pole for the luminaire extension shall provide a continuous shaft as required for the mast arm. 2. The pole for the luminaire extension shall be vertical, unless approved by the ENGINEER. Luminaire arm shall be a single curved arm, unless otherwise noted on the plans. 3. The end of the luminaire arm shall provide a 30-ft. luminaire mounting height, unless otherwise noted on the plans. 2.05 SIGNALS: A. General 1. The signal heads shall be complete with all fittings and brackets for a complete installation. Each signal shall consist of a main body assembly, optical units, necessary screws, wing nuts, eyebolts, etc., and shall be delivered completely assembled. All hardware including hinge pins, wing nuts, eye bolts or latch bolts shall be made of a solid non-corrosive metallic material to prevent seizure or corrosion by the elements. Each signal shall be smooth both inside and outside and shall contain no sharp fms or projections of any kind. The doors and visors shall be flat black. All metal parts shall be 02890-10 painted with one coat of primer and two coats of high grade Federal Black enamel. All parts of the vehicle signals shall be in compliance with the last ITE Report on Adjustable Face Vehicle Traffic Control Signal Heads. 2. The electrical and optical system of the signal head shall be designed to operate on 115 volt,single phase, 60 Hertz alternating current. 3. All exterior surfaces shall be black. 4. Main Body Assembly of the signal unit shall consist of one or more polycarbonate sections have integral cast serrations so when assembled with the proper brackets they may be adjusted in increments and locked securely to prevent moving. The sections shall be designed so that when assembled they interlock with one another. All joints between sections shall be waterproof. The sections shall be held firmly together by locknuts or other means approved by the ENGINEER. Any open end on an asstnbledal face housing shall be plugged with an ornament cap and gasket. -1 5. Doors and Optical Units a. The doors shall be made of polycarbonate. Each door shall be ofIie`hinged type and shall be held closed by a wing nut or other approved means. The hinge pins shillliSe 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 Aield each lens.The inside of each visor shall be flat black. b. Both the hinge device and the spring catch or equivalent shall be of a flexible nature which will permit the reflector holder to be pushed inwardly for at least one- sixteenth of an inch and to align itself correctly with the lens when the door of the optical unit is closed and pressed against the rim of the reflector holder. By such means, the joint between the reflector holder and the lens shall be rendered dust- tight. It shall not be necessary to remove any screws or nuts in order to swing the reflector holder out of the body section to obtain access to the light socket. 6. The wire entrance fitting shall be made of malleable iron or other approved material equipped with a standard 1-1/2"pipe fitting for attachment to the signal head. It shall be provided with weatherproofing means so that when it is attached to the top of the signal a weatherproof assembly results. Positive locking means shall be provided so that the signal cannot loosen from the fitting. The fitting shall be provided with an insulation bushing at the point where wires enter. The fitting shall be provided with self-locking features to prevent the signal head from turning out of directional adjustment in a strong wind.It shall be painted in color to match that of the signal. B. Vehicle Signals 1. In addition to meeting the requirements of Section A., Vehicle Signals shall meet the following requirements: a. All signal indications shall use Light Emitting Diode(LED)Vehicle Signal Modules. All lenses shall be prismatic and long range. The lenses shall be 12 inches in diameter. All lenses shall be made of vandal resistant polycarbonate or acrylic plastic free from bubbles and flaws. The lenses shall meet the light transmittivity and chromaticity standards established by the ITE Standard for Adjustable Face Vehicle Traffic Control Signal Heads. b. Visors shall be of the tunnel type not less than eight inches in length and shall be designed in a manner such that the visor may be easily installed or removed from the signal head. c. A terminal block shall be mounted in the back of the second section of the signal head. The terminal blocks shall be secured at both ends. d. Signals shall be shipped completely assembled with tunnel visors attached to the signal door. 02890-11 C. Pedestrian Signals 1. In addition to meeting the requirements of Section A., Pedestrian Signals shall meet the following requirements: a. Pedestrian signals shall consist of two signal sections with rectangular lenses and mounting attachments. The upper section shall display a "Hand" symbol and shall display a "Walking Person" symbol. The lower section shall be a count down timer. The two sections shall be of such design and construction as to fit rigidly and securely together with or without a spacer. No spacer shall be more than /2 inch thick. The signals shall operate with LED. b. The lenses shall be either sanded or prismatic lenses. The lenses shall be made of vandal resistant polycarbonate or acrylic plastic. The symbols on these lenses shall be at least 12 inches high and shall be designed to produce a maximum visibility both day and night. The Walk symbol shall be White LED modules and the Don't Walk symbol shall be Portland Orange LED. Both messages shall be screed on the lenses with a material which will not crack or peel. The backgroitind or Wald around both messages shall be black. rn c. Each signal lens shall be equipped with a visor not less than secheea in lei, which encloses the top and both sides of the lens. --1 c) -' u D. Optically Limiting Signal Heads rrio t$ 1. Optically limiting signal heads shall meet all of the applicable requirmcntst9f Section,A through Section B except as hereafter provided: • a. Optically limiting signal heads shall permit the visibility zone of the indication to be determined optically. The field of light coverage vertically, laterally, and longitudinally shall be controllable within one degree of any axis, without the use of tunnel visors or louvers. The projected signal indication shall be visible or selectively veiled anywhere within 15 degrees of the optical axis. 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. 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. d. Each signal lens shall be equipped with a visor, which encloses the top and both sides of the lens.The interior and exterior color shall be optical black. E. Mounting Assemblies 1. Mounting assemblies shall consist of 1-1/2 inch standard pipe and fittings. All members shall be so fabricated such that they provide plumb, symmetrical arrangement, and securely fabricated assemblies. Construction shall be such that all conductors are concealed within assemblies. Cable guides shall be used to support and protect conductors entering assembly through poles. All threads shall be coated with rust preventive paint during assembly. 2. Support brackets, trunnions, and fittings shall be made of cast aluminum, steel, or cast iron. Bracket parts except for stainless steel parts shall be given one prime coat of metal primer and two coats of high quality Black exterior enamel. 3. Mounting assemblies shall be watertight and all open segments of the fittings shall be plugged with an ornamental plug and a gasket. 02890-12 4. Mast arm mounting brackets shall be furnished with a completely adjustable stainless steel strap around arm, malleable clamp casting, vertical support tube, top and bottom signal head support with set screws,bolts,hole with rubber grommet in 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. 2.06 TRAFFIC SIGNAL LEDS: A. LED Vehicle Signal Module : � � ni 1. LED Vehicle Traffic Signal Modules shall comply with the late vision of`tf "Equipment and Material Standards of the Institute of Transportation 6gineers4 Chapter 2a: VTCSH Part 2: Light Emitting Diode(LED)Vehicle Signal Modufs(Interim)" I-+i Note the following: a. "Section 5.5 Dimming(Optional)"is not required. b. "Section 5.8 Failed State Impedance(Optional)"is required. . c. Compliance with all other sections of this standard is required. 2.07 BACKPLATES: A. Backplates shall be 0.125 inch thick thermoplastic and provide a minimum of a 5 inch black field around the assembly.Corners of the backplates shall be rounded with a 2V2-inch radius. B. Backplates shall be supplied with attaching bolts or screws in sufficient quantity to securely hold the backplates to the signal heads. 2.08 ALUMINUM TRAFFIC SIGNAL PEDESTAL: A. The pedestal shaft shall be fabricated of aluminum tubing with a wall thickness of not less than 0.125 inches. Shaft shall have a brushed aluminum finish. B. The shaft shall be attached to a square cast-aluminum base with a handhole. The size of the handhole shall be at least 8Y2 inches by 8'/z inches and equipped with a cover, which can be securely fastened to the base with the use of simple tools. A lug shall be provided near the handhole to permit connection of a#6 AWG grounding wire. C. The length of the pedestal, from the bottom of the base to the top of the shaft, shall be 10 feet. The top of the shaft shall have an outer diameter of 4'/2 inches and shall be designed to receive a pole top mounting bracket to a traffic signal. Pedestrian heads shall be side-of-pole mounted. D. Pedestals shall be equipped with all necessary hardware, shims and anchor bolts to provide for a complete installation without additional parts. E. Pedestal bases shall be breakaway and meet Federal Highway Administration (FHWA) hardware acceptance for crashworthiness according to NCHRP Report 350: Recommended Procedures for the Safety Performance Evaluation of Highway Features. Pedestal bases shall be designed to mount on four%-inch anchor bolts spaced evenly around a 123/-inch diameter bolt circle. B. 02890-13 2.09 PEDESTRIAN PUSH BUTTON DETECTORS: A. Pedestrian push button detectors shall be of the direct push without levers,handles or toggle switches. Each detector shall consist of a pressure activated non-moving button mounted in a durable case. The button shall have a two tone audible and visible momentary LED light. The button shall be entirely insulated from the case and operating button with terminals for making connections. The case shall have one outlet for %z inch pipe. The operating button shall be made of brass or other non-rusting metal alloy and shall be of sturdy design. This button shall be weatherproof. The entire assembly shall be weathertight, secure against electrical shock and of such construction as to withstand continuous hard usage. The contacts shall be normally open and no current flowing except at the moment of actuation. B. A saddle shall be provided if necessary to secure a rigid installation and neat fit. C. Push button detectors shall be given one prime coat of metal primer and two coats of high quality black exterior enamel. 0 2.10 CONTROLLERS: c -4 p A. General Design Requirements awl. 1. Purpose. It is the purpose of Section A of these specifications to setc.ibrth` initti design and functional requirements for all actuated controllerscluda in tllisl specification. 2. Electrical Requirement a. Power i. Nominal Voltage and Current. The controller shall be designed to operate from a nominal 120 volt alternating current,60 hertz power source. ii. Voltage and Current Ranges. The controller shall operate satisfactorily within a voltage range of 95 to 135 volts alternating current and a frequency range of 57 to 63 hertz. b. Controller Connections. NEMA Connection Requirement. The controller shall contain a circular twist lock type connector meeting the requirements of Part 3, Section TS 1-3.05 "Pin Connections", paragraph A. NEMA Traffic Control Systems Standard TSI-1983. c. Overcurrent Protection. The controller shall contain a front panel mounted AC power input fuse of suitable size to provide over-current protection. d. Automatic Reorientation. In the event of a power interruption,the controller shall be capable of automatic reorientation upon power resumption and shall require no manual initiation or switching. 3. Consistency of Intervals. Minimum Requirements. The length of any interval or timing setting shall not change by more than +-100 milliseconds from its set value, so long as the voltage and frequency of the power supply and the ambient temperature inside the controller cabinet remain within the tolerances specified in these specifications. 4. Interval Sequence a. General. The controller shall provide the proper intervals and interval sequence as required in the following section of these specifications. b. Required Interval Sequence. The phase and interval sequence shall be programmable to provide from two through eight phase dual ring operation with 4 overlaps as described in the latest revision of the NEMA Standards for traffic control systems. c. Skipping of Actuated Phases. If, prior to the end of the green interval of the terminating phase, neither vehicle nor pedestrian memory indicates a need for the next traffic phase, the intervals which comprise that phase shall be omitted from the interval sequence. However, once the green interval has been terminated, the phase 02890-14 causing the termination may not be omitted. This does not, however, preclude the use of recall switches which when in the "on" position, shall cause the phase to be displayed even though no detector actuations have been received. 5. Interval Setting and Functions a. Provision for Setting. The controller shall provide for the setting of each interval, portion of interval,or function by means of a positive setting on a keyboard. i. Keyboard entry shall have a user friendly interface such that in every case the meaning of a number being displayed shall be clearly evident without reference to the sequence of key strokes preceding the display and without reference to a manual or instruction sheet. The method of finding current data and of changing data shall be intuitive to the extent that little or no training is required and keystroke sequences do not need to be memorized except for security access codes. b. Location of Controls. The interval and function controls shall be located on the front of the controller and shall be properly designated as to the function each control performs. c. Required Intervals/Functions and Ranges. The required intervals, 16rtions of intervals,and functions for each phase of operation are listed in'Faille 1. d. Interval and Function Indication ..%-1 o J. i. Indication. Long life light emitting diode indications or app>`'g ec} 1 shs it"6e provided and appropriately labeled on the controller facilitate•-- e determination of operation and termination of the intervals and funds contained therein. Indication shall include but not necessarily be limited to-th'e following: Phase(s)next Dwell Phase(s)in service Walk Initial interval Ped clear Vehicle interval Force off Yellow change interval Hold Maximum termination Red clearance Gap termination ii. Call Indication. Indication shall be provided on the controller to display presence of vehicle call including memory and detector actuations and presence of a pedestrian call when pedestrian timing functions are included. 02890-15 TABLE 1 Functions and Timing to be Provided On Each Phase of Operation Minimum Range(Sec.) Increment(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 Maximum 1 1 —99 fio N Maximum 2 1 —99 n r --i� Yellow Change 0—9 4 03 --. Red Clearance 0—9 =i Walk 0-99 rn t0 !� Pedestrian Clearance 0—99 `-' 1.9 d -- Red Revert(One Per Controller) 3—9 1.0 * Maximum Initial may have fixed value of 30 Sec. e. Vehicle Recall Switch(s). A recall switch shall be provided for each actuated vehicle phase which, when asserted, shall cause the automatic return of the right-of-way to that phase in accordance with the specified interval sequence. f. Maximum Recall Switch(s). The recall switch(s) shall provide a maximum recall position which when asserted for a phase, shall cause the automatic return of the right-of-way to that phase for the duration of the maximum green interval in accordance with the specified interval sequence. g. Vehicle Detector Non-Lock Memory Switch(s). A switch shall be provided for each actuated vehicle phase which, when placed in the non-lock position, shall cause the vehicle detector memory circuit for that phase to be disabled. h. Pedestrian Recall Switch(s). A recall switch shall be provided for each actuated phase that includes pedestrian interval timing function, which when asserted, shall cause the automatic return of the controller to that phase and related pedestrian interval(s). i. Flashing of Pedestrian Clearance Interval Functions. Means shall be provided to control the flashing of pedestrian signals during the pedestrian clearance interval(s). 6. Signal Circuits. a. General. The controller shall be provided with suitable load switches, external to the controller, for closing and opening signal light circuits. Such shall be sufficient in quantity to provide the interval sequence as described in Subsection A.4.b, Section 2.10 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. 02890-16 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,TS1-1983. 7. Conflict Monitor Minimum Requirements. For actuated controllers of solid state design and construction or actuated controllers utilizing solid state load switches, a separate external signal monitoring device shall be provided to monitor the occurrence of conflicting Green or Walk indications and shall cause the signals to go into flashing operation should such conflicts be sensed. This shall conform to Part 6, NEMA TS 1- 1983.The monitor shall have an LCD Screen and an Ethernet port. 8. Flashing of Signals. a. Minimum Requirements. Means external to the controller shall be provided to permit the substitution of flashing signal indications for the normal specified interval sequence. The indications to be flashed shall be as specified here or in the included interval sequence chart on the plans. All signals shall flash red. i. Flashing Rate. Flashing shall be at the rate of not less than 50 nor nye than 60 flashes per minute with approximately 50% on and 50% o Prio84 Flali� rate shall not vary so long as the power source remains qui tft specified limits. -: .- • ii. Capacity. The operation of the flashing circuit shall be accoshesd in swch,a manner as to avoid undue pitting or burning or other damage 1 iioacRwitcha iat 10 amperes of tungsten lamp load at 120 volts, 60 hertz AC for 50 million tiro.. b. Control of Flasher Mode. i. Police panel switch. Operation of flash mode from police panel shall put operation of controller into Stop Time Mode. ii. Inside switch. An"auto-off-flash"mode switch shall be provided inside cabinet. c. Flashing of Vehicular Signals. Flashing of vehicular signal indications shall be obtained from one or more flashers, each of which is a self-contained device designed to plug into a panel in the controller cabinet. If the flashing is provided by two flashers, they shall be wired to assure that the flashing of all lenses on the same approach is simultaneous. d. Flashing of Pedestrian Signals (Pedestrian Clearance). When pedestrian interval timing functions are included, means shall be provided to permit flashing of the DON'T WALK pedestrian signals during the pedestrian clearance interval. e. Solid State Flasher. A solid state flasher with no contact points or moving parts shall be provided. The solid state flasher shall utilize zero point switching. This shall conform to Part 8,NEMA Traffic Control Systems Standards,TS 1-1983. 9. Manual Control. a. Manual Control Enable. When specified, manual commands shall place vehicle calls and pedestrian calls (when pedestrian timing is included in the controller's sequence of operation) on all phases, stop controller timing in all intervals except vehicle clearances, and inhibit the operation of the external advance input during vehicle clearance. b. Operation Without Pedestrian Timing. When concurrent pedestrian timing is not provided, one actuation of the interval advance input shall advance the controller to Green rest, from which it will immediately select a phase next and advance to the Yellow Vehicle Clearance, subject to the constraints of concurrent timing c. Operation With Pedestrian Timing. When concurrent pedestrian service is provided, two sequential activations of the interval advance input shall be required to advance through a Green interval, the first actuation shall terminate the WALK interval, and 02890-17 the second shall terminate the GREEN interval including the Pedestrian Clearance Interval. d. Automatic Timing of Vehicle Change/Clearance Intervals. All Vehicle Change/Clearance Intervals shall be timed internally by the controller. Actuations of the interval advance input during Vehicle Change/Clearance intervals shall have no effect on the controller. 10. Stop Timing. a. Suitable input from auxiliary equipment or other external sources, shall cause cessation of controller timing during assertion of such input. Upon removal of such input assertion, the interrupted interval, which was timing, shall resume normal timing. Provisions shall be made to insure that there is no conflict,between the various inputs to this function which would result in a stop time signafibr one ring affecting the condition of the other ring. C? r-�7i ;I -�: 11. Coordination -i p --- a. Minimum Requirements. Means shall be provided within the cemt ler-to perthit its interconnection into a coordinated traffic signal system when.pbidinaing de�i�es are added. As a minimum, this should include the provision of'field circuit or Hold circuit,accessible to interruption by commands external to the controller. b. Hold Feature. The controller shall contain a Hold Feature which when asserted for a particular phase shall hold that phase in a rest condition. Upon release from the Hold, the phase shall immediately advance into the appropriate clearance interval or other unexpired portion of the green, provided there is an actuation on an opposing phase. c. Force-Off Feature. The controller shall contain a Force-off Feature which, when asserted shall cause termination of the current phase provided that phase is in the extension portion. In no case shall assertion of force-off cause termination in a clearance interval or during a minimum green for vehicles or pedestrians. d. NEMA Coordination Requirements. In addition to the minimum coordination requirements specified above, the controller shall contain the coordination features for the applicable configuration included in NEMA Traffic Control Systems Standard TSI-1983. e. Closed loop Compatibility. The controller shall be fully compatible with an Eagle Signal Company computer controlled signal system. It shall allow full use of all optional functions of that computer system. 12. Environmental and Testing. a. Minimum Requirements. i. General. The controller shall maintain all of its programmed functions and timing intervals when the ambient temperature and humidity are within the specified limits of this specification. ii. Ambient Temperature. The operating ambient temperature range shall be from -30 degrees to+165 degrees F. iii. Cooling/Heating Devices.No heating or cooling devices other than standard vent fan(s)shall be required for proper operation of the controller. iv. Humidity. The controller shall be designed to operate properly within a relative humidity range of 0 to 95%up to 110 degrees F. b. NEMA Requirements. i. Environmental and Operating. The controller shall fulfill the environmental and operating requirements as described in Part 2, Section 1, "Environmental and Operating Standards",NEMA Standards TS 1-1983. 02890-18 ii. Testing. The controller shall fulfill the testing requirements as described in Part 2, Section 3, "Test Procedures", NEMA Traffic Control Systems Standard TS 1- 1983. 13. Cabinet. a. Basic Construction. The controller and all associated equipment shall be provided in weatherproof metal cabinet of clean-cut design and appearance. The controller cabinet must be large enough to accommodate a future master control unit (under separate contract, unless specified in the plans). The cabinet must be fiber and video ready. A Control Rocket Liux ES 8510 Ethernet switch shall be included. i. Construction Material. The cabinet shall be constructed of sheet or cast aluminum. ii. Door. A hinged door shall be provided permitting complete access to the interior of cabinet. When closed, the door shall fit closely to gasketing material, making the cabinet weather and dust resistant. The door shall be provided with a strong lock and key. The door shall be designed to be opened only with tete standard controller cabinet key currently used by the City of Iowa Cite sane key will be made available to the successful bidder. rna iii. Auxiliary Door. A small, hinged and gasketed "door-in-doo> Small ik includes on the outside of the main controller door. The auxiliary ;shaiLnot I1io'w access to the controller, its associated equipment, or exposectleptric4 termiryats but shall allow access to a small switch panel and compartment ashtainjng„a signal shutdown switch, a flash control switch, and other specified:)functions. The auxiliary door lock shall be equipped with a strong lock utilizirv4 keys of a different design from those provided for the main cabinet door. the auxiliary door lock shall be designed to be opened only with the standard auxiliary door key used by the City of Iowa City. A sample key will be made available to the successful bidder. iv. Door Stop. The controller cabinet door shall be provided with a stop and catch arrangement to hold the door open at angles of both 90 degrees and 180 degrees, ± 10 degrees. v. Mounting Shelves. The cabinet shall contain strong mounting table(s) or sliding way(s)to accommodate the mounting of the controller and all included auxiliary equipment. The mounting facilities shall permit the controller and/or auxiliary equipment to be withdrawn from the cabinet for inspection or maintenance without breaking any electrical connections or interrupting operation of the controller. vi. Mounting Screws. Screws used for mounting shelves or other mounting purposes shall not protrude beyond the outside wall of the cabinet. vii. Outlet and Lamp. An electrical outlet shall be furnished and located in an accessible place near the front of the cabinet and each cabinet shall be provided with LED cabinet lighting mounted in the cabinet in a manner which will provide adequate light to service all parts of the cabinet interior during nighttime hours. viii.Size. The cabinet shall be of such size to adequately house the controller, all associated electrical devices and hardware, and other auxiliary equipment herein specified. ix. Mounting. The cabinet shall be arranged and equipped for concrete base mounting. Base should be flush with the ground and a riser installed. Sufficient galvanized anchor bolts, clamps, nuts, hardware, etc., as required for the specified mounting type shall be furnished with each cabinet. 02890-19 b. Ventilation.Two thermostatically controlled duct fan units with a minimum rating of 100 CFM in free air shall be installed in the cabinet to provide forced air ventilation through the cabinet. The fan unit shall be mounted to the inside top of the cabinet and shall be easily removed and replaced without having to dismantle any part of the cabinet or exhaust duct system.The thermostat controlling the fans shall be manually adjustable to turn on between 90 degrees F and 150 degrees F with a differential of not more than 10 degrees F between automatic turn-on and turn-off. The fans shall intake air through filtered vents located near the bottom of the cabinet or cabinet door and exhaust it through a weather-proof, screened duct located near the top of the cabinet. Fiberglass type dry filters shall be used to cover the air intakes into the cabinet. These filters shall be easily removed and replaced and be of standard dimensions commercially available. The filters shall be provided wl positive retainment on all sides to prevent warpage and entry of foreigratter Wound edges. :`-_ ri c. Connecting Cables,Wiring and Panels. n — i. Connecting cables. Electrical connections from the contro (and auxin' devices when included)to outgoing and incoming circuits shill mac e in Akti a manner that the controller(or auxiliary device) can be replaced with)a similar unit, without the necessity of disconnecting and reconnecting theandividual wires leading therefrom. This can be accomplished by means of a mdhiple plug, a spring-connected mounting or approved equivalent arrangement. Correlation shall be made with connecting cable plug and controller jack as described in Subsection A.2.b., Section 2.10 of this specification. In addition to the above, a mating plug/cable assembly shall be provided for all connectors on the controller (or auxiliary device). ii. Panels and Wiring. Each cabinet shall be furnished with suitable, easily accessible wiring panel(s).All panel wiring shall be neatly arranged and firm. a) Wiring Terminals. Terminals shall be provided, as a minimum, for the following: Terminal with N.E.C.cartridge fuse receptacle, fuse,power line switch or magnetic circuit breaker,with integral power line switch,for the incoming power line. Terminal,unfused, for the neutral side of the incoming power line. Terminals and bases for signal load switches,and outgoing signal field circuits. Terminals and bases for signal flasher and outgoing signal field circuits. Terminals for detector cables. Terminals for all required auxiliary equipment. Terminals for all conflict monitor inputs and outputs. Terminals for all NEMA defined inputs and outputs Terminals for all inputs and outputs defined by the controller manufacturer which may be in addition to the NEMA defined inputs and outputs. b) Clearance Between Terminals. Adequate electrical clearance shall be provided between terminals. The controller, auxiliary equipment, panel(s), terminals and other accessories shall be so arranged within the cabinet that they will facilitate the entrance and connection of incoming conductors. c) Signal Circuit Polarity. The outgoing signal circuits shall be of the same polarity as the line side of the power service;the common return of the same polarity as the grounded side of the power service. d) Grounding Conductor Bus. An equipment grounding conductor bus shall be provided in each cabinet. The bus shall be grounded to the cabinet in an approved manner. 02890-20 d. Fusing and Surge Protection. i. Incoming AC Line. Suitable overcurrent protection,utilizing one of the methods described in Subsection A.13.c.ii, Section 2.10, shall be provided with LED indicators. ii. Branch AC Circuits. Suitable overcurrent protection devices shall be provided for each of the following AC power line input circuits: a) Controller mechanism b) Cabinet fan c) Conflict monitor d) Detector amplifiers e) Flash transfer iii. Light& Outlet Fuse. A 15 ampere fuse and indicating type of fuse holder, wired in advance of the main circuit breaker for protection of the AC power input circuits to the cabinet light and the convenience duplex recepta* shall be provided. `o ^� iv. Surge Protection. High energy transient surge protection shall b roied on lit incoming AC power lines in order to minimize potential contr9 lcr damage:Mrs shall be a gas discharge lightning arrestor-200-400 volts. A-second sdch device shall be provided on the AC power line to the controller unit= r, -r f r e. Painting. The cabinet shall be natural, unfinished aluminiWz All ,mou ti g attachments shall be natural, unfinished aluminum or fmished with two c its of high grade aluminum colored paint. f. Plastic Envelope. A heavy-duty clear plastic envelope shall be securely attached to the inside wall of the cabinet door. Minimum dimensions shall be 11 inches wide x 14 inches deep. g. Cabinet shall be Ethernet ready and have a battery back system with an automatic transfer switch. The unit shall run or flash the signals. Batteries and UPS shall be mounted in a small side mount cabinet. 14. Guarantee. The equipment furnished shall be new, of the latest model fabricated in a first-class workmanlike manner from good quality material. The manufacturer shall replace free of charge to the purchaser any part that fails in any manner by reason of defective material or workmanship within a period of 18 months from date of shipment from the supplier's factory, but not to exceed one year from the date that the equipment was placed in operation after installation. 15. Wiring Diagrams and Documentation One documentation package shall be supplied in each controller cabinet and three additional copies will be supplied for office use. Each package will consist of the following list of items for the cabinet and load facility and for each model of controller, conflict monitor,load switch,and flasher. a. Complete schematic diagram,accurate and current for unit supplied. b. Complete physical description of unit. c. Complete installation procedure for unit. d. Specifications and assembly procedure for any attached or associated equipment required for operation. e. Complete maintenance and troubleshooting procedures. f. Warranty and guarantee on unit,if any. g. Complete performance specifications(both electrical and mechanical)on unit. h. Complete parts list - listing full names of vendors and parts not identified by universal part numbers such as JEDEC,RETMA,or EIA. i. Pictorial of components layout on chassis or circuit boards. j. Complete stage-by-stage explanation of circuit theory and operation. 02890-21 B. Multi-Phase Traffic Actuated Controllers 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 of this specification shall apply in addition to certain design, operational and functional requirements hereinafter described. a. NEMA Design Requirements. The controller shall be designed in accordance with the applicable requirements, included in NEMA Traffic Control System Standard TS1-1983. b. Controller Interchangeability. Interchangeability of controllers furnished under this specification shall be achieved by connector plug interchangeabiljy as donated in Part 3,NEMA Traffic Control Systems Standard TS1-1983. �?(--) -i c. Maximum Controller Dimensions. The controller shall be no niiirl-"Tha2 9 inao o wide, 13 inches high and 11 inches deep. �?-Q 3. Operational Requirements. rra a. Mode of Operation. The controller shall provide the multi-phase iif)eratioi-idescribed in Subsections 1 and 2 of this section of the specification and shall be fu$1y actuated with means of receiving actuations on all phases. The traffic signal con)ller 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.The controller shall be Ethernet and Fiber ready. b. The controller shall also permit a non-actuated mode of operation on any of its phases by assertion of the vehicle recall function(or pedestrian recall function when such function is present)on the desired phase. c. Call to Non-Actuated Mode. The controller shall feature an input which, when asserted, shall permit the selection of non-actuated mode of operation on any of its phases. d. Operation With Auxiliary Functions/Devices. The controller shall be capable of having its basic operation expanded or augmented by the addition of auxiliary functions or devices. e. Minimum Green i. Actuated Phase. The minimum green shall consist of an initial portion Only,or a separately set Minimum Green function. If pedestrian functions are provided and a pedestrian actuation is received, the Minimum Green shall consist of a WALK interval plus a Pedestrian Clearance interval. ii. Non-Actuated Phase. In the non-actuated mode of operation, the Minimum Green on the non-actuated phase shall be equal to the values described for Actuated Phases in the preceding paragraphs or shall be equal to a separately set Minimum Green function. f. Unit Extension. The actuation of a vehicle detector during the extendible portion of an actuated traffic phase having the right-of-way shall cause the retention of right-of- way by that traffic phase for one Unit Extension portion from the end of the actuation but subject to the Maximum(extension limit). g. Maximum (Extension Limit). The Maximum or extension limit shall determine the maximum duration of time the right-of-way can be extended for a phase having successive detector actuations spaced less than a Unit Extension portion apart. h. Initiation of Maximum (Extension Limit). The timing of the Maximum or extension limit shall commence(1)with the first actuation or other demand for right-of-way on a traffic phase not having the right-of-way or (2) at the beginning of the Green 02890-22 interval if an actuation or other demand for right-of-way has been previously registered on a traffic phase not having the right-of-way or, alternatively, the Maximum may commence at the end of the initial portion of the Green interval if an actuation or other demand has been previously registered on a traffic phase not having the right-of-way. i. Transfer of Right-of-Way. The actuation of any detector on a traffic phase not having the right-of-way shall cause the transfer of the right-of-way to that traffic phase at the next opportunity in the normal phase sequence provided that there has been an expiration of a Unit Extension portion with no continuing actuation or an expiration of the Maximum (extension limit) timing on the preceding phase having the right-of-way. j. Change Clearance Interval(s) Prior to Transfer. The transfer of right-of-way to any conflicting phase shall occur only after the display of the apprcgiate change clearance interval(s). C.7 k. Rest in Absence of Actuation. m i. Minimum Rest. In the absence of detector actuation i5P-£ssertion of—recall switch(s), the right-of-way indication shall remain (rest) U l die tr`a 'fic phAse on which the last actuation occurred. " r•-; =`? d : i ii. Rest in All-Red. In the absence of detector actuation -or--assertion c}€,ocall switch(s), the controller, after display of the appropriate eiearance nterval(s) on the last phase having the right-of-way, shall rest in Red (kid associated Pedestrian DON'T WALK indications)on all phases until detector actuations are received. 1. Memory Feature. Unless precluded by the operation of non-memory feature, the following memory retention shall be provided in the controller. i. Memory Change During Clearance Interval(s). An actuation received during a change clearance interval for a traffic phase shall cause the right-of-way to return to that phase at the next opportunity in the normal phase sequence. ii. Memory If Phase Terminated by Maximum (Extension Limit). If the right-of- way is transferred by the operation of the Maximum or extension limit, the traffic phase losing the right-of-way shall again receive it without further actuation at the next opportunity in the normal phase sequence. m. Pedestrian Timing Operation. When pedestrian timing functions are specified in the General Design Requirements of this specification,the following pedestrian function operation shall be provided. i. Pedestrian Timing With Non-Actuated Phase. In the non-actuated mode of operation, a WALK interval shall be provided simultaneously with the associated Minimum Green interval of the non-actuated phase. A flashing DONT WALK Pedestrian Clearance Interval shall follow the WALK interval, during which the Green traffic phase continues to be displayed. ii. Pedestrian Timing With Actuated Phase. When pedestrian actuation is received, a WALK interval shall be provided concurrently with the associated Green traffic phase interval. A flashing DON'T WALK Pedestrian Clearance interval shall follow the WALK interval during which the Green traffic phase continues to be displayed. iii. Condition in Absence of Pedestrian Call. In absence of pedestrian actuation or assertion of pedestrian recall function, pedestrian signals shall remain in a DON'T WALK condition. 02890-23 iv. Recycle of Pedestrian Functions. In the absence of opposing phase demand, it shall be possible to recycle the pedestrian interval functions to succeeding pedestrian actuations without change in vehicle indications. v. Pedestrian Actuation Memory. Pedestrian actuations received by a phase during steady or flashing DON'T WALK indications of that phase shall be remembered and shall cause the controller to provide pedestrian timing functions for that phase at the next opportunity in the normal phase sequence. vi. Non-extension of Pedestrian Intervals. Successive pedestrian actuations shall not cause extension of the pedestrian intervals. n. Advanced Operational Features. When certain advanced operational features are specified in the General Design Requirements of this specification, the controller shall provide the following operation. i. Volume Density Operation. C3 N a) Variable Initial. Utilizing the specified mode selectedCto 1*,vide—pls function, the controller shall enable an increase in th iirt oFthe I ial portion of the Green interval of a phase based upon thee n►}mhen of traffic actuations stored on that phase during its YELLOW and D interval. Fri b) Time Waiting Gap Reduction. Utilizing the functi ii sppeifieds the controller shall enable a reduction in the Extension gnrtion o 'the Green interval of the phase having the right-of-way in proportion `t6 the time elapsed from the registration of an actuation on an opposing phase or from the beginning of the Green interval,whichever occurs later. ii. Dual Maximum (Extension Limit) Operation. Assertion by external command for the operation of a Maximum II function for a phase shall cause the controller to provide the timing value for that function in lieu of the normal maximum value. o. NEMA Operational Requirements. In addition to the basic operational requirements specified above, the controller shall provide the operational features for the applicable configuration included in the NEMA Traffic Control Systems Standard TS 1- 1983. 4. Functional Requirements. a. Basic Functional Requirements. Functional requirements for the multi-phase traffic actuated controller shall be as specified in the General Design Requirements of these specifications. b. NEMA Functional Requirements. In addition to the basic functional requirements specified above,the controller shall provide the functional features for the applicable configuration, included in the NEMA Traffic Control Systems Standard TS1-1983. c. Overlaps. When required by the interval sequence chart in the General Design Requirements of these specifications, overlap(s) shall be provided by the controller and may be implemented via internal or external logic. 5. Enhanced operation. a. Preemption. A minimum of two preemption inputs shall be provided. These shall be designed for railroad or emergency vehicle preemption and shall provide the ability to set the delay before start of preempt sequence and the duration of the preempt sequence. It shall also be possible to define the status of each phase as red, green, flashing yellow, or flashing red during the preemption period and to provide an orderly transition into and out of the preemption period. b. Coordination. The controller shall be capable of emulating a 3 dial/3 split/3 offset pretimed controller coordinated with a 9 wire interconnect system. 02890-24 c. Time Base Functions. The controller shall have the capability to provide internal time based coordination. In addition it must provide a minimum of two auxiliary outputs controlled by the time base coordination which can be fully programmed on a time basis to control external devices on a cycle by cycle,time of day,day of week, and/or holiday schedule on an annual basis. 6. Remote Flash. A remote flash input is required which will provide for the remote implementation of flashing operation consistent with the requirements of the MUTCD. This shall include a means of programming a "Flash Entry Phase" and a "Flash Exit Phase." 2.11 EQUIPMENT AND MATERIALS: A. Equipment and materials shall be of new stock unless the plans provide for the use of existing equipment, or equipment furnished by others. New equipment and materials shall be the product of reputable manufacturers of electrical equipment and shall meet theapproval of the ENGINEER. C' I .71 iLD –` — rn M r: 02890-25 PART 3-EXECUTION 3.01 GENERAL: A. The CONTRACTOR shall furnish and install all equipment and materials necessary for a complete and operative signal installation as shown on the plans and described in the Contract Documents. B. The CONTRACTOR shall be a licensed electrical contractor in accordance with City Ordinance and adherence to local Building Code shall be met. C. CONTRACTOR Qualifications Trained and experienced personnel shall supervise the fiber optic cable installation. Qualified technicians shall make the cable terminations and splices. The CONTRACTOR upon request of the ENGINEER shall provide documentation of qualifications and experience for fiber optic equipment installations. The ENGINEER shall determine if the CONTRACTOR is qualified to perform this work. The CONTRACTOltsball Imre atterrlfd a certified fiber optic training class mandated by the specifications prior:4(3 parting work„_ r.D. The CONTRACTOR will be responsible for incidental sidewalk remand-replacement necessary to complete the signal construction. All waste material ";deb4s shat "to disposed of at a sanitary landfill at the CONTRACTOR's expense. ;_ E. All incidental parts which are not shown on the plans or specified herein, and which are necessary to complete the traffic signal,or electrical systems, shall be furnished`aiid installed as though such parts were shown on the plans or specified herein. All systems shall be complete and in operation to the satisfaction of the OWNER at the time of completion of the work. F. The CONTRACTOR shall perform all work required and furnish all labor, materials, equipment, tools, transportation and supplies necessary to complete the work in accordance with the Contract Documents. The ENGINEER or his representative shall have full freedom to observe all phases of the work performed by the CONTRACTOR and to discuss all matters dealing with the quality and progress of the work. G. The Standard Specifications for Highway and Bridge Construction, current Series, Iowa Department of Transportation, as modified by these contract documents shall apply to this Special Provision. The above specifications are referred to as the Standard Specifications.Part 1 of the Standard Specifications shall not apply to this section. 1. The following Iowa Department of Transportation Supplemental Specifications shall also be considered a part of these Special Provisions. a. Specification 5025 b. Supplemental Specification for Traffic Controls for Street and Highway Construction and Maintenance Operations,March 26, 1991. c. Specification 5040 d. General Supplemental Specification for Construction Projects,January 7, 1992. H. The installation of the signals and signs shall be in conformance with the "Manual of Uniform Traffic Control Devices for Streets and Highways",2009 edition,latest revision. I. The video detection system shall be installed as recommended by the supplier and as documented in installation materials provided by the supplier. J. Miscellaneous Equipment The CONTRACTOR shall furnish and install all necessary miscellaneous connectors and equipment to make a complete and operating installation in accordance with the plans, 02890-26 standard sheets, standard specifications, special provisions,and accepted good practice of the industry. 3.02 QUALIFICATIONS,SERVICE CALLS,AND WARRANTY: A. CONTRACTOR's personnel are required to be knowledgeable of the traffic signal controller operation and wiring. Controller manuals and wiring schematics will be provided to the CONTRACTOR for his use on the project. These documents must be returned undamaged at the end of the project. B. The Traffic Engineering Department will provide part-time observation of the CONTRACTOR's work. The Department's representative will be available during normal working hours (7:00 A.M.-3:30 P.M.) to review the CONTRACTOR's work. CONTRACTOR shall provide four hours advance notice to the Department for review of the work. Any service calls or review of the CONTRACTOR's work outside of the 1partment's normal working hours will be billed to the CONTRACTOR. C. The Traffic Engineering Department will continue to provide servic*call iiinten1 during the project. If it is determined that the malfunction wig-daus'ed by... the CONTRACTOR's work, then the CONTRACTOR will be billed for the ilat ials)abor avid equipment required to correct the malfunction and/or damage. = r� D. The CONTRACTOR shall guarantee all his work against defects due to=or worianaiaship or materials as specified in the Contract Documents. 3.03 CONCRETE BASES FOR POLES AND CONTROLLER: A. Concrete bases for poles and controllers shall conform to the plans and Section 2403 of the Iowa DOT Standard Specifications. B. Excavations for bases shall be made in a neat and workmanlike manner. Whenever the excavation is irregular, forms shall be used to provide the proper dimensions of the foundations below grade. Construction of the bases may require hand excavation to verify location of utilities. C. The material for the forms shall be of sufficient thickness to prevent warping or other deflections from the specified pattern. The forms shall be set level and means shall be provided for holding them rigidly in place while the concrete is being placed. When located in a continuous sidewalk area,the top of the pole bases shall be set flush with the sidewalk or pavement surface. D. All reinforcing bars, conduits, ground rods, and anchor bolts shall be installed rigidly in place before concrete is placed in the forms. Cap and protect conduit ends before placing concrete. E. Anchor bolts for the signal poles or the controller shall be set in place by means of a template constructed to space the anchor bolts in accordance with the manufacturer's requirements. The top of the bolts shall not vary more than 1/4 inch. The center of the template and the center of the concrete base shall coincide unless the ENGINEER directs otherwise. F. The top of the base shall be finished level and the top edges shall be rounded with an edger having a radius of 1/2 inch. The exposed surface of the base shall have a wood floated surface finish. Exposed concrete surfaces shall be cured using white-pigmented curing compound or plastic film meeting the requirements of Article 4106.02 of the Iowa DOT Standard Specifications. G. The bottom of the foundations and bases shall rest securely on firm undisturbed ground. Where the foundation or base cannot be constructed as shown on the plans because of an obstruction, the CONTRACTOR shall use other effective methods of supporting the pole as may be designated by the ENGINEER. 02890-27 H. After the concrete is placed in the form, it shall be vibrated with a high-frequency vibrator to eliminate all voids. I. After the foundation or base has been poured, absolutely no modification of any sort may be made. If the anchor bolts, conduit, or any part of the foundation or base is installed in an incorrect manner as determined by the ENGINEER, the entire foundation or base shall be removed and a new foundation or base installed. The CONTRACTOR shall bear all costs of replacing work deemed unsatisfactory by the ENGINEER. J. Unless otherwise specified, anchor bolts for poles where arms are to be perpendicular to the centerline of the street shall be installed so that a line through the center of one anchor bolt farthest from the curb and extended through the center of the adjacent anchor bolt closest to the curb will be perpendicular to the centerline of the street to within two degrees of arc unless otherwise specified. K. Prior to setting poles, the anchor bolts shall be covered in such a manner as to protect them against damage and to protect the public from possible injury. L. Each base location shall be approved by the ENGINEER prior to -construgon. Base dimensions shown on the plans are minimum dimensions and based on sta g- oil-cunditi Should extremely loose or sandy soil be encountered, the CONTRACTORaall:contaculi ENGINEER for necessary base alterations. — M. Where shown on the plans, the CONTRACTOR shall remove the top of extstin.,mast footings, anchor bolts, and conduits to 36" below the existing top of curb or edge...gf pavement elevation. Waste materials shall be removed from the site and disposed in accordance with local regulations. Backfilling for the removal shall be performed with mechanical compaction equipment meeting the requirements for backfilling conduit. The upper 6" of the removal area, if outside the proposed pavement, shall be backfilled with black dirt. 3.04 HANDHOLES: A. Handholes shall be either built in place in an excavation made in a neat workmanlike manner or shall be a precast unit conforming to the requirements of the plans. B. When the use of forms is required, they shall be set level and of sufficient thickness to prevent warping or other deflections from the specified pattern. A means shall be provided for holding them rigidly in place while the concrete is being placed. C. The ends of all conduit leading into round 24" concrete handholes shall fit approximately 2 inches beyond the inside walls. A drain conforming to the dimensions shown on the plans shall be constructed in the bottom of concrete handholes unless otherwise specified. D. Frames and covers for handholes shall be set flush with the sidewalk or pavement surface. When installed in an earth shoulder away from the pavement edge, the top surface of the handhole shall be approximately one inch above the surface of ground. When constructed in unpaved driveways, the top surface of the handhole shall be level with the surface of the driveway. E. All conduit openings in the handholes shall be sealed with an approved sealing compound after the cables are in place. This compound shall be a readily workable soft plastic. It shall be workable at temperatures as low as 30 degrees F, and shall not melt or run at temperatures as high as 300 degrees. F. Precast polymer concrete and plastic loop handhole construction shall meet the requirements of the details shown in the plans. A drain conforming to the dimensions shown on the plans shall be constructed in the bottom of polymer concrete handholes unless otherwise specified. G. Grout conduit access after installing conduit. H. Install galvanized cable hooks if not precast with 24"round concrete handholes. 02890-28 3.05 CONDUIT: A. Conduit shall be placed as shown on the plans. B. Unless approved by the ENGINEER, conduit shall be installed without change in direction directly from one structure to another. Change in direction may be allowed for physical restrictions such as right-of-way restrictions, utilities, location of roadway slopes, retrofitting existing conduit stubs,and certain short sections of conduits. C. Rigid Steel Conduit 1. Nipples shall be used to eliminate cutting and threading of rigid steel conduit where short lengths of conduit are required. Where it is necessary to cut and thread steel conduit, exposed threads will be field galvanized. 2. All conduit and fittings shall be free from burrs and rough places. Standard manufactured elbows, nipples, tees, reducers, bends, couplings, union, etc. of the same materials and treatment as the straight conduit pipe shall be tightly connected to the conduit.,..., 3. All conduit ends shall be provided with a bushing to protect the cie frotpbrasion, except for open ends of conduit being placed for future use. Bushijgnforjigid St'1 conduit shall have grounding fittings which shall be connected to the44 oimdiiig system by a#6 ground wire as contained in these specifications. =n _y' 4. All rigid steel conduit placed for future use shall be threaded and cappg witl#,threg44 metal pipe caps. 5. All conduits shall drain, except for specific locations approved by the ENGINEER. CONTRACTOR will not be allowed to bend conduits upward to accomplish the conduit clearances shown on the 24"round handhole details. D. PVC and HDPE Conduit 1. Provide pull tape in each conduit in each segment of the route. Secure pull tape to duct plug at each end. 2. Conduit shall extend into handholes and turn up if HDPE conduit. See detailed drawings for handhole installation. 3. Conduit shall be installed using the industry standard installation equipment and methods. 4. A site survey of the installation of the conduit shall be made by the Contractor prior to beginning work. 5. Cut conduit square using a saw or pipe cutter; de-burr cut ends. 6. Conduit shall be field joined by either fusion methods or mechanical couplings. Use only those mechanical couplings.specified. As-built markups shall reflect the station number of coupled joints. 7. Plug both ends of unused conduit using approved duct plugs. Protect installed conduit against entrance of dirt and moisture before and after installation. 8. Manufacturer's recommended installation tension shall not be violated. 9. Damaged conduit shall be replaced with new. 3.06 TRENCHING AND BACKFILLING FOR TRAFFIC SIGNALS: A. Secure written approval of the City prior to any trenching or excavation within the drip line of any tree. B. Trenches shall be excavated to such depth as necessary to provide 18 inch to 24 inch cover over the conduit. All cinders, broken concrete or other hard abrasive materials shall be removed and shall not be used for backfill. The trench shall be free of such materials before the conduit is placed. No conduit shall be placed prior to inspection of the trench by the ENGINEER. 02890-29 C. All trenches shall be backfilled as soon as possible after installation of conduit. Backfill material shall be deposited in the trench in layers not to exceed 6 inches in depth and each layer shall be thoroughly compacted before the next layer is placed. Hard materials shall not be placed within 6 inches of the conduit. D. Whenever excavation is made across parkways, gravel driveways, or sodded areas, the sod, topsoil, crushed stone and gravel shall be replaced or restored as nearly as possible to its original condition and the whole area involved shall be left in a neat and presentable condition. Concrete sidewalk pavements, and base courses and bituminous surfaces shall be replaced with new materials and the cost shall be incidental to the work. 3.07 PUSHED CONDUIT: A. It is intended that all conduit be placed without disturbing the existing pavement, and the term "pushed" is used. "Pushed" conduit shall be placed by jacking, pushing, boring or any other means necessary to place the conduit without cutting or removing pavement' B. Removal of pavement will require prior approval of the ENGINED. epemef removed pavement will be done according to plan details and no additiai4tioayl.ant wilt made. c. — 1�-- C. Plan quantities for pushed conduit include at least two feet of pushed,�A�0duit behinck e h , ; curb. D. The maximum conduit depth at handholes for all conduits, including pushed cpAduit,'is`as shown on the plans. CONTRACTOR must push a mole (without conduit) at lust four (4) times before consideration will be given to allowing an upward bend in the conduit. 3.08 ELECTRICAL: A. All conductor cable combinations shall be shown on the plans. No substitutions will be permitted. Each signal head shall be wired separately from the handhole compartment in the pole base to the signal head. B. The signal cable color codes shall be as follows: Iowa City Color Codes 1 tape=Left turn signal; 2 tape=Through signals; 3 tape=Right turn signal. Tapes shall be color coded as follows: Blue=NE Corner; Orange=Southeast Corner; Yellow= Southwest Corner; Green=Northwest Corner. Video cable tapes shall be similarly color coded. 4 Conductor Cables Green Ball- Green Yellow Ball - Black Red Ball- Red Sig. Common- White 7 Conductor Cables Green Ball- Green Yellow Ball- Orange Red Ball - Red Green Arrow - Blue Yellow Arrow or Flashing Yellow Arrow if used- Black 02890-30 Sig. Common- White&W/BK 9 Conductor Cables Pedestrian Signals Walk—main st Green Don't Walk—main st Red Walk-side st Green\Blk Don't walk- side st Red\Blk Sig.Common- White Pushbutton- main st Orange Pushbutton—side st Black PB Common- W/BK N O C. One electrical splice in the handhole compartment of the pole base wilEbe allev*ed for the signal circuit wiring. All signal circuit cable runs shall be one contin> '.le of ce from the connections made in the handhole compartment of the signal ale "`'ses tq'" e terminal compartment in the controller base. Street lights will be fused Atitla 5 a np fuse in each pole base using a Type HEB-AA Fuseholder. .GrfY, -a ill D. Conductor groupings and splicings may be made in the terminal ajfart*nt in` e controller cabinet. = c_) E. The loop detector lead-in cable shall be one continuous length of cable from fhe terminal compartment of the controller cabinet to a splice made with the loop detector wires in the first handhole or pole base handhole compartment provided adjacent to the loop detector. Details of the loop detector splices are shown on the plans. F. Cables shall be pulled through conduit by means of a cable grip designed to provide a firm hold upon the exterior covering of the cable or cables, with a minimum of dragging on the ground or pavement. This shall be accomplished by means of reels mounted on jacks or other suitable devices. Frame-mounted pulleys or other suitable devices shall be used for pulling the cable out of conduits into handholes. Only vegetable lubricants may be used to facilitate the pulling of cable. Contractor shall leave a pull string in each conduit. Each signal cable shall be identified with the City's taping spec in the controller cabinet, handholes, pole base handhole, pedestal handhole and at any splice or junction location. Identification ties shall be provided both on the cable from the controller and the cables leading to the heads for a splice in a pole base handhole. In addition, the cables shall be identified in each handhole and at the pole bases using colored tape as follows: 1 tape=Left turn signal; 2 tape=Through signals; 3 tape=Right turn signal. Tapes shall be color coded as follows: Blue=NE Corner; Orange= Southeast Corner; Yellow= Southwest Corner; Green=Northwest Corner. Video cable tapes shall be similarly color coded. G. Cable slack shall be as follows: four feet in handholes two feet in signal bases two feet in the terminal compartment of the controller base No slack will be allowed in the loop detector lead-in cable after the initial splice. H. Connectors shall be of the proper size for the number and size of the wires being connected. I. Wire ends must be thoroughly cleaned after the insulation is stripped off to insure complete contact with another wire, or the connector. If strands are damaged when the insulation is removed, the section of the cable must be discarded. Nicked or damaged conductor strands will not be permitted inside of connectors. Loose wire ends shall not be used as "shims" to make a connection. 02890-31 J. Electrical tape shall not be applied to the finished connections. Signal cable insulation shall extend beneath the insulated portion of the connector. Any connection with exposed bare wire shall be redone by the CONTRACTOR. K. Covered connections must be arranged so that they will not be in contact with the metal poles. Connections in the poles shall be pointed up to prevent accumulation of moisture in the connection. L. Loop detector splices shall be capable of satisfactory operations under continuous immersion in water. M. Cable connections in signal heads and controller cabinets shall be made at the terminal blocks provided for this purpose. All stranded wires inserted under a binder head screw shall be equipped with a solderless pressure type spade connector with a pre-insulated shank. All solid wire shall have an eye and shall not have a terminal connector. N. Service cable shall be continuous from the disconnect switch located on the sece pole to the terminal compartment of the controller cabinet. o O. Interconnect cable or fiber shall be continuous from controller to contraa racer wife shall be installed in all conduits with signal cables, detector lead-in cablegot.cox nunicatien cables. The tracer wire shall be identified in the controller cabinet, handbgles, and poles by means of identification tags. The tracer wire shall be spliced in theolei,to form a continuous network.The tracer wire shall have an orange jacket. _- 3.09 POLE ERECTION: c; A. All poles are to be erected vertically and securely bolted to the cast-in-place concrete foundations at the locations shown on the plans. B. Leveling shall be accomplished by the use of nuts on each anchor bolt. One nut shall be turned on each anchor bolt and the pole placed in position on these nuts. The top nuts shall then be placed loosely and the pole adjusted to the vertical position by adjusting both the upper and lower nuts. C. After the pole is securely fastened, install metal strips in the area between the pole and the base.The metal strips and the method of attachment shall be approved by the ENGINEER. D. Each pole shall be grounded from the pole to the foundation ground rod by a No. 6 AWG bare copper ground wire. E. Poles shall be placed so that modifications and/or attachments are correctly oriented, as indicated on the plans. F. The foundations must be given seven days to cure before poles are erected. The centers of the poles are to be set back from the curb, a distance shown on the plans. Poles shall be erected so that they are plumb with traffic signals installed, in line, and all the same relative height above the centerline of the street and with the mast arms correctly oriented as shown on the plans. G. Poles must be erected so that they are plumb with traffic signal heads. The manufacturer recommendation for raking should be observed when setting the pole to assure that it is plumb when the load is applied. H. Mast arm assemblies shall be furnished and installed by the CONTRACTOR. When pre-used painted mast arm assemblies are specified, the CONTRACTOR shall prime and paint the mast arm assemblies with the following method: 1. Remove all rust, scale, and loose paint from the surface by sanding or power tool cleaning (SSPC-SP-3). CONTRACTOR to use care when power tool cleaning to avoid burning, polishing, or grinding surface dirt into the existing paint surface. Hand tool cleaning(SSPC-SP-2)will be allowed only in areas inaccessible to power tool cleaning. 02890-32 2. Remove all chalking, dirt, and other foreign material from the entire surface by application of petroleum solvent (i.e. paint thinner, mineral spirits, etc.) and wiping the entire surface with clean rags. 3. All bare metal surfaces exposed by the cleaning operation shall be spot primed the same day to avoid flash rusting. 4. After the primed areas have dried,apply one coat of finish paint. 5. Primer and paint must be approved by the ENGINEER. 3.10 SIGNALS: A. All signal faces and indicators shall be furnished by the CONTRACTOR and installed as shown on the plans. Pole mounted signal heads and pedestrian push buttons are shown on the plans and schematic drawings in schematic form only. Pole mounted signal heads are generally intended to be mounted on the face of pole with respect to oncoming traffic. (See Signal Head Mounting Details.) Modifications to this are required when the viewgf the pole mounted signal indication is blocked. (See Paragraph 3.11E). Pedestrianjush bXtons shall be installed on the face of the pole in 90° increments with respect to the-mast arm. The push button shall be located on the pole face so the arrow on the R10-4 sign dir is parnd+estritits the appropriate crosswalk. B. All optically limited signal heads shall be properly masked to limit tkeir1ield�f vias • directed by the ENGINEER. c-3 C C. Backplates shall be installed and properly secured for the traffic signal f ,� D. All signal heads shall be kept securely covered until such time as the signals ccare put into operation. E. The location of signal heads in which the view of the indications is blocked or partially blocked by utility poles, trees or other physical obstructions shall be adjusted to a location approved by the ENGINEER. Standard heights and locations shown on the plans are typical for unobstructed locations. Signal heads installed without approval of the ENGINEER, which in the opinion of the ENGINEER are obstructed, shall be relocated at the CONTRACTOR's expense. Holes in the poles due to this signal relocation shall be plugged in a manner acceptable to the ENGINEER. 3.11 CONTROLLER: A. The controller cabinet shall be mounted with the back of the cabinet toward the intersection such that the signal heads can be viewed while facing the controller. B. All field wiring must be directly attached to the wiring lugs.Attachment of wiring shall be in a neat and workmanlike manner. All connections at the controller shall be done by City Traffic Engineering personnel. C. All conduit openings in the controller cabinet shall be sealed with an approved sealing compound. This compound shall be a readily workable at temperatures as low as 30 degrees F and shall not melt or run at temperatures as high as 300 degrees F. D. All wiring diagrams, service manuals, instructions for installing and maintaining the equipment and advice as to timing and operation shall be delivered to the ENGINEER in good condition. E. The ENGINEER or his representative shall inspect the installation before activation and shall be present at the time the controller is activated to assure that the controller is installed in accordance with the manufacturer's recommendations. 02890-33 3.12 GROUND RODS: A. Ground wires shall be connected to ground rods with one piece nonferrous clamps which employ set screws as tightening devices.Connections to ground rods need not be taped. B. Each steel pole or pedestal shall be firmly connected to the ground rod provided,by means of the grounding terminal specified in these special provisions. Placing the ground wire under an anchor bolt nut,anchor bolt cover, or similar device will not be permitted. 3.13 EQUIPMENT TESTING: A. The result of all testing shall be recorded along with date of test, name of person performing test, brand name, model number, serial number of equipment used during test, and any other pertinent information and data. B. When the CONTRACTOR's work is complete and the project is open to normaElraffic, the CONTRACTOR shall notify the ENGINEER in writing the date the sigi will be ready,for testing. C. Initial traffic signal timings and timing adjustments will be performed by the-ENGINEER- D. Upon concurrence of the ENGINEER, the CONTRACTOR shall pTgrP any sign l-4n operation for a consecutive 30-day test period. Any failure or malfunction1?th aquipin etit supplied or installation performed by the CONTRACTOR shall be correeied of.Ake CONTRACTOR's expense and the signal tested for an additional 30 consecutivety period. This procedure shall be repeated until the signal equipment has operated satisfactofily for 30 consecutive days. E. If the signal is to operate independently of other signals or signal systems, it shall be tested as a single installation. F. If the signal is part of a system, the test period shall not be started until all signals in the system are ready to be tested. The system shall be tested as a unit. G. The CONTRACTOR shall initiate correction of any failure malfunction of the signal installation within 24 hours of notification by the ENGINEER. The ENGINEER will correct any failure or malfunction of the signal installation not investigated by the CONTRACTOR within the above time period, and will deduct its expenses from the CONTRACTOR's final payment. H. Ground testing shall conform to Section 2523.21 of the Iowa DOT Standard Specifications for Highway and Bridge Construction. 3.14 CLEAN-UP: A. Upon completion of the work in this Section, remove from the site all rubbish, trash debris resulting from operations. Leave the site in a neat and orderly condition. 02890-34 PART 4-METHOD OF MEASUREMENT AND BASIS OF PAYMENT 4.01 METHOD OF MEASUREMENT: Measurement for Traffic Signalization will be as follows: A. This item will be the lump sum for Traffic Signalization. Measurement for Removal of Traffic Signalization will be as follows: B. This item will be the lump sum for Removal of Traffic Signalization. 4.02 BASIS OF PAYMENT:: N Payment for Traffic Signalization will be as follows: t? m Tl1 �= ca A. Payment for Traffic Signalization shall be full compensation for supplying-aWequipmenty'-- labor,and materials necessary to install,erect, and operate a complete, funct of nal t signal system,including but not limited to traffic signal poles,mast arms,bases, steal heads, luminaires on combination street light/signal poles,wiring,conduits,handlboes, controllers,cabinets,coordination with utilities,video detection system,testing, agc;all other miscellaneous hardware, software or any other items necessary to complete the traffic signal system in place.Payment also includes full compensation for salvaging existing traffic signal equipment for City pick-up as well as salvaging, relocating, and reinstalling existing signal equipment as specified in the plans and specifications. Payment for Removal of Traffic Signalization will be as follows: B. Payment for Removal of Traffic Signalization shall be full compensation for removing all existing traffic signal equipment at the designated intersections including all signal poles, signal heads,pedestrian heads,pushbuttons, signal pole mounted signage,wire,handholes, conduit, signal cabinets and controllers,cabinet footings, and signal pole footings to a minimum of 36"below finished grade. 02890-35 Schedule of Unit Prices TRAFFIC SIGNALIZATION US HIGHWAY 6 AND SYCAMORE ST HOrial/d Otr*/ Etdaeded Price No. Item Description MID UM Coat 1 NEMA Sold Stale Cortrolei and Accessories EA S 1 S 2 NEMA Cabinet and Accessories with Meter Socket and 2 Breaker Disconnect EA $ 1 $ 3 24"Cabinet Riser EA $ 1 S 4 Unntenuplble Power Supply(UPS)System EA S 1 $ 5 Concrete Cabinet Footing and Pad EA S 1 S 8 Video Detection System 4 Cameras,1 PTZ Traffic Monitoring Camera,Cats Cable, EA $ 1 S Cabinet Accessories,Hardware,Brackets,Camera Risers,and Miscelaneaus As Needed 7 NSTALL ONLY:Combination Signal Pole,40'Mast Arm,Include 15'Single Tapered Style EA $ 1 S Lunnaire Arm with 30'Mounting Heigh Anchor Base,Galvanized 8 INSTALL ONLY:Combination Signal Pole,4T Mast Arra Include 15'Single Tapered Style EA S 1 S Luminaire Arm with 30'Mounting Height,Anchor Base,Galvanized 9 INSTALL ONLY:Combination Signal Prole,BT Mast Arm,Inc ide 15'Single Tapered Style EA $ 2 S Lunnaire Arm with 30'Mounting Height,Anchor Base,Galvanized 10 INSTALL ONLY:Pedestal Pole for Mounting Pedestrian Head(Sided-Pole Mart)and EA ,$ 3 e.S . , t-J Pushbutton,10'Height s :•-t"—: l vv..ii 11 3—Section Signal Head,12'RYG,w/Backplate,Mast Ann Mooted(Al LEDs) EA $ 6 S—' rTi 1 C.) 12 3-Section Signal Head,12"RYG,wlBackplate,Side-of-Pole Marled(Al LEDs) EA $ 2 c-7,,5..0 (,...... 13 4-Section Signal Head,1Y RYFYG Arrows wl Fleshing Yellow Len Tim Arrow,wl Backplate, EA 4 '"--(--) +1 Mast Arm Mouted(Al LEDS) $ z-e,41_- :71 14 5-Section Signal Head,1r Cluster WI Yelow&Green Right Tun Arrows,WI Backplate, EA $ 1 ____I'.; _ Mast Arm Mounted(Al LEDs) EA $ S " :� 15 2-Section,12"Countdown Handl Man Pedestrian Head,Al LEDs LF s 8 S 16 Pedestrian Pushbuttons LF $ 5 S C_.-1 17 2"HDPE Conduit LF $ 173 S 18 3"HDPE Co xkat LF $ 268 $ 19 4"HDPE Conduit LF $ 189 S 20 PulTape LF $ 812 S 21 Tracer Cable 1010 LI $ 612 S 22 Bare Copper Grand il6 LF $ 567 S 23 lc#3 Service Cable LF S 124 S 24 1 ca 10 Street Light Power Cable LF 5 1545 S 25 Coax r Power 1 Focus Cable for Video Detection Cameras LF $ 1088 S 26 9ct014 Signal Cable LF $ 711 S 27 4cr 14 Signal Cable EA $ 1228 S 28 70#14 Signal Cable EA $ 1268 5 29 Concrete Fooling,3.0'Diameter X 20.0'Deep Footing EA S 1 S 30 Concrete Fooling,3.0'Diameter X 18.0'Deep Footing EA S 1 S 31 Concrete Footing,3.0'Diameter X 11.5'Deep Footing EA $ 1 S 32 Concrete Fooling,3.0'Diameter X 10.5'Deep Footing EA S / S 33 Concrete Footing,2.0'Diameter X 3.0'Deep Footing EA S 3 S 34 Handhale,Type 1,177010" EA $ 5 $ 35 HanOgle,Type 3,24^ EA $ 2 S 36 RM-40 Connectors rs Type L 1 EA S 4 S 37 RM.40 Connectors Type L2 EA $ 4 S 38 RM-40 Connectors Type Y3 EA S 4 5 39 Cobra Head Luminaire(120V 1250 Watt HPS) EA 5 4 S 40 Left Tum Yield On Flashing Yelow Arrow,30"x38",R10-Special,Mast Arm Maned EA $ 4 S 41 Left Tim Orly,30"x36",R351,Mast Arm Mounted EA S 4 S 42 Rig s Tun Only,30"x36",R3-5R,Mast Mn Mottled EA $ 1 S 43 Street Name Sign,"Hwy 6",48"x18" EA 5 2 5 44,Street Name Sign,"Sycamore Sr.77'x18" EA S 2 S 45 INSTALL ONLY:Pedestrian PushbuAon Self Adhesive Sign EA S 5 S 48 Salvaged Traffic Signal Equipment:City Pick-Up LS S I S 47 Removal of Traffic Sigaheoon LS $ 1 S Total Project Costs= : AFlproved: Prgarn Engines. Ba. END OF SECTION 02890 02890-36 SECTION 17124 IT /TRAFFIC SIGNAL INTERCONNECT PART 1 -GENERAL 1.01 SECTION INCLUDES: A. HDPE duct B. HDPE mechanical coupling C. Duct plug D. Pull tape co E. Handhole and cover F. Ground bar and termination hardware rn G. Geotextile materials - rn H. Locate/tracer wire I. Fiber optic splice enclosure J. Fiber optic cable 1.02 CODE COMPLIANCE: A. All work and materials shall comply with the most recent rules, codes, and regulations, including but not limited to the following: 1. Occupational Safety and Health Act Standards(OSHA) 2. NFPA 70-National Electrical Code(NEC) 3. ANSI/IEEE C-2, 1997 National Electrical Safety Code 4. All other applicable Federal, State,and local laws and regulations 1.03 SUBMITTALS: A. Submit product data for each of the following: 1. HDPE duct 2. HDPE mechanical coupling 3. Duct plug 4. Pull tape 5. Handhole and cover 6. Ground bar and termination hardware 7. Geotextile materials 8. Locate/tracer wire 9. Fiber optic splice enclosure 10. Fiber optic cable B. Submittal Procedures 1. Within five working days after receipt of the Contract and prior to the pre-construction conference or any payments,the Contractor shall submit to the Owner for timely review a schedule of submittals listing each required submittal as identified in Paragraph 1.03-A. 17124-1 2. Submit the following information for approval prior to ordering and installation into the project. a. Manufacturer name b. Manufacturer part number c. All relevant specification and description information necessary for the Owner to validate that the material submitted is in fact the material specified. 3. Transmit each submittal with transmittal letter indicating: date,project title,and contractor's name and address. 4. Apply Contractor's stamp. Sign or initialed submittal certifying that review,verification of products required,and dimensions are in accordance with the requirements the work and Contract Documents. c� N 5. Submit the number of copies that the Contractor requires,plus three(J opie hat wilt ' be retained by the Owner. Mail or deliver submittals to: W City of Iowa City --3 c, Attn: Dave Panos,P.E. -o c7 410 East Washington Street } Iowa City,IA 52240 6. Submittals will be reviewed by the Owner and Design Professional and returned to the Contractor either approved as submitted,approved with comments,or rejected with comments. If rejected,Contractor shall correct and resubmit as required,identifying all changes made since previous submittal. 7. Distribute copies of reviewed submittals to concerned parties. Instruct parties to promptly report any inability to comply with provisions. 8. Complete and forward to the City three(3)copies of a list of unit costs for each item listed on the Schedule of Unit Prices by the preconstruction meeting.The Schedule of Unit Prices will be provided to the Contractor.The sum of the costs for each item shall equal the total Contract Lump Sum price for the IT/TRAFFIC SIGNAL INTERCONNECT. The unit costs will be used to prepare progress payments to the Contractor.The unit costs will also be used to establish the total cost for any Extra Work Orders related to the IT/TRAFFIC SIGNAL INTERCONNECT. 1.04 MANUFACTURER'S INSTRUCTIONS: A. When specified in specification Sections, submit manufacturers' printed instructions for delivery, storage,assembly, installation,adjusting,and finishing,in quantities specified for Shop Drawings and materials brochures. B. Unless otherwise stated,where installation requirements identified in the Standards conflict with the manufacturer's recommendations,the more restrictive shall be applied. C. Notify Engineer of conflicts between manufacturers' instructions and Contract Documents. 1.05 QUALITY ASSURANCE: A. Full compliance with engineered design and specifications is required. Performance criteria included in the references shall be met. Test data shall verify system performance. 17124-2 PART 2-PRODUCTS 2.01 MATERIALS: A. HDPE Duct 1. Acceptable Manufactures: Endot,Amco,Carlon,Dura-line,or approved equal. 2. Product Description: High Density Polyethylene(HDPE),ASTM D 3035, SDR 11. UL Listed,smooth interior and exterior wall. Non-plenum rated. 3. Nominal Size: 2"(nominal)controlled outside diameter, for underground installations. 4. Color: orange; solid color. 5. Fittings and Duct Bodies: Manufacturer's recommended fittings and components to make the system work. B. HDPE Mechanical Coupling 1. NOTE: Ducts may also be field joined using approved fusion methcits. F_.__. c� 2. Acceptable Manufactures: ETCO or approved equal. > ° 3. Product Description: Mechanical coupling, double E-Loc coupling i FtDPE- o-HDPI connections in restrained and unrestrained installation locations. Th 1 d end caps viih nylon compression bushing. —!'� 4. Nominal Size: Sized for 2"HDPE, SDR 11. C. Duct Plugs 1. Acceptable Manufactures: Jack Moon or approved equal. 2. Product Description: Expandable blank duct plug for 2"HDPE, SDR 11. Solid, elastomeric-gasket with pull-rope loop. D. Pull Tape 1. Acceptable Manufactures: Neptco or approved equal. 2. Composition: Woven polyester. a. Pulling Strength: minimum of 1250 lbs. b. Pull tape shall have permanent sequential footage markings. E. Handholes 1. Acceptable Manufactures: Hubbell Quazite or approved equal. 2. Product Description: a. Handhole box: polymer-concrete,ANSI Tier 22,open bottom,with 4"mouse-hole on two ends. b. Handhole cover: polymer concrete,ANSI Tier 15,heavy duty,two-piece,two bolts, logo to read "Fiber Optics". Cover bolts shall be 3/8"stainless steel,penta-head with washers. 3. Nominal Size: Nominal handhole size shall be 30"wide x 48" long x 36"deep. 4. Color: gray. F. Ground Bar and Termination Hardware 1. Acceptable Manufactures: Hanger or approved equal. 2. Product Description: Copper ground bars with dimensions measuring 1/4"x 1"x 9" shall be furnished and installed with telecommunication handholes.The ground bars shall have 5 1/4–20 tapped holes with insulators and panhead torx screws. 17124-3 G. Geotextile Materials 1. Acceptable Manufactures: Propex Geosynthetics or approved equal. 2. Product Description: Woven geotextile,polypropylene resin fiber material shall be furnished and installed with telecommunication handholes.Minimum Average Roll Values(MARV)shall be as follows: MARV PROPERTY TEST METHOD ENGLISH MECHANICAL Tensile Strength (Grab) ASTM D-4632 200 lbs Elongation ASTM D-4632 12% Puncture ASTM D-4833 90 lbs CBR Puncture ASTM D-6241 7 ) lbs Mullen Burst ASTM D-3786 0 , 490 psi Trapezoidal Tear ASTM D-4533 75 lbst. ENDURANCE UV Resistance(%Retained at 500 ASTM D-4533 ' rn .13% hrs) y LJ HYDRAULIC • LJ Apparent Opening Size(AOS)3 ASTM D-4751 40 US Std. Sieve Permittivity ASTM D-4491 0.05 sec"' Water Flow Rate ASTM D-4491 4 gpm/ft2 H. Locate/Tracer Wire 1. Acceptable Manufactures: Pro-Pak Industries, Pro-Trace or approved equal. 2. Product Description: Copper conductor,45 MTh thick HDPE jacket, 12 AWG(or 10 AWG)solid copper conductor,designed for direct bury,orange in color. I. Fiber Optic Splice Enclosure 1. Acceptable Manufactures: Coyote or approved equal. 2. Product Description: Two part epoxy gel filled water proof splice enclosure with capacity for a minimum of 12 single mode and 12 multimode fibers rated for direct bury applications. Splice enclosure shall be sized to fit in the existing handholes. J. Fiber Optic Cable 1. Fiber Optic Cable shall be 1 hybrid cable with 12 strands of Multi-mode/ 12 strands of single-mode matching the existing cable. 2. Jacket.The overall jacket shall be made of virgin,black, low density,high molecular weight polyethylene. 17124-4 PART 3-EXECUTION 3.01 HDPE DUCT INSTALLATION: A. HDPE duct shall be installed at a depth of 36"to 42"of cover below grade. Minimum cover shall be 36"unless otherwise noted. Crossings of known and identified utilities and obstructions require variance to maximum and minimum depths specified. When a depth of 36"to 42"cannot be maintained notify the Owner's representative to determine maximum allowable depth. Provide additional cover as required by State,City,other utilities and authorities having jurisdiction where applicable or as necessary to traverse other utilities. B. Maintain a minimum 12"horizontal separation between other communication utilities and piped fluids. Maintain a minimum 3"horizontal separation from power and foreign conduits. Maintain a minimum 60"horizontal separation from water mains. At crossings provide a minimum vertical separation of 6"from conduits,ducts, cable and piped fluids. IVtify Owner's representative for variances. C. Contractor is required to maintain positive drainage along the route throu hi t thfe iuratioi of the project. All necessary dewatering shall be provided at no additional-rest to to O . D. Provide pull tape in each HDPE duct in each segment of the route. Secure, l tape to duo. plug at each end. E. HDPE duct shall extend into handholes and turn up. See detailed drawings fir handhole --4 installation. - F. HDPE duct shall be installed using the industry standard installation equipment and methods. G. A site survey of the installation of the duct shall be made by the Contractor prior to beginning work. H. Cut duct square using a saw or pipe cutter; de-burr cut ends. I. Duct shall be field joined by either fusion methods or mechanical couplings. Use only those mechanical couplings specified. As-built markups shall reflect the station number of coupled joints. J. Plug both ends of unused duct using approved duct plugs. Protect installed duct against entrance of dirt and moisture before and after installation. K. Manufacturer's recommended installation tension shall not be violated. L. Damaged HDPE duct shall be replaced with new. M. Test each segment of new HDPE duct for excessive deflection and collapse using a test mandrel no smaller than 80%of inside diameter of the duct. The test shall be conducted after the trench has been backfilled and compacted to the required finished grade according to project specifications. 3.02 HANDHOLE INSTALLATION: A. Refer to the detailed drawings for handhole installation details. B. Unless otherwise noted,handholes shall be installed level with grade, flush and parallel to streets and sidewalks. If necessary, slope the area around the handhole,within a few feet,to direct drainage away from the handhole. Provide fill around handhole and compact near to 90%modified standard proctor density using a vibrating rammer compaction machine with appropriate sized foot and compacting around handholes in 8"to 12"lifts C. All dirt, debris,trash,packaging,tape,etc.,resulting from work associated with the project shall be cleaned from handholes prior to acceptance of the project work. The rim of the 17124-5 handhole shall be cleaned and the cover bolted down when work is complete. All bolts shall be accounted for. D. Open handholes shall be sufficiently barricaded. 3.03 FIBER OPTIC INSTALLATION: A. CONTRACTOR Qualifications: Trained and experienced personnel shall supervise the fiber optic cable installation. Qualified technicians shall make the cable terminations and splices.The CONTRACTOR upon request of the ENGINEER shall provide documentation of qualifications and experience for fiber optic equipment installations.The ENGINEER shall determine if the CONTRACTOR is qualified to perform this work.The CONTRACTOR shall have attended a certified fiber optic training class mandated by the specifications prior to starting work. O C7 - r=m= =IC) 8 rYi i J ri i �- c.) • C.) C.., 171246 PART 4-METHOD OF MEASUREMENT AND BASIS OF PAYMENT 4.01 METHOD OF MEASUREMENT: N� Measurement for IT/Traffic Signal Interconnect will be as follows: o w A. This item will be the lump sum for IT/Traffic Signal Interconnect. — �---' om n"7 4.02 BASIS OF PAYMENT: Payment for IT/Traffic Signal Interconnect will be as follows: A. Payment for IT/Traffic Signal Interconnect shall be full compensation for supplying all equipment, labor,and materials necessary to install the complete system as shown on the plans and outlined in the specifications.The installation shall include but not be limited to conduit,mechanical couplings,conduit plugs,pull tape,polymer concrete handhole boxes and covers, stainless steel cover bolts, geotextile woven fabric,granular base,ground bar and termination hardware,tracer wire,trenching or pushing of conduit,excavation,backfilling, compacting, surface restoration, fiber optic cable,fiber splices/terminations, splice enclosures,fiber testing,utility coordination,and all other miscellaneous items necessary to complete the IT/Traffic Signal Interconnect system in place. Schedule of Unit Prices IT/INTERCONNECT U S HIGHWAY 6 AND SYCAMORE ST Estimated Quantity Extended Price No. Ram' - n Unita Unk Coat 1 IT/Interconnect liandhole,Type 2.30'X48" EA $ 3 S 2 IT/Irdercomed:Water Prod Spice Enclosure EA $ _ 2 3 IT I interconnect Conduit 2"HDPE LF $ 4335 S 4 IT 1 kdercomect:Pul Tape LF $ 4335 S 5 IT/Interconnect Tracer Cable 1c#10 LF $ 1907 S 8 R/intercorned 12SM/12MM Hybrid Fiber Optic Gable LF $ 785 S Total Project Costs= $ Approved. Project Engineer Oro END OF SECTION 17124 17124-7 SECTION 20000 RETAINING WALL, HEAVY r This Special Provision addresses modifications to the Standard Specifications4iir;De n-Buitd submittals for the Modular Block Retaining Wall and Intermediate Foundatiorrimprovement foo the referenced project. Design calculations to be performed by the Contracto._Designers will require coordination of submittals between the Modular Block Retaining Wall Designer,and t a Intermediate Foundation Improvement Designer as detailed in this Special Provision. Definitions and Acronyms used in this Special Provision IFI — Intermediate Foundation Improvement MBRW — Modular Block Retaining Wall MODULAR BLOCK RETAINING WALL Modular Block Retaining Wall design and construction shall conform to the requirements of the Iowa DOT Standard Specifications Section 2430 with the following modifications and exceptions. 2430.02. A. 2. Submittals. Detailed design calculations shall include the following: Item Criteria Notes MBRW Designer shall provide a table of values Maximum Bearing for use by the IFI Designer based on the MBRW Pressure Designer's evaluation of eccentric loads including earth and surcharge loads IFI Designer shall provide a table of composite Sliding Stability at Base base friction angles for use by the MBRW of Wall F.S. >_ 1.5 Designer based on the actual replacement ratios used in the IFI design. Eccentricity, e, at Base `- U6 (L = Base width of wall) Internal MBRW Designer shall provide sufficient Connection/Sliding/ F.S. _> 1.5 laboratory test or performance data to verify the Interface Stability of values used in the design submittal. MBRW Units Unit Weight = Retained Backfill 130 pcf Friction Angle = 26 degrees Traffic Surcharge 250 psf Loading Backfill Slope As per plans Retaining Wall Drainage MBRW Designer shall specify any special drainage and/or backfill requirements. 20000 - 1 In lieu of the submittal requirements of Article 1105.03, 6 sets of preliminary and final MBRW design submittals shall be provided to the Engineer and the Geotechnical Engineer for review. 2430.02. B Materials. The proposed modular block retaining wall materials shall be in conformance with the Iowa Department of Transportation materials IM 445.05 (Segmental Retaining Walls, Wet Cast). An approved sources list may be found in IM 445.05, Appendix A. The supplier of all substantial material components and the Wall Design Engineer shall have, demonstrated experience in gravity modular block wall systems for previous projects. - 2430.03. B. Foundation Soil Preparation. The provisions of this section are waived in lieu of i the provisions of the IFI system to be designed by the IFI Specialty Contractor's Designer. All other provisions and requirements of Section 2430 shall remain in effect and unchanged 20000 - 2 SECTION 30000 RETAINING WALL INTERMEDIATE FOUNDATION GENERAL r W �TI A. Description This work includes furnishing the material for and installation of either stone columns or rammed aggregate piers, hereafter collectively denoted as "intermediate foundations", in locations as shown in the contract documents. The design of the proposed intermediate foundation system shall be the responsibility of the Contractor. B. Purpose for Project — Sycamore Street Improvements The purpose of the intermediate foundation improvement for this project is to increase the allowable bearing capacity, control total and differential settlement, provide sufficient shear strength in composite friction to resist wall sliding, and to provide sufficient shear strength for global stability beneath the proposed Modular Block Retaining Wall. The intermediate foundation improvement elements shall extend through the lower strength soils, hereafter denoted as "soil to be improved". The soils to be improved include. but are not necessarily limited to, soft to medium stiff lean clay and silty lean clays. The intermediate foundation improvement elements shall extend at least 10 feet below the base of the wall into the underlying stiffer soils, hereafter denoted as "foundation soil". which includes soils of similar description, but stiffer consistency. The intermediate foundation improvement system designer shall coordinate with the Modular Block Retaining Wall designer with regard to evaluation of bearing capacity and base sliding. The Modular Block Retaining Wall designer shall provide a table of maximum imposed bearing pressures for use by the intermediate foundation improvement system designer in evaluating the bearing capacity of the proposed foundation improvement system. The intermediate foundation improvement system designer shall provide composite friction angles at the interface between the Modular Block Retaining Wall and the intermediate foundation improvement system for use by the Modular Block Retaining Wall designer in evaluating base sliding. The following minimum design criteria shall govern the design of the intermediate foundation improvement system: Design Parameters Minimum design parameter value see Project Geotechnical Report (Sycamore Street Improvements, September 15, 2011) Minimum Factor of Safety Against Bearing Capacity Failure 2'5 Minimum Factor of Safety Against Global 1 3 Stability Failure (Drained and Undrained) Minimum Replacement Ratio 20% 30000 - 1 C. Method The Contractor may elect to utilize either a stone column or rammed aggregate pier intermediate foundation system, based upon the soil information provided in the contract documents, additional borings conducted by the Contractor, the Contractor's expertise, and other factors. The Contractor shall be responsible for the design of the intermediate foundation system selected and meeting the performance requirements specified herein. If the Contractor does not possess the capability or expertise to design and/or install the intermediate foundation system or they select a system that is considered proprietary,_ they shall make arrangements to contract the services of a licensed Contractor or other. qualified personnel to perform the necessary design and/or installation.:NI-.intermediate foundation design documents shall be signed and sealed by a Professional Engineer licensed in the State of Iowa. The procurement of any permits required for the installation of the intermediate foundations, including the disposal of any watero'r spoils, shall be the sole responsibility of the Contractor. D. Submittals 1. The Contractor shall submit six copies of the following documents to the Engineer a minimum of 30 days prior to the installation of the intermediate foundation system they have selected. a. Evidence of successful installation of the selected intermediate foundation system in the United States on five or more projects under similar conditions using the same proposed installation technique within the last 3 years. The documentation to be submitted includes references for the specific projects. The references shall consist of the Contracting Authority and Engineer, including names, addresses, and telephone numbers. b. Certification that the project superintendent possesses a minimum of 5 years of method specific experience. c. Construction drawings showing intermediate foundation locations, depths, and identification numbers. Construction drawings shall be signed and sealed by a Professional Engineer licensed in the State of Iowa. d. A description of the equipment and construction procedures to be used, including a plan to dispose of any water or spoils if applicable. e. A proposed verification program, including: i. Proposed independent testing agency to be used. ii. Proposed means and methods for verification that design and performance criteria have been satisfied. iii. Proposed Quality Control program to verify that intermediate foundation improvement elements are installed in accordance with the designer's specifications. This shall address issues such as daily reporting procedures, control and measurement of column or pier diameter, lift thickness, and any other pertinent information. The roles of the Contractor and Engineer shall be defined in the contract documents. iv. Proposed program to monitor performance of the intermediate foundation system during and after construction of the overlying embankment. This procedure may include installation of settlement plates, inclinometers, or other instrumentation. Instrumentation installed to monitor performance may also be used to aid in verification that design and performance criteria have been satisfied. 30000 - 2 f. The source of the proposed intermediate foundation backfill material and the gradation and bandwidths the Contractor proposes to use. The submittal shall also include shear strength testing of friction angle of the proposed aggregate for verification of the contractor's design assumptions. Upon approval of the backfill source and gradation, the Contractor shall maintain this gradation throughout the intermediate foundation installation. g. Results of bearing capacity and slope stability analysis, and other calculations relating to performance of the intermediate foundation system. 2. Final Report • At the completion of the installation of the intermediate foundations, the CoiitraCtdr shall' a submit a report to the Engineer detailing the equipment and methods used, production rates, the performance of the site during treatment, and that the site meets the criteria established for this project. This report shall include a summary of all verification testing performed. ; cry E. Pre-Construction Conference A pre-construction conference shall be held at least five working days prior to the Contractor beginning any intermediate foundation installation work at the site to discuss construction procedures, personnel, verification program, quality control, and equipment to be used. Those attending shall include: 1. The superintendent, on-site supervisors, independent testing agency representative, and all foremen in charge of intermediate foundation installation operations. 2. The Engineer, key inspection personnel, and representatives of the Contracting Authority. If the Contractor's key personnel change or if the Contractor proposes a significant revision of the approved intermediate foundation installation plan, an additional conference shall be held before any additional work is performed. F. Basis of Acceptance The basis of acceptance for the intermediate foundations will include visual inspection by the Engineer, who will consider results of all verification tests as well as consistent use of procedures, methods, and construction performance rates. METHOD OF MEASUREMENT A. The item for "Intermediate Foundation Improvements" will be the Lump Sum for completed and accepted rammed aggregate piers or stone columns in locations as shown in the contract documents. Backfill and temporary casing will not be measured. B. The item for Intermediate Foundation Improvements Verification Testing" will be the Lump Sum. 30000 - 3 BASIS OF PAYMENT A. The Contractor will be paid the contract Lump Sum price for "Intermediate Foundation Improvements". This payment shall be full compensation for design, field staking for the location of elements, and drilling; furnishing, transporting, placing and compacting intermediate foundation system backfill and associated work; and full-time quality control. Backfill and temporary casing will not be paid for directly, but shall be considered incidental to the intermediate foundation improvements, as per plan. The installation of additional intermediate foundation members as required complying with the wall design requirements will not be paid for separately, but shall be considered incidental to the Intermediate Foundation Improvement item. v c) -71 —4 CO - C7-< DC7 � ::<CT7 "73 30000 - 4 Geotechnical Engineering Report Sycamore Street Improvements Iowa City, Iowa September 15, 2011 Terracon Project No. 06115623.01 Prepared for: Foth Infrastructure & Environrint LLC Ceda(Rapid , Iowa —;� fn- Prepared by: Terracon Consultants, Inc. Iowa City, Iowa Offices Nationwide Established in 1965 11i!rracoiu Employee-Owned terracon.com Geotechnical Environmental Construction Materials Facilities TABLE OF CONTENTS Page 1.0 INTRODUCTION 1 2.0 PROJECT INFORMATION 1 2.1 Project Description 1 3.0 SUBSURFACE CONDITIONS 2 3.1 Geology 2 3.2 Typical Subsurface Profile 2 3.3 Groundwater Conditions 3 4.0 RECOMMENDATIONS FOR DESIGN AND CONSTRUCTION 3 4.1 Geotechnical Considerations 3 4.2 Retaining Wall Design and Site Preparation4 4.3 Retaining Wall Global Stability t.i ^' 5 4.4 Intermediate Foundation Improvements ;—.... � 4.5 Embankment Borrow Materials and Fill -; — 4.6 Temporary Shoring/Excavation � 4.7 Pavements — 171 4.7.1 Pavement Subgrades <.) 8 4.7.2 Pavement Subdrain System co 9 4.7.3 Pavement Design Recommendations 10 4.7.4 Design Considerations 10 5.0 GENERAL COMMENTS 11 Exhibit No. Appendix A – Field Exploration Site Location Plan A-1 Boring Location Plan A-2 Boring Logs A-3 Field Exploration Description A-4 Appendix B – Laboratory Testing Laboratory Test Description B-1 UU Triaxial Test Data B-2 Appendix C – Supporting Documents General Notes C-1 Unified Soil Classification System C-2 Appendix D – Special Provisions D-1 Responsive iw Resourceful i Reliable GEOTECHNICAL ENGINEERING REPORT SYCAMORE STREET IMPROVEMENTS IOWA CITY, IOWA Terracon Project No. 06115623.01 September 15, 2011 1.0 INTRODUCTION This report presents the results of our subsurface exploration and geotechnical engineering services performed for Sycamore Street Improvements planned near US Highway 6 irv-lowa City. Iowa. The purpose of these services is to provide information and geotechnical Engineering recommendations relative to: • subsurface soil/rock conditions • excavation conditions ----1 "' • site preparation and earthwork • pavement subgrade preparation #r • retaining wall/embankment global • pavement design recommendations stability evaluation The geotechnical engineering scope of work for this project included the advancement of three test borings to depths ranging from approximately 24 to 371/2 feet below existing site grades. These borings were augmented with test probing in the area directly behind the retaining wall to determine the lateral extent of the existing retaining wall foundation. Logs of the borings along with a Site Location Plan and a Boring Location Plan are included in Appendix A of this report. The results of the laboratory testing performed on soil samples obtained from the site during the field exploration are included on the boring logs. Descriptions of the field exploration and laboratory testing are included in their respective appendices. 2.0 PROJECT INFORMATION 2.1 Project Description Roadway improvements are currently being planned near the intersection of US Highway 6 and Sycamore Street in Iowa City. Iowa. As part of these improvements, embankment widening will be conducted to accommodate a vehicular turning lane and pedestrian path. The widening will be conducted primarily along the east side of Sycamore Street with small portions along Highway 6 also planned to be modified. An existing retaining wall, L-shaped in plain view, is located near the edge of the right-of-way in the northeast quadrant of the intersection. This wall will be demolished to allow placement of new retaining wall. The maximum height of retained fill for the existing wall Responsive • Resourceful r€ Reliable 1 Geotechnical Engineering Report 1 f�rracon Sycamore Street Improvements • Iowa City, Iowa September 15, 2011 • Terracon Project No. 06115623.01 is on the order of 7 feet. while a maximum wall height of about 20 feet is anticipated for the new wall. Various slope configurations and retaining concepts were discussed in preliminary meetings between the City of Iowa City. Foth and Terracon subsequently evaluated. A gravity retaining wall concept using large modular blocks was selected as the preferred wall system based on the preliminary analysis and discussion. r c=3 3.0 SUBSURFACE CONDITIONS CD -1 3.1 Geology - 1r The surficial geology of the area consist of lacustrine/slow water clayey deposits with occasional sand interbeds overlying clayey glacial till soils which in turn overlies relatively shallow limestone bedrock. Site grade has been extensively modified from past roadway and nearby commercial development, and fill soils are also common in the area. 3.2 Typical Subsurface Profile Based on the results of the borings, subsurface conditions on the project site can be generalized as follows: Approximate Depth to Bottom of Stratum at Description Centerline of Embankment Material Encountered Consistency/Density (feet) Embankment Fill, typically Stratum 1 8+/ 12 lean clay with trace sand, N/A concrete surfacing near the slope crest Lean clay to silty clay with occasional sand seams. Stratum 2 18—351/2 Sand seams prevalent in a Very soft to stiff zone 5 to 7 feet below parking lot elevation Stratum 3 23—37 Lean to fat clay, some Stiff to hard sandy zones Highly weathered, Stratum 4 24 to 37% + Limestone bedrock moderately hard rock in upper portion 1. Bottom of Borings Responsive • Resourceful ■ Reliable 2 Geotechnical Engineering Report l��rracon Sycamore Street Improvements • Iowa City. Iowa September 15, 2011 • Terracon Project No. 06115623.01 Despite the relatively large range in the depths of the bottoms of the various strata in the table above. relatively horizontal to slightly dipping stratification is present at the site when normalized to account for ground surface elevation differences. Conditions encountered at each boring location are indicated on the individual boring logs. Stratification boundaries on the boring logs represent the approximate location of changes in soil and rock types; in-situ. the transition between materials may be gradual. Details for each of the borings can be found on the boring logs in Appendix A of this report. „J 3.3 Groundwater Conditions c-) -v d`" The boreholes were observed while drilling and after completion for the presence and level of groundwater. Groundwater levels on the order of 18 to 211/2 were measured in Borings B-2 and B-3, respectively. In Boring B-1, a water level was not identified during the short time period the boring was open. This does not necessarily mean that this boring terminated above groundwater. or that the absence of a water level is a long-term condition. The field investigation does not fully reflect seasonal or long-term groundwater conditions which will be influenced by precipitation. irrigation, hydrologic impacts originating off-site. and other factors beyond the scope of this investigation. Also, trapped or "perched- water can be present within sand or silt seams within the native clay or in fill soils above the lower permeable clays. Long term observations in piezometers or observation wells sealed from the influence of surface water are often required to define groundwater levels in materials of this type. 4.0 RECOMMENDATIONS FOR DESIGN AND CONSTRUCTION 4.1 Geotechnical Considerations Selection of a gravity-type retaining wall system for the project was based on several factors related to the geometry of the existing roadway embankment and the need to maintain traffic during construction. These factors included concerns about needing extensive excavation of the embankment versus the cost of installing temporary shoring to allow construction of a conventional, mechanically reinforced (MSE) wall. Although a gravity-type retaining wall can be constructed in a smaller footprint with less excavation impact on the existing embankment. this type of system results in higher imposed foundation stresses due to the eccentricity of the wall loading. This type of system also creates a more critical global stability condition due to the limited horizontal impact on embankment stability versus a conventional, reinforced MSE wall system. Responsive ■ Resourceful • Reliable 3 Geotechnical Engineering Report l��rracon Sycamore Street Improvements • Iowa City, Iowa September 15, 2011 • Terracon Project No. 06115623 01 Based on the subsurface exploration data and laboratory testing, significant foundation improvement measures will be required to improve subgrade conditions for the anticipated foundation bearing pressures and provide sufficient factor of safety against slope movement. A soft clay layer was encountered above a sand layer in Borings B-2 and B-3, and this stratum was a key component in both our global stability analysis and foundation bearing capacity analysis. Thus. ground improvement measures in the form of rammed aggregate piers or stone columns (intermediate foundation improvement) are recommended to satisfy these geotechnical issues It should be noted that our evaluation did not include review of internal stability for the proposed retaining wall: these analyses will be the responsibility of the contractor's wall designer. Our bearing capacity analysis was cursory in nature, and separate analysis should be conducted by the contractor's designer. Our global stability analyses were based on generalized foundation improvement assumptions and were sufficient to verify the feasibility of these methods to provide the required global stability. The contractor's intermediate foundation-improvement designer must provide separate design analysis of the system, using parameterConsistent with their proposed installation methods and materials. 4.2 Retaining Wall Design and Site Preparation Soft to very soft clay conditions were noted in the upper portion of the soil profile and should be expected in excavations for the new retaining wall. Subgrade instability is expected to be encountered from these base soils without improvement measures. The rammed aggregate piers/stone columns should be designed to accommodate the design bearing pressures provided by the wall designer with consideration to load eccentricity due to earth and surcharge pressures. Minimum lateral limits of subgrade improvement for bearing capacity should be evaluated with consideration to the provided minimum limits established for global stability discussed subsequently. Special subgrade preparation, including provisions for a compacted granular leveling course and backfill drainage provisions. will be the responsibility of the retaining wall designer. Draft performance specifications in the form of a special provision for the modular block retaining wall are provided with this report. The special provision is based on modifications to Iowa DOT Standard Specifications Section 2430. Project plans have not been provided for the existing retaining wall, and we are uncertain of the subsurface extent of the wall foundation system. The field investigation included probing in the backfill zone using drilling techniques, and the wall heel was contacted at a distance of 6 inches from the back face of the wall, but absent at a distance of about 11/2 feet in locations of the maximum wall height of 7 feet. This limited heel width is somewhat atypical of traditional gravity walls, and alternate design/construction methods may have been used to promote existing wall stability including extended toe width on the front side of the retaining wall, tie-backs (i.e. Responsive ■ Resourceful • Reliable 4 Geotechnical Engineering Report lrerracon Sycamore Street Improvements • Iowa City. Iowa September 15. 2011 • Terracon Project No. 06115623.01 deadman), and/or moment-resisting deep foundations. Additional geotechnical review may be necessary once demolition activity is initiated, and the existing wall configuration better understood. While groundwater was observed at depths below presumed foundation elevation, seepage is a common occurrence in fills and sand-laden native clays. The potential for seepage should be considered by the contractor and appropriate collection means should be made available at the time of excavation. The installation of intermediate foundation improvement elements will likely penetrate saturated sand seams. and cave-in of unsupported sidewalls is possible. In general, the base of the foundation structure should be free of water and loose niSterial prior to placement of the modular block retaining wall. Should the soils at the bearing leV I become disturbed, the effected soils should be removed prior to block placement in acQQrda e with the designer's recommendations. — r__ �r� -� rn 4.3 Retaining Wall Global Stability -:3 Our analyses were based on a generalized cross-section plan sheet prepared by Foth Infrastructure and Environment and the soil borings performed along the existing embankment. In general, we understand that the final slope above the wall will have inclination on the order of 4H:1 V. Global stability analyses were performed for the proposed slopes using the computer program (GeoStudio® SLOPE/W®) utilizing the Morgenstern-Price force and moment equilibrium method of analysis. Global stability evaluates the ratio of resisting to driving forces, and is referred to as a factor of safety (FOS). The magnitude of these forces depend on the slope geometry. soil characteristics (texture. density, shear strength, and moisture content). surcharge loading. and groundwater conditions. A factor of safety of 1.0 indicates that these forces are in equilibrium and failure is imminent. A factor of safety greater than 1.0 indicates that there is a margin of safety against catastrophic failure. The closer the factor of safety is to 1.0, the higher the probability of movement becomes. The degree of risk or the magnitude of the factor of safety which is considered acceptable is generally established by industry standards and depend on many factors such as variability of the soil conditions, groundwater conditions. surcharge loading, and cost of repair. It should be noted that we recommend a minimum factor of safety of 1.3 for this project. Based on our analysis, the proposed retaining wall has a factor of safety less than those normally considered acceptable without provision of foundation improvement measures. Undrained soil strength parameters used in our analysis were developed based on review of unconfined compressive strengths along with UU triaxial test data. Drained strength parameters were developed based on published soil plasticity and estimated clay fraction relationships and allowed to vary with overburden pressure. Responsive ■ Resourceful ■ Reliable 5 Geotechnical Engineering Report lierracon Sycamore Street Improvements • Iowa City. Iowa September 15. 2011 • Terracon Project No. 06115623.01 We used the strength parameters listed in the following table in our analyses and we recommend these values be considered maximum allowable values to be used in contractor's design submittals for the native and embankment soils. The contractor's intermediate foundation improvement designer must conduct their own independent evaluation of the available subsurface information and provide their design evaluation of the proposed foundation improvement system using material and replacement parameters applicable to the proposed foundation improvement methodology. Soil Stratum Total Soil Unit Drained Strength Undrained Strength Weight Friction Angle (pcf) (Degrees) Friction Angle I Cohesion (psf) (deg) New/Existing Fill 130 30 30 -- Upper Stiff Clay 120 29 - -- : ,.. 000 --- Soft Clay 120 - 26 - Sand 125 32 32 • rn —00 ri + j Lower Clay/Till 120 28 _ _ -- 750 """ In our analyses, the intermediate foundation improvement system (such as rammed aggregate piers or stone columns) was modeled as a modified soil zone below the base of the wall extending from the toe of the wall to a distance of approximately 75% of the wall height back behind the face of the wall. A sensitivity analysis was conducted by allowing the improved zone strength to vary. and the composite strength (combined aggregate pier and surrounding native clay strength) that provided a factor of safety of 1.3 determined. The minimum replacement area of the improved zone was determined by resolving the composite strength into the component native soil strength and estimated aggregate pier strength, and expressed as a percentage of the retaining wall base width (minimum replacement ratio). Minimum depth requirements of the improved zone were established through review of critical slip planes developed in the stability analysis. We recommend the intermediate foundation soil improvement system extend a minimum of 10 feet below foundation elevation or bedrock if occurring at shallower depths. The results of our analyses, using simple replacement ratio strength parameters without inclusion of stress concentration, indicated replacement ratios on the order of 30% or greater (over a width equal to 75% of the wall height) may be required to attain a minimum factor of safety of 1.3. In our opinion, the project specifications should require a minimum replacement ratio of at least 20% to account for potential strain incompatibility between the intermediate foundation improvement elements and the soft clay stratum. The contractor's proposed replacement ratios and its justification should be reviewed by the design team prior to implementation. Responsive ■ Resourceful • Reliable 6 Geotechnical Engineering Report lierracon Sycamore Street Improvements • Iowa City, Iowa September 15, 2011 • Terracon Project No. 06115623.01 4.4 Intermediate Foundation Improvements A draft special provision is provided herewith that provides performance specifications for design of the intermediate foundation improvements. Minimum requirements for the replacement ratio and appropriate factors of safety are provided, along with submittals required by the foundation improvement contractor. 4.5 Embankment Borrow Materials and Fill Granular fill is recommended for both wall backfill and grade raising above the wall as a means to improve backfill drainage, reduce earth pressures, and provide a stable base for paved surfaces associated with the embankment widening. Wall design, however, should not emphasize the benefits of a narrow strip of granular backfill, and instead use the strength parameters of the existing backfill as noted in the special provision. Compacted fill, defined as fill placed under engineering observation for project purposes, should meet_the-_ ollowing material property and compaction requirements: = c� 7-K: Engineered USCS Classification Acceptable Location for Placement Fill Type Granular Fill GW, GP, GM, SW. SP, SM Wall backfill and embankment grade raising 1. Granular fill should consist of approved materials that are free of organic matter and debris. Frozen material should not be used, and fill should not be placed on a frozen subgrade. A sample of each material type should be submitted to the geotechnical engineer for evaluation. ITEM DESCRIPTION Fill Lift Thickness 9-inches or less in loose thickness' 2,3 Minimum 95% of the maximum Standard Proctor dry density (ASTM Compaction Requirements D 698) Granular fill: Workable moisture levels — generally within the range Compaction Water Content° of±2% of the optimum moisture content value as determined by the Standard Proctor test at the time of placement and compaction 1. Lift thickness should be reduced to 4 inches in loose thickness when hand equipment (e.g., jumping jack. vibratory plate compactor. etc.) is used. Self-propelled drum rollers should not be used within 3 feet of the wall 2. We recommend that engineered fill be tested for moisture content and compaction during placement. Should the results of the in-place density tests indicate the specified moisture or compaction limits have not been met. the area represented by the test should be reworked and retested as required until the specified moisture and compaction requirements are achieved. 3. If the granular material is a coarse sand or gravel, or of a uniform size, or has a low fines content, compaction comparison to relative density may be more appropriate. 4. Specifically. moisture levels should be maintained low enough to allow for satisfactory compaction to be achieved without the fill material pumping when proofrolled. Responsive ■ Resourceful ■ Reliable 7 Geotechnical Engineering Report l��rracon Sycamore Street Improvements • Iowa City. Iowa September 15, 2011 • Terracon Project No. 06115623.01 The fill materials should be compacted in approximately horizontal lifts and keyed or "benched" into the existing embankment at the margins of the excavation. Benching of the excavation sideslopes (stair-stepped with maximum vertical lifts of 2 feet) and moisture adjustment of the existing embankment will be necessary to integrate the materials with compaction equipment operating over both new and existing fill. Existing clay fill materials should be compacted using sheepsfoot equipment to improve integration of successive lifts; smooth-drum rollers or plate compactors are normally appropriate for granular materials. All trench excavations should be made with sufficient working space to permit construction including backfill placement and compaction. If utility trenches are backfilled with relatively clean granular material. they should be capped with at least 18 inches of fine-grained site materials in non-pavement areas to reduce the infiltration and conveyance of surface water.through-the trench backfill. 4.6 Temporary Shoring/Excavation The grading contractor is responsible for designing and constructing stable. temporary excavations and should shore. slope or bench the sides of the excavations as required. to maintain stability of both the excavation sides and bottom. As a minimum, all temporary excavations should be sloped or braced as required by Occupational Health and Safety Administration (OSHA) regulations to provide stability and safe working conditions. Temporary excavations will probably be required during grading operations. All excavations should comply with applicable local, state and federal safety regulations, including the current OSHA Excavation and Trench Safety Standards. 4.7 Pavements 4.7.1 Pavement Subgrades Pavement subgrade is anticipated to consist of miscellaneous fill soils comprising the existing embankment section. We recommend removing existing fill materials that do not appear to have been properly placed and compacted from below the new pavement areas. As a minimum, we recommend scarifying, moisture conditioning and recompacting the top foot of subgrade to provide for more uniform pavement support. prior to placing of base course materials and/or pavements. The subgrade for pavements should be prepared in accordance with the Embankment Borrow Materials and Fill section of this report. In addition to the scarification and compaction recommended, we recommend the exposed subgrade be proofrolled. Proofrolling clay subgrades could be accomplished by using heavy, rubber-tired construction equipment or a tandem axle dump truck (gross weight of 20 tons). This surficial proofroll and compaction would help to provide a stable base for the compaction of new structural fill. and delineates low Responsive F Resourceful i Reliable 8 Geotechnical Engineering Report lrerracon Sycamore Street Improvements • Iowa City. Iowa September 15, 2011 • Terracon Project No. 06115623.01 density, soft. or disturbed areas that may exist below subgrade level. Unsuitable material encountered below subgrade level should be further undercut and replaced with structural fill. The upper 1 foot of subgrade material should be compacted to at least 98 percent of the material's maximum dry density as determined by ASTM D698. If there is a delay between subgrade preparation and paving, the pavement subgrades should be carefully re-evaluated as the time for pavement construction approaches. Within a few days of the scheduled paving, we recommend the pavement areas be proofrolled again in the presence of Terracon personnel. Particular attention should be given to the areas that were rutted and disturbed earlier during construction operations and frequent movement of construction equipment. Areas where unsuitable conditions exist should be repaired by removing and replacing the materials with properly compacted fill. During subgrade preparation for pavements. it is sometimes necessary to_provide a layer of crushed limestone to help improve subgrade stability for heavy construction-bquipment traffic. Alternate methods of subgrade stability improvement include subexcavation/replacemend chemical stabilization incorporating fly ash and/or cement. � -in rn -v y 4.7.2 Pavement Subdrain System - -' Due to the frost susceptible soils and the possibility of perched groundwater, we recommend the installation of a pavement subdrain system to control subgrade moisture, improve stability, and improve long term pavement performance. The pavement subdrain system would consist of a permeable base and longitudinal subdrains. The permeable granular base should consist of a coarse, well-graded. free-draining granular material meeting IDOT Specifications 4121 or 4132 with a minimum thickness of 6 inches. Depending upon the subgrade preparation, a thicker base course may be required. The longitudinal subdrains should be extended a minimum of 3% feet below pavement subgrade for frost protection. The subdrain trenches should be backfilled with clean, well-graded granular material meeting IDOT porous backfill or Section 4131 criteria or an alternative free-draining granular material encapsulated with suitable filter fabric. A minimum 4-inch diameter. perforated drain line should be placed near the base of the drain and surrounded with at least 6-inches annulus of the drainage material. The subdrains should be hydraulically connected with the permeable base layer. Subdrains should be sloped to provide positive gravity drainage to reliable discharge points such as a ditch or stormwater inlet. Periodic maintenance of subdrains is required for long-term proper performance. We also recommend that pavement subgrades be crowned at least 0.5 percent to promote the flow of water towards the subdrains, and to reduce the potential for ponding of water on the subgrade. Responsive Resourceful IF Reliable 9 Geotechnical Engineering Report l��rracon Sycamore Street Improvements • Iowa City, Iowa September 15, 2011 • Terracon Project No. 06115623.01 4.7.3 Pavement Design Recommendations Traffic load information was not available at the time of this report; therefore, a formal pavement design is not provided. Portland cement concrete thickness provided in the table below are based on review of AASHTO (1993) guidelines and per our local experience. As a minimum,. we suggest the following typical pavement section be considered. Recommended Pavement Section Thickness' (inches) Traffic Area Portland Cement Concrete' Aggregate Base Course2.3 Sycamore Street 9 1. All materials should meet the current Iowa Department of Transportation (IDOT) Standard Specifications for Highway and Bridge Construction. • Concrete Pavement- IDOT Portland Cement Concrete Type C: Section 2301 2. The granular base course materials should be placed on a stable subgrade and compacted to at least 98 percent of the materials standard Proctor maximum dry density. • 3. The 6-inch granular base should be considered below PCC pavements to help reduce potential for slab curl, shrinkage cracking. and subgrade "pumping" through joints. • 4.7.4 Design Considerations Long term pavement performance will be dependent upon several factors, including pavement and subgrade thicknesses. maintaining subgrade moisture levels and providing for preventive maintenance. The following recommendations should be considered the minimum: • Site grading at a minimum 2% grade away from the pavements • PCC joint spacing and reinforcement per ACI 330R-08 • The subgrade and the pavement surface have a minimum '/A inch per foot slope to promote proper surface drainage • Install joint sealant and seal cracks immediately • Seal all landscaped areas in. or adjacent to pavements to minimize or prevent moisture migration to subgrade soils • Placing compacted, low permeability backfill against the exterior side of curb and gutter. • Placing curb. gutter and/or sidewalk directly on subgrade soils without the use of base course materials Edge restraints (i.e. concrete curbs or aggregate shoulders) should be planned along curves and areas of maneuvering vehicles. A maintenance program that includes surface sealing. joint cleaning and sealing, and timely repair of cracks and deteriorated areas will increase the Responsive • Resourceful • Reliable 10 Geotechnical Engineering Report lierracon Sycamore Street Improvements • Iowa City, Iowa September 15, 2011 • Terracon Project No. 06115623.01 pavement's service life. As an option. thicker sections could be constructed to decrease future maintenance. All concrete for rigid pavements should have a minimum 28-day compressive strength of 4,000 psi, and be placed with a maximum slump of 4 inches. Although not required for structural support, a minimum 4-inch thick base course layer is recommended to help reduce potential for slab curl. shrinkage cracking. and subgrade "pumping" through joints. Proper joint spacing will also be required to prevent excessive slab curling and shrinkage cracking. All joints should be sealed to prevent entry of foreign material and dowelled where necessary for load transfer. Where practical. we recommend "early-entry" cutting of crack-control joints in Portland cement concrete pavements. Cutting of the concrete in its 'green" state typically reduces tl- potential for micro-cracking of the pavements prior to the crack control joints being formed, compared to cutting the joints after the concrete has fully set. Micro-cracking of pavements may leadap crack formation in locations other than the sawed joints, and/or reduction of atiauejjfe ofl1fie -3� pavement. fir" ai Pavement design methods are intended to provide structural sections with adequate thickness over a particular subgrade such that wheel loads are reduced to a level the subgrade can support. The support characteristics of the subgrade for pavement design do not account for environmental distress resulting from frost heave or clay shrink/swell. Thus, the pavement may be adequate from a structural standpoint, yet still experience cracking and movement of the subgrade. It is. therefore. important to minimize moisture changes in the subgrade to reduce frost heave and shrink/swell movements. Preventive maintenance should be planned and provided for through an on-going pavement management program intended to slow the rate of deterioration and to preserve the pavement investment. Preventive maintenance consists of both localized maintenance (e.g. crack and joint sealing and patching) and global maintenance (e.g. surface sealing). Preventive maintenance is usually the first priority when implementing a planned maintenance program and provides the highest return on investment for pavements. Prior to implementing any maintenance, additional engineering observation is recommended to determine the type and extent of preventive maintenance. 5.0 GENERAL COMMENTS Terracon should be retained to review the final design plans and specifications so comments can be made regarding interpretation and implementation of our geotechnical recommendations in the design and specifications. Terracon also should be retained to provide observation and testing services during grading. excavation, subgrade preparation and other earth-related construction phases of the project. Responsive • Resourceful • Reliable 11 Geotechnical Engineering Report l��rr�con Sycamore Street Improvements • Iowa City, Iowa September 15, 2011 • Terracon Project No. 06115623.01 The analysis and recommendations presented in this report are based upon the data obtained from the borings performed at the indicated locations and from other information discussed in this report. This report does not reflect variations that may occur between borings, across the site, or due to the modifying effects of weather. The nature and extent of such variations may not become evident until during or after construction. If variations appear, we should be immediately notified so that further evaluation and supplemental recommendations can be provided. The scope of services for this project does not include either specifically or by implication any environmental or biological (e.g., mold, fungi, bacteria) assessment of the site or identification or prevention of pollutants, hazardous materials or conditions. If the owner is concerned about the potential for such contamination or pollution, other studies should be undertaken. N This report has been prepared for the exclusive use of our client for specific applicationto the . project discussed and has been prepared in accordance with generally accepted geotechnical. engineering practices. No warranties, either express or implied, are intended_oF4nade. Site safety, excavation support, and dewatering requirements are the responsibility of others: In the event that changes in the nature, design, or location of the project as outlined in this report are planned, the conclusions and recommendations contained in this report shall not be considered valid unless Terracon reviews the changes and either verifies or modifies the conclusions of this report in writing. I hereby certify that this engineering document was prepared byme or `r0l`•• `�ESS'''evi.�.'mo. under my direct personal supervisiion and that I am a duly licensed •,�`. Profes•'onal ngi •er under the laws of the State of Iowa ANDRE' M. ?2`- - • GALLEY ?' A�� I •7 _ •4 �� t S t 1;.4-:,0 t • •y ; André Gallet NIP Date • ,•' ���,, My license renewal date is December 31, 2012 � "�JII11aY:pLiiU�'' Responsive r Resourceful ■ Reliable 12 FII ED 2012FEB 17 C11 Y CLLL1► 10 WA CITY. 1;.:,'4.','', z 0 a ~ x a 0 0 z w X a w a J w_ LL .-,r-- -7 t F-�lJ L__' ...i cavo.,, _ _ . • Ot..,..., ` Ann{ court r,,^ � iw 1 LJ L- e tai Psrk _ I == owl+ ,. �---,i A -"' Oak Grove I� 'Fir`Fn�r�dMNpSr - -- j ' A ■_.1ETi., PArtc /Creekside iL� i II.� `- Sc .� Sheridan Avo p Y i ;C 9 1771__._IE�L * T :.,� ~~ Grd jus, :...i,----,,,1 _,� itto Muscalawt Ave r---. : c`^� !7• •� PROJECT LOCATION 1- -. __pp r ' ! 6 l ] 1����`, "-i C7 C_..1I_I C Wayne Ave 12 1 1 .fi lt) • �_J L.._, 1( Hound qy 'IGkW00d CW11 All ' 1 1♦ FerryPark7r �v`' 11 L J L1 LJ'1!—��I CpkQ! Iowa -. e - `--` a ., y L �r, (' \_____...„.., , , mercer Peck i '' „_, 1 IN-1! (14 '''''' \,'-',..... 9 lr Qj ,--- ic";\ ,_,- f:is 's--<<:,, r-l*i../41_.17,,,,. la" \ ..) t, r---,r___Ji i . i ._..._i ii. L___ E i H0troo . C'''" .1 Sandua4y, ,-j u[ i__-___ -__- ; 1 - -"- C3 X/ ) Iowa City 4_ I 1I.~ — / ''i(37.414 \\\ ,`Muni i I _ �� I !. v / Rv ,. Airporppert •- _! (�1 51 I+�_.. -� I %lr.�� +�� ,\�!' I s.,,,....,,NN, .1 Napoleon - i I FaKmesdaws z , I Psi Wetteti ` raik 1i ° 1DC? `��'�Y t _ 11. �',Park S ..... I !! ik aa ^ 1 _;� r' ---i3 tjrf 6 ) -.701'4fi. 13 Vdt01 • v a * 1 ---*‘••-----L\ \`.. i 1 ''.1-:.--:- . s',:::\:).) NORTH PING. Dei.: 406115623 0�rom1 SITE LOCATION PLAN EXHIBIT# ' aew. 1 re rrac o n PROPOSED US HIGHWAY 61 SYCAMORE STREET IMPROVEMENTS GJK PC }""""° Consulting Engineers and Scientists FOTH INFRASTRUCTURE&ENVIRONMENTAL LLC BASEISDRAWING FROM GOOFE OM PS 0 1600 06115623-a1.dw9 INTERSECTION US HIGHWAY 6&SYCAMORE STREET A-1 THIS DRAWING IS INTENDED FOR GENERAL LOCATION Layout"erne 763 HIGHWAY i WEST IOWA CIi'!,IOWA 52246 PURPOSES ONLY APPROXIMITEDRAWING SCALE SITE —PH.(319)5712262 FAX(319)669-3008 IOWA CITY,IOWA II I` j V °� O O , 1 v O t � � a i 0 8 1 ° * r. i .;r :r now y 1 O 1 • 4'.f i t O O t I �' I� „,,, is +11E* N f`7 0 0 O i �n rt tj Pn - - PM CO It/It it) o — - — - — - — - — — - — - — - - — - — — - — — - —fl • V 1 I g_1 B-3 SYCAMORE STREET 1 - - - — �: �1 `ni ..111011111.011" pA: OME MI�� O _ �� ,. { 01( _. OwE-�_�BNE---4/-r- — _ — _P` W -- _ — jk, ' Q( bE �µ OwE ”"- OHE `V •■� f —E-1-'''.-: ^� F, a-2 II Ill _. I ,,. Irh. L r a:j I i 1 I PROPOSED MODULAR BLOCK RETAINING WALL (HEAVY) LI § ° - - J 11 I — SYCAMORE MALL , IP .:1;V 1d. 13 AIM r L PA �� ��QZ LEGEND -APPROXIMATE BORING LOCATION - - P I NORTH Pmpct No OW L.A.06115623 07/07/11 2BORING LOCATION PLAN EXHIBIT# GJKProwl °ev l��rracon GJK PC PROPOSED US HIGHWAY 6!SYCAMORE STREET IMPROVEMENTS BASE DRAWING FROM PDF TITLED'Retaining Wall �"N°"° Consulting Engineers and Scientists FOTH INFRASTRUCTURE&ENVIRONMENTAL LLC THISD RAVI NG I BY FOTH D (jD 'Layout iHS 23-01.t1wg 783 HIGHWAY 1 WEST IOWA CITY,IOWA 52246 INTERSECTION US HIGHWAY 6&SYCAMORE STREET A-2 THIS DRAWING IS INTENDED FOR GENERAL LOCATION PURPOSES ONLY APPROXIIAATE DRAPING SCALE —BORING — PH.1319)533-2262 FAX.(319)688.3008 _ IOWA CITY,IOWA e 1 LOG OF BORING NO. 1 Page 1 of 2 CLIENT OWNER Foth Infrastructure& Environment LLC City of Iowa City SITE U.S. Highway 6&Sycamore Street PROJECT Iowa City, Iowa U.S. Highway 6/Sycamore Street Improvements SAMPLES TESTS 0 O .. o n o DESCRIPTION Z z o >_ w wcc Z Z Z O a 0 2 co a 0 E-0 :.F, Z >-..._ OVa rt Q o Approx. Surface Elevation.: 726 ft o S z r L 05i m >O U o a g c~n • ;'�•` Approx.6"Concrete — HS � •••• FILL,LEAN CLAY.TRACE SAND, - 1 ST 15 22 103 •••• Brown — •••• •• — 2 HS 6 21 102 ••••• 5— �'�•�6 720 — _ • : — 3 ST 4 $ ••• ra •••j•%% FILL,LEAN CLAY&LEAN TO FAT CLAY% — ,r; - • ••••• TRACE SAND&ORGANICS, Brown and HS :�= `-� ••• Dark Brown — 4 ST 8 t1}=: 98— �•�•�•• 10— --� 8 •i• L-i 12 714 HS ._ 1 /i — 1 ) 15 =- CL 5 ST 4 26 *3000 HS LEAN CLAY.TRACE SAND&SAND SEAMS, Brown, Medium Stiff to Stiff 20 CL 6 ST 17 22 98 1000 — - HS — CL 7 ST 16 25 100 1540 25— _ — HS <427.5 698.5 — SANDY LEAN TO FAT CLAY.TRACE �L/CH 8 ST 11 16 110 2930 2-6 GRAVEL, Brown, Stiff to Hard 30— 1- — *8000 O — HS o� — Continued Next Page cc w 1- The stratification lines represent the approximate boundary lines *Calibrated Hand Penetrometer O between soil and rock types: in-situ,the transition may be gradual. "CME 140 lb.SPT automatic hammer ei R WATER LEVEL OBSERVATIONS, ft BORING STARTED 5-20-11 WLNONE WD 1 BORING COMPLETED 5-20-11 • WL 7 T Backfilled lerracon RIG 83E FOREMAN SZ W 2'%WL Exhibit A-3 APPROVED BKS JOB# 06115623, I LOG OF BORING NO. 1 Page 2 of 2 CLIENT OWNER Foth Infrastructure& Environment LLC City of Iowa City SITE U.S. Highway 6&Sycamore Street PROJECT Iowa City, Iowa U.S. Highway 6/Sycamore Street Improvements SAMPLES TESTS O O ❑ DESCRIPTION 2 CC * Z= U >- 0 W Z — W C7 _ = (1) W > Z Ul Q W Z Z Z tl H U) w 0 ?j W H O w t-Z >- U w U) > >- w aj a0 Q 5 ZI- C0 ❑ ❑ Z I- (r U)m �j0 ❑ a ❑U) SANDY LEAN TO FAT CLAY.TRACE — HS \�\ GRAVEL, Brown, Stiff to Hard ), 34.5 691.5 CUCH 9 SS 1 50/5° 18 I 35.5 *** HIGHLY WEATHERED&BROKEN 690.5 35— HS \LIMESTONE, Gray Brown Auger Refusal @ about 35.5 feet. BOTTOM OF BORING n.� *** Classification estimated from disturbed samples. Core samples and petrographic W c--.a �n analysis may indicate other rock types. • }a♦ — :=0, 0-3 �- 0 0 z 0 U W 1- The stratification lines represent the approamate boundary lines *Calibrated Hand Penetrometer j between soil and rock types: in-situ,the transition may be gradual. **CME 140 lb.SPT automatic hammer WATER LEVEL OBSERVATIONS, ft BORING STARTED 5-20-11 WL NONE WD L BORING COMPLETED 5-20-11 WL 7 Backfilled lerracon RIG 83E FOREMAN SZ W m�WL Exhibit A-3 APPROVED BKS JOB# 06115623, e 1 LOG OF BORING NO. 2 Page 1 of 1 CLIENT OWNER Foth Infrastructure& Environment LLC City of Iowa City SITE U.S. Highway 6&Sycamore Street PROJECT Iowa City, Iowa U.S. Highway 6/Sycamore Street Improvements SAMPLES TESTS o o DESCRIPTION a z - V >- ty w • Z ? Z W i _ V) > ZV) Cw Z m wI- o ao Q o w o Approx. Surface Elevation.: 705 ft o D z It2 n m U o a. v ••• — — HS ❖••: FILL.LEAN CLAY.TRACE SAND, :•;�; Brown — 1 ST 7 22 101 • ••••4 701• _ 2 HS 7 25 •:••• FILL.LEAN CLAY.TRACE SAND, 5= ST •••• ORGANICS&WOOD PIECES, (.. r ;•;•; Gray Brown and Dark Brown _ 3 HS 10 i•••i• — ST F .a • •It•• 8.5 696.5 — ci--) — rm... :' FINE TO MEDIUM SAND WITH CLAY -SP/SC 4 HS --I6 14 a 17 , -. (Possible FHB, Brown, Medium Dense 10— - r- ► r ii • •11.5 693.5 — HS `.} #### — •#### — i##,# LEAN CLAY TO SILTY CLAY, — •woo• TRACE SAND, Brown, -GL/ML 5 ST 5 30 760 +4� Soft to Medium Stiff 15 _ *1500 #### 'iii, — HS •iii# — ; I % LOG OF BORING NO. 3 Page 1 of 2 CLIENT OWNER oth Infrastructure& Environment LLC City of Iowa City SITE U.S. Highway 6& Sycamore Street PROJECT _ Iowa City, Iowa U.S. Highway 6/Sycamore Street Improvements SAMPLES TESTS p o a DESCRIPTION m > ° 5 Z U } 0 I _ (A W > Zrn �W Z ZZ i ~ U) CO w O Q111 1-HZ } OLu Lu CL 0 D a w a0 aO �- zx o Approx. Surface Elevation.: 714.5 ft o S z rn w 3 U o a rn 4A.N Approx.6"Concrete — PA ; moi;! FILL,LEAN CLAY.TRACE SAND, ❖•••• Brown — 1 ST 12 22 101 •••O•: - ••�•�: r� 2••••'4 710.5PA O••: — 2 ST 7 c�24 ••• FILL.MIXTURE OF LEAN TO FAT CLAY 5 — : -r �n ; • •;•;; &LEAN CLAY.TRACE SAND - _ == •• &ORGANICS, Dark Brown and Brown — 3 ST 14 `-_ 3 78: E iii•: — -'t_' 7i : LOG OF BORING NO. 3 Page 2 of 2 CLIENT OWNER Foth Infrastructure& Environment LLC City of Iowa City SITE U.S. Highway 6 & Sycamore Street PROJECT Iowa City, Iowa U.S. Highway 6/Sycamore Street Improvements SAMPLES TESTS p I_ ° DESCRIPTION t `� 0 n z i 0 > Et W • - Z Z16 -I = U) W > Zu) ix iii Z o- I- a) m W 0 ' 3 W z } 0 W CL 0 CL}} m Q U IX o ii0~0 Z 0: ro0 a U) r Geotechnical Engineering Report 1��rr�con Sycamore Street Improvements • Iowa City, Iowa September 15, 2011 • Terracon Project No. 06115623.01 Field Exploration Description The field exploration consisted of performing three soil borings with sampling at the project site along with three drilled probes to determine the limits of the existing retaining wall foundation. The borings were extended to depths of about 10 to 15 feet below the existing grades. Boring locations were located in the field by Foth with approximate locations shown on the attached diagram. The borings were drilled with all-terrain and truck-mounted rotary drilling rigs using continuous flight, hollow-stemmed augers to advance the boreholes. Samples were obtained using either thin-walled tube or split-barrel sampling procedures. In the thin-walled tube sampling procedure, a thin-walled tube or seamless steel tube with a sharp cutting edge is pushed hydraulically into the ground to obtain relatively undisturbed samples of cohesive soils. In the split-barrel sampling procedure. a standard 2-inch O.D. split-barrel sampling spoon is driven into the ground with a 140-pound hammer falling a distance of 30 inches. A CME automatic SPT hammer was used to advance the split-barrel sampler in the borings performed.for this project. The number of blows required to advance the sampling spoon the last 12 inche*.of aliormal 18- inch penetration is recorded as the standard penetration resistance value. These Values are indicated on the boring logs at the corresponding depths of occurrence. The samples were sealed and returned to the laboratory for testing and classification. Field logs of the borings were prepared by the drill crew. Each log included visual classification of the materials encountered during drilling as well as the driller's interpretation of the subsurface conditions between samples. The boring logs included with this report represent an interpretation of the field logs by a geotechnical engineer and include modifications based on laboratory observation and tests on select samples. Responsive ■ Resourceful a Reliable Exhibit A-4 FILED 2012FFR 17 PH 3: CITY CLEC,,:' IOWA CITY. ! . z I CO w X 1- _ w O Q. I- Q Q O m J Geotechnical Engineering Report lierracon Sycamore Street Improvements • Iowa City, Iowa September 15, 2011 • Terracon Project No. 06115623.01 Laboratory Testing Soil samples were tested in the laboratory to measure their natural water contents. Dry unit weight measurements were performed on portions of intact thin-walled tube samples. The unconfined compressive strength of some thin-walled tube samples was measured along with triaxial testing under unconsolidated-undrained conditions on a select sample. A hand penetrometer was used to estimate the unconfined compressive strength of some cohesive samples. The hand penetrometer provides a better estimate of soil consistency than visual examination alone. Atterberg limits testing was performed to aid in classifying the soils and evaluating their engineering properties. The results of the laboratory tests are shown on the boring logs, adjacent to the soil profiles, at their corresponding sample depths. As a part of the laboratory testing program, the soil samples were classified in the laboratory based on visual observation, texture, plasticity, and the limited laboratory testing described above. Additional testing could be performed to more accurately classify the samples. Portions of the recovered samples were placed in jars. and the samples will be retained for at least 1 month in case additional testing is requested. The soil descriptions presented on the boring logs for native soils are in accordance with our enclosed General Notes and Unified Soil Classification System (USCS). The estimated group symbol for the USCS is also shown on the boring logs. and a brief description of the Unified System is attached to this report. :-, : t Classification of rock materials is in accordance with the enclosed General Notes-Sedimentary Rock Classification and has been estimated from disturbed samples. Core n safftples-and petrographic analysis may indicate other rock types. > L_) w cn Responsive ■ Resourceful • Reliable Exhibit B-1 s 15 - , H - . E . A . - - R 10 . . . i p - . S s T i - R E 5 - , S . . . S - - ' 0 0 5 ( 10 115 20 25 30 35 40 95 50 NORMAL STRESS, psi 4 SPECIMEN #: A r-§ WATER CONTENT, % FROM TRIMMINGS 2p,6 zs.5 D .'"� E 3 !lfN DRY DENSITY, pcf 99'�.� 1G .7 -11 g z SATURATION, % 3-; 471 .,,,� T 3 y VOID RATIO 0.78- 0.64 l "5 11 0 WATER CONTENT, % AFTER SHEAR 29.3' 27.9 :::) • 2 S 4 . , R 2 ►� ...- E �• S 0 s 1^ B L' 1 MINOR PRINCIPAL STRESS, psi 5.8 14.2 MOHR'S CIRCLES DRAWN AT % STRAIN 10.0 10.0 P S 1 /IP , DEVIATOR STRESS AT % STRAIN, psi 2.3 2.6 I STRAIN AT PEAK DEVIATOR STRESS, % 15.0 14.2 0 1 0 5 10 15 20 DEVIATOR STRESS AT 15% STRAIN, psi 2.7 3.1 STRAIN, % INITIAL DIAMETER, inch 2.870 2.737 CONTROLLED - STRAIN TEST INITIAL HEIGHT, inch 5.810 5.72 `STRAIN RATE, %/minute 0.33 0.33 DESCRIPTION OF SPECIMENS: LEAN CLAY WITH SAND, YELLOWISH BROWN WITH BROWN LL PL PI Gs 2.7 EST. SAMPLE TYPE: 3" SHELBY TUBE TEST TYPE: UU REMARKS: PROJECT: SYCAMORE STREET 06115623 BORING #: B-2 SAMPLE #: ; A, B DEPTH, feet: 5.0 - 7.5 LABORATORY: TERRACON - LENEXA DATE: 6/6/2011 TRIAXIAL COMPRESSION TEST REPORT PROCEDURE: ASTM D2850, UNCONSOLIDATED, UNDRAINED COMPRESSIVE STRENGTH OF COHESIVE SOILS IN TRIAXIAL COMPRESSION, MEMBRANE CORRECTION APPLIED. OTHER TESTS WERE CONDUCTED IN GENERAL ACCORDANCE WITH ASTMS D2216 AND D9318 IF ������ APPLICABLE. N:1Projects12011108115623406115823 Tr alai UU B2-5 5.x8orEPORT Exhibit B-2 FILED 2012 FEB 17 PH 3: 35 CITY CLERK IOWA CITY I-- z w 2 U � X 0 0 w O z a cL 0 0_ a V) GENERAL NOTES DRILLING &SAMPLING SYMBOLS: SS: Split Spoon- 1-'/8" I.D.,2" O.D., unless otherwise noted HS: Hollow Stem Auger ST: Thin-Walled Tube-2"O.D.. unless otherwise noted PA: Power Auger RS: Ring Sampler-2.42" I.D., 3"O.D., unless otherwise noted HA: Hand Auger DB: Diamond Bit Coring-4", N, B RB: Rock Bit BS: Bulk Sample or Auger Sample WB: Wash Boring or Mud Rotary The number of blows required to advance a standard 2-inch O.D. split-spoon sampler(SS)the last 12 inches of the,total 18-inch penetration with a 140-pound hammer falling 30 inches is considered the"Standard Penetration"or"N-value,'. r-. .- ;:-.) -n WATER LEVEL MEASUREMENT SYMBOLS: c-),^: — 1...._ WL: Water Level WS: While Sampling N/E: Not Encountered WCI: Wet Cave in WD: While Drilling ' .•1 DCI: Dry Cave in BCR: Before Casing Removal ,A) t: AB: After Boring ACR: After Casing Removal Water levels indicated on the boring logs are the levels measured in the borings at the times indicated. Groundwater levels at other times and other locations across the site could vary. In pervious soils, the indicated levels may reflect the location of groundwater. In low permeability soils, the accurate determination of groundwater levels may not be possible with only short-term observations. DESCRIPTIVE SOIL CLASSIFICATION: Soil classification is based on the Unified Classification System. Coarse Grained Soils have more than 50% of their dry weight retained on a #200 sieve; their principal descriptors are: boulders, cobbles, gravel or sand. Fine Grained Soils have less than 50% of their dry weight retained on a #200 sieve; they are principally described as clays if they are plastic, and silts if they are slightly plastic or non-plastic. Major constituents may be added as modifiers and minor constituents may be added according to the relative proportions based on grain size. In addition to gradation, coarse-grained soils are defined on the basis of their in-place relative density and fine-grained soils on the basis of their consistency. CONSISTENCY OF FINE-GRAINED SOILS RELATIVE DENSITY OF COARSE-GRAINED SOILS Unconfined Standard Penetration Standard Penetration Compressive or N-value (SS) Consistency or N-value(SS) Ring Sampler(RS) Relative Density Strength,Qu,psf Blows/Ft. Blows/Ft. Blows/Ft. < 500 <2 Very Soft 0-3 0-6 Very Loose 500- 1,000 2-3 Soft 4-9 7-18 Loose 1,001 -2,000 4-6 Medium Stiff 10-29 19-58 Medium Dense 2,001 -4,000 7-12 Stiff 30-49 59-98 Dense 4,001 -8,000 13-26 Very Stiff 50+ 99+ Very Dense 8,000+ 26+ Hard RELATIVE PROPORTIONS OF SAND AND GRAVEL GRAIN SIZE TERMINOLOGY Descriptive Term(s) of other Percent of Major Component Constituents Dry Weight of Sample Particle Size Trace < 15 Boulders Over 12 in. (300mm) With 15-29 Cobbles 12 in. to 3 in. (300mm to 75 mm) Modifier > 30 Gravel 3 in. to#4 sieve (75mm to 4.75 mm) Sand #4 to#200 sieve(4.75mm to 0.075mm) Silt or Clay Passing#200 Sieve(0.075mm) RELATIVE PROPORTIONS OF FINES PLASTICITY DESCRIPTION Descriptive Term(s) of other Percent of Plasticity Term Constituents Dry Weight Index Trace < 5 Non-plastic 0 With 5- 12 Low 1-10 Modifiers > 12 Medium 11-30 High 30+ i i Responsive ■ Resourceful • Reliable Exhibit C-1 UNIFIED SOIL CLASSIFICATION SYSTEM Soil Classification Criteria for Assigning Group Symbols and Group Names Using Laboratory Tests A Group Group Name8 Symbol Gravels: Clean Gravels: Cu>_4 and 1 <_Cc<_3 E GW Well-graded gravel F More than 50%of Less than 5%fines° Cu<4 and/or 1 >Cc>3E GP Poorly graded gravelF coarse Gravels with Fines: Fines classify as ML or MH GM Silty gravel F.G.H Coarse Grained Soils: fraction retained on ° C F.G H More than 50%retained No.4 sieve More than 12/°fines Fines classify as CL or CH GC Clayey gravel . on No.200 sieve Sands: Clean Sands: Cu>_6 and 1 <Cc<_3 E SW Well-graded sand' 50%or more of coarse Less than 5%fines° Cu<6 and/or 1 >Cc>3 E SP Poorly graded sand' fraction passes Sands with Fines: Fines classify as ML or MR SM Silty sand G'",' No.4 sieve More than 12%fines D Fines Classify as CL or CH SC Clayey sand G'H'' PI>7 and plots on or above"A"line' CL Lean clay K.L.M Inorganic: K L M Silts and Clays: PI<4 or plots below"A"line ML Silt Liquid limit less than 50 Liquid limit-oven dried Organic clay K,L.M,N Fine-Grained Soils: Organic: <0.75 OL KL"limit-not dried Organic silt 50%or more passes the PI plots on or above"A"line CH Fat clay K." No.200 sieve Inorganic: Silts and Clays: PI plots below"A"line MH Elastic Silt K,L,M Liquid limit 50 or more Liquid limit-oven dried Organic clay K,L,M,P Organic: <0.75 OH K,L,M,° Liquid limit-not dried Organic silt Highly organic soils: Primarily organic matter,dark in color,and organic odor PT Peat A Based on the material passing the 3-in.(75-mm)sieve " If fines are organic,add"with organic fines"to group name. 8 If field sample contained cobbles or boulders,or both,add"with cobbles ' If soil contains>_15%gravel,add"with gravel"to group name. or boulders,or both"to group name. ' If Atterberg limits plot in shaded area,soil is a CL-ML,silty clay. C Gravels with 5 to 12%fines require dual symbols: GW-GM well-graded K If soil contains 15 to 29%plus No.200,addt"viith sand"or"with gravel with silt,GW-GC well-graded gravel with clay,GP-GM poorly gravel,"whichever is predominant rr ) graded gravel with silt,GP-GC poorly graded gravel with clay. L If soil contains>_30%plus No.200 pr(=domipabtly sattttg dd"sandy" ° Sands with 5 to 12%fines require dual symbols: SW-SM well-graded to group name. L. _., sand with silt,SW-SC well-graded sand with clay,SP-SM poorly graded M If soil contains>_30%plus No.20(T,.predomiftently graves,add sand with silt,SP-SC poorly graded sand with clay "gravelly"to group name. r ( •0,0)2 2 Ile.PI>_4 and plots on or above"A"lin , —� ' i E Cu=Deo/D10 Cc= ° PI<4 or plots below"A"line. • ' _- : —, 010 x D00 P PI plots on or above"A"line. ,.- ,. F If soil contains>_15%sand,add"with sand"to group name. ° PI plots below"A"line. ° If fines classify as CL-ML,use dual symbol GC-GM,or SC-SM. For classification of fine-grained soils and fine-grained fraction 50 _of coarse-grained soils .c16.' ,- — Equation of"A"-line J,- •P d Horizontal at PI=4 to LL=25.5. X 40 — then P13.73(LL-20) —0÷ p Equation of" -line of U" Z Vertical at LL=16 to P1=7, / G.1 r 30 — then P1�.9(LL-8) 5 ,- Ov H CO 20 • d r G MH or OH 10 7 4 -- ML or OL 0 i -- 1- 1 0 10 16 20 30 40 50 60 70 80 90 100 110 LIQUID LIMIT(LL) Responsive ■ Resourceful ■ Reliable Exhibit C-2 CN PLANS OF PROPOSED IMPROVEMENTS FOR CVM 2 A 2 co �1 Z N 4 SYCAMORE STREET AND U . S . HIGHWAY 6 M • O � 00 LLI M Z !INTERSECTION 0 PROVE 1CN`�S .� MI1 =- ., 1:, ri z STANDARD ROAD PLANS toy 4 Q T Y OF F Q OO I Q ©Q T 17 9 Q 0 W Q c.., �_._� WF- 12-03-96 .^3-.cam' w z CITY CONTRACT NO., 3811-434710 ��, --1 �u O The following Standard Road Plans shall be considered applicable to construction work on this project9 o I.D.O.T. PROJECT NUMBER: UST-006-7(82)--4A-52 V? 9 } NUMBER DESCRIPTION DATE y .1 -- LOCATION MAP _::-;, C...,-.1EC-101 WOOD EXCELSIOR MAT FOR SLOPE PROT. 04-20-10 NOT TO SCALE U EC-102 SILT FENCE 04-20-10 °I� � "' sT" # ST ST rlORENC ,{s' KIRKwG00 CT MI 210 PCC DRIVEWAYS AND ALLEYS 04-17-12 1 V. J,�cP° ly % INDEX OF SHEETS 105-3 MI 220 DETECTABLE WARNINGS AND PEDESTRIAN RAMP 04-17-l2 "'GN1AND c` ST o c"• GINTER AVE , g \_` ST WAYNE - I6-1B-05 l PM-110 L INE TYPES 04-19-I1 - ND ST c . a 17,1 a PM 111 SYMBOLS AND LEGENDS 10-18-11 N sFRENDIY Ave �o \ ST NO. DESCRIPTION _ RD ST 1 oil 4- - \_ BRADFORD PM-120 STOP LINES AND ISLANDS 04-19-I1 _ V ' AvE 3 v HIGHLAND AVE P \ A.O1 TITLE SHEET PM-522 TWO-LANE ROADWAY WITH LEFT TURN LANES 04-19-11 G"u"r ti f„ (7 - A.02 LEGEND & SYMBOL INFORMATION SHEET PM-550 TWO-LANE ROADWAY WITH 2 WAY LEFT 04-19-11 t sr y(O,o°o C��A VE s ,„ \; A.03 GENERAL NOTES PM-561 DIVIDED MULTILANE ROADWAY W/ RIGHT TURN LANES 04-19-11 =R`"o PLLEil 6DEFOREsr - / o" B.O1-8.06 TYPICAL CROSS-SECTIONS PN-562 DIVIDED MULTILANE ROADWAY W/ LEFT TURN LANES 04-19-11 , m 1 ,,v(Itt '< AVE DEFOREST AVE �4tiF C.01 C.13 ESTIMATE OF OUANT[TIES AND GENERAL INFORMATION PV-101 JOINTS 04-17-12 2 ho/1,� D.01-D.02 PLAN AND PROFILE SHEETS SYCAMORE STREET PV-102 PCC CURB DETAILS 04-19-1t DR '� yOOo �'4Fr SPRUCE E.OI E.02 PLAN SHEETS US HIGHWAY 6 PV-103 MANHOLE BOXOUTS IN PCC PAVEMENT 04-19-Il s �� ` BROOc"O°D O0. CT g G.01 REFERENCE TIES AND BENCHMARKS PV 104 RAMPED MEDIAN NOSE 04-19-11 OLYMPIC Hc"Vnrc PROJECT J.01-J.10 STAG[NG AND TRAFFIC CONTROL SHEETS RF 2 TYPE 'C' CONCRETE ADAPTORS FOR CULVERTS 10-18-11 ° " LOCATION] K.O1-K.02 PAVEMENT MARKING AND TRAFFIC SIGNING RF 3 CONCRETE APRONS 10-18-11 uTNGATE AVE HOUYWOOD BLVD 64( L.01-L.07 GEOMETRICS, STAKING AND JOINTING SHEETS *CARF 14 CONNECTED PIPE JOINTS 10-18-11 3 g cr . & L.08-L.09 JOINT ROUTING AND SEALING RF l9C SUBDRA[NS (LONGITUDINAL) / rw°°D °p N.01-N.12 TRAFFIC SIGNAL SHEETS s 10-19-10 oTRACY IN y RF I9E OUTLETS FOR LONGITUDINAL SUBDRAIN 10-20-09 �' CROSS PARK AVE CROSBY IN •t vv1 T.01 EARTHWORK TABULATIONS Q RF 26 PIPE APRON GUARD 10-18-11 o RON DR • F`' e� U.01-U.03 RETAINING WALL DETAILS imen DR su+ousKr APPrE < FwnRo"sT 9 W.01 W.04 CROSS-SECT IONS SYCAMORE STREET RG 1 PCC PAVEMENT WIDEN[NG 04-19-11 o 4P W • rhr RG-2 HMA RESURFACING (DOUBLE COARSE) 10-19-04 DR c °N "'� 9 Rb RL-2A DETAILS OF EMBANKMENT SUBGRADE TREATMENT 10-18-05 0,4, .. � 6 "� " "OF sANousrr AVE AVE ; �, C44/ 8114) SI 101 LOCATIONS TYPE 'A' SIGNS 04-21-09 �- c'tr' ' P,� -e. N S[ 131 INSTALLATION TYPE 'A' SIGN 10-18-11 CHERRY AEPA4 BRIAR BUMS A f GwJ+TWpppDR i 'h �� SW 101 TRENCH BEDDING AND BACKFILL 04-21-09 A� -1571. . PEPPER °o- DR s, �� - 1.00lllllllillitll� SW-102 RIGID GRAVITY P IPE TRENCH BEDDING 04-21-09 o a `' TOFTING AyE - PADAER r cIR °� SW 401 CIRCULAR STORM MANHOLE 04-21-09 gl ,,2.,u 1PKESID i 1 SW 508 SINGLE OPEN THROAT [NK. LG. 10-20-09 • SW-510 DOUBLE OPEN-THROAT INK. LG. 10-18-11 THE CITY OF IOWA CITY STANDARD SPECIFICATION & DE TA ILS AND THE SW-602 CASTINGS FOR STORM SEWER MANHOLE 10-20-09 REFERENCED IOWA DEPARTMENT OF TRANSPORTATION STANDARD SPECIFICATIONS • TC-252 ROUTES CLOSED TO TRAFFIC 04-17-12 FOR HIGHWAY AND BRIDGE CONSTRUCTION, SER IES 2009, PLUS THE APPLICABLE TC-402 SHOULDER CLOSURE - MULTILANE 04-17-12 GENERAL SUPPLEMENTAL SPECIFICATIONS, DEVELOPMENTAL SPECIFICATIONS, 105-1 TC-418 LANE CLOSURE ON DIVIDED HIGHWAY 04-17-12 SUPPLEMENTAL SPECIFICATIONS, SPECIAL PROVISIONS SHALL APPLY TO MILEAGE SUMMARY 0927-94 TC-482 UNEVEN LANES 04-19-11 CONSTRUCTION WORK ON THIS PROJECT. IN THE EVENT THAT THERE IS A CONFLICT Q BETWEEN CITY AND IOWA OOT SPECIFICATIONS REFERENCED ABOVE, THE MORE STRINGENT Z Z OF THE TWO SHALL PREVAIL. DIV. LOCATION LIN. FT. MILES Q OWNER: ENGINEER: 2,244 0.43 111.11 SYCAMORE STREET (S) CITY OF IOWA CITY FOTH INFRASTRUCTURE & ENVIRONMENT, LLC STA. 100+04 - 122+48 REDUCED 50% ' C/O DAVE PANOS,P.E. C/O SCOTT SOVERS,P.E. 1. LLI 410 EAST WASHINGTON STREET 3950 RIVER RIDGE DRIVE NE,SUITE A 1 SYCAMORE STREET (N) W >' DO NOT IOWA CITY,IA 52240 CEDAR RAPIDS,IA 52402 STA. 6000+00 - 6010+13 1,013 0.19 Oil O PHONE:(319)356-5145 IOWA t PHONE:(319)365-9565 1,519 0.29 d SCALE FAX:(319)356-5007 L FAX:(319)365-9631 � 800 /292-8989 I hereby certify that this engineering document was prepared by me or under ijni ( ONE CALL CALL-BEFORE-You-ow my direct personal supervision and that I am a duly licensed Professional Engineer under the laws of the State of Iowa. Q�Of ES S/ON C W = _... ..■1� q ■�■,■■■■�� . �o may - ,��-�_ z 6 i 5 4l-t_ ce O -■■■.■■■�.� m SCOTT K. 5) SCOTT K.SOVERS,P.E. DATE 111111111111.111111111111j FOt h CITY OF IOWA CITY plels�_! � w BONERS m License Number.17141 0 F= '■■■■■■...■ THIS ENGINEERING DOCUMENT HAS BEEN • -ISI°I���IL+- 1' U 17141 m My license renewal date is DECEMBER 31.2013. i, r * NM '�u I !P e APPROVED FOR CONSTRUCTION. , > a Pages or sheets covered by this seal: VV) ■......■ or Foth Infrastructure&Environment,LLC ___ _ �OWP ALL SHEETS EXCEPT N.01-N.12 I■■E■■ IIIR 3950 River Ridge Drive NE,Suite A i� LIJ Cedar Rapids,IA 52402 APPROVED BY DATE 1 Phone:319-365-9565 Fax:319-365-9631 CITY OF IOWA CITY ENGINEER: FOTH INFRASTRUCTURE & ENVIRONMENT LLC. IENGLISHI CITY OF 1OWA CITY I JOHNSON COUNTY I CITY CONTRACT NO. : 3811-434710 SHEET NUMBER A .O1 STANDARD SYMBOLS TABULATION OF UTILITIES 10213 02 23 13 RIGHT OF WAY LEGEND Interstate Highway Symbol 1S TJ Septic Tank Guardrail (Beam or Cable) . TABULATION OF UTILITIES U.S.Highway Symbol ',Ci Cistern • GP Guard Post (one or two) A Proposed Right of Way OIowa Highway Symbol L P L.P.Gas Tank (No Footing) ■■■ Guard Post (over two) A Existing Right of Way County Road Highway Symbol ® Underground Storage Tank 0 FP Filler Pipe CITY OF IOWA CITY - ENGINEERING DEPARTMENT DAVE PANOS A Existing and Proposee-o rl:Aght of Way 1-J- Evergreen Tree 0 410 E.WASHINGTON STREET Latrine 0 GV Gas Valve IOWA CITY,IA 52240 ^ ,,i., PHONE:(319)356-5145 Easement en---fJ�-1"5 Evergreen ,ght o`I` y C Deciduous Tree �^- Luminaire O WV Water Valve FAX:(3191 356-5007 ��T CITY OF IOWA CITY STREET & TRAFFIC ENGINEERING Borrow _ Fruit Tree Treffic Signal 0 SL Speed Limit Sign JOHN 5o8ASKI • J d 3800 NAPOLEON LANE 0 Easement ITempoFy) S B Shrub (Bushes) Traffic Signal with Luminaire 0 MM Mile Marker Post IOWA CITY,IOWA 52240 g PHONE:(3191356-5181 • Easement ._ - ' „w1 Timber 0 TP Telephone Pedestal ❑ SIGN Sign CITY OF IOWA CITY - WATER DIVISION r...0 -. ED MORENO ` Hed e 0 TVP Television Pedestal 0 WHU Water Hook UpW - - 80 STEPHEN ATKINS DRIVE X Excess r� A Stump g IOWA CITY,IOWA 52245 ) PHONE:(319)356-5164 L LL - ♦ Telephone Pole 0 RT Radio Tower FAX:13191 356-5167 D I Q Property Line CITY OF IOWA CITY - WASTEWATER DIVISION Alb Swamp 0 Telephone Pole (Second Company) 0 TA Tower Anchor DAVE ELIAS n/r Access Control San. 1000 SOUTH CLINTON STREET IIT Rock Outcrop Telephone Pole (Third Company) 0 EB Electric Box IOWA CITY,IOWA 52240PHONE:1319)356-5170 FAX:(319)356-5172 0o 4Do Broken Concrete $ Telephone Pole (Fourth Company) 0 TCB Traffic Signal Control Box CENTURY LINK COMMUNICATIONS KEVIN HEEREN CONVENTIONAL SIGNS A o t7A v Revetment (Rip Rap) -e- Telephone Pole (Fifth Company) 0 RRB Rail Road Signal Control Box T 615 3RD AVENUE SE CEDAR RAPIDS,IOWA 52401 PHONE: I ' 1 Cemetery # Power Pole 0 TSB Telephone Switch Box FAX:(319)399-721808 0 Survey Line -0; Grave Power Pole (Second Company) 0 GW Guy Wire AM&GOEKE T Station Reference Point FO — 5261 NW 114TH ST.SUITE B A Section Corner ICV) Cave 43= Power Pole (Third Company) GRIMES,IOWA 50111 PHONE:(515)986-9413 ISH) Sink Hole Power Pole (Fourth Company) MID-AMERICAN ENERGY - GAS 0 Proposed Profile Grade EO YOUNG DON MASTON 1630 LOWER MUSCATINE ROAD 1630 LOWER MUSCATINE ROAD Railroad '" '" Board Fence 4tt Power Pole (Fifth Company) G IOWA CITY,IOWA 52240 IOWA CITY, IOWA 52240 PHONE:(319)341-4457 PHONE: (319) 341-4461 FAX:(319)341-4490 FAX: (3191 341-4490 -Existing "Tro osed Field Tile * * Chain Link or Security Fence Electrical Highline Tower (Metal or Concrete) 9 P MID-AMERICAN ENERGY - ELECTRIC —x Wire Fence Telephone Riser Pole DICK BOCK JASON L. WARREN r I Culverts P ONE — 1630 LOWER MUSCATINE ROAD 1630 LOWER MUSCATINE ROAD Existing roP posed IOWA CITY.IOWA 52240 IOWA CITY, IOWA 52240 A A Terrace Power Riser Pole E PHONE:(319)341-4423 V V PHONE: (3 341 41490 �1 FAX:(3191 341-4490 Stream wvuv vAA. MEDIACOM Earth Dam or Dike (Existing) $ Telegraph Pole -` .-. DARWIN DRISCOLL TV 546 SOUTH GATE AVENUE m� Earth Dam or Dike (Proposed) Satellite TV Dish IOWA CITY,IOWA 52240 PHONE:(319)351-0406.EXT 234 0 Tile Outlet — - -W— - - Existing Water Line FAX:(319)351-3839 —' ' Edge of Water — - -W2— - - Existing Water Line (Second Company) Existing Drainage --- San;--- Existing Sanitary Sewer Line --„,____,--1• Proposed Drainage - - -T- - - Existing Telephone Line SYMBOLS UNIQUE TO PROJECT • Right of Way Rail or Lot Corner - - -T2- - - Existing Telephone Line (Second Company) WHERE PUBLIC UTILITY FIXTURES ARE SHOWN AS EXISTING ON THE PLANS OR ENCOUNTERED WITHIN THE CONSTRUCTION AREA, IT SHALL BE THE RESPONSIBILITY g Concrete Monument - - FD-I- - Existing Fiber Optics Telephone Line OF THE CONTRACTOR TO NOTIFY THE OWNERS OF THOSE UTILITIES PRIOR TO THE �( BEGINNING OF ANY CONSTRUCTION. THE CONTRACTOR SHALL AFFORD ACCESS TO y- r--C Well — -St.S.— - ExistingStorm Sewer Line Shading - PCC Paved Surface THESE FACILITIES FOR NECESSARY MODIFICATION OF SERVICES. UNDERGROUND FACILITIES. STRUCTURES ANO UTILITIES HAVE BEEN PLOTTED FROM AVAILABLE SURVEYS AND RECORDS. ANO THEREFORE THEIR LOCATIONS MUST BE CONSIDERED — Windmill —G— — ExistingGasLine Shading - HMA Paved Surface APPROXIMATE ONLY. IT IS POSSIBLE THERE MAY BE OTHERS. THE EXISTENCE OF WHICH PRESENTLY NOT KNOWN OR SHOWN. IT IS THE CONTRACTOR'S N•!. ® — 4,0::S•••;••••• RESPONSIBILITY DETERMINE THEIR AND EXACT LOCATION AND TO Beehive Intake -G-HP— – Existing High Pressure Gas Line 1%:*:�1+'td�,: Shading - Class E Revetment AVOID DAMAGE THERETO. NO CLAIMS FOR ADDITIONAL COMPENSATION WILL BE ALLOWED TO THE CONTRACTOR FOR ANY INTERFERENCE OR DELAY CAUSED BY SUCH WORK. ® Existing Intake — —G2— — Existing Gas Line (Second Company) THE CONTRACTOR IS REQUIRED TO UTILIZE THE UTILITY ONE-CALL SERVICE AT - Proposed Intake — G2-HP— - Existing High Pressure Gas Line (Second Company) 1801-29z 8989 AT LEAST 48 HOURS PRIOR TO EXCAVATING ANYWHERE ON THE PRe Existing Utility Access (Manhole) E Existing Power Line THE ABOVE UTILITY COMPANIES ARE KNOWN TO HAVE FACILITIES ON THE PROJECT. KNOWN UTILITY CONFLICTS ARE BEING RESOLVED BY EACH RESPECTIVE UTILITY ® Proposed Utility Access (Manhole) E2 Existing Power Line (Second Company) COMPANY. UTILITY CONFLICTS DISCOVERED DURING CONSTRUCTION WILL BE ADDRESSED AT THE TIME DF DISCOVERY. iFire Hydrant ----TV---- Cable Television Line • WH Water Hydrant (Rural) (Symbols are Typical Only) IOWA 1-CALL# 1-800-292_8989 al PROJECT N0: 111002-00 DESIGNED BY: S. SOVERS NO DATE BY REVISION DESCRIPTION 1Oth US HIGHWAY 6 AND SYCAMORE STREET PROJECT DATE: 2011 CHECKED BY: - CAD DATE: 2/17/2012 10:33:47 AM DRAWN BY: INTERSECTION IMPROVEMENTS A.02 CAT FILE: X:\CR\IF\20(1\:11002-00\CAD\Plans\111002-00-A01.sht CITY OF IOWA CITY,IOWA LEGEND&SYMBOL INFORMATION SHEET GENERAL NOTES: 1. CERTAIN RELOCATIONS OF EXISTING UTILITIES MAY BE REQUIRED AS A RESULT OF CONSTRUCTION OF THIS PROJECT. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO COORDINATE THE REQUIRED WORK WITH THE RESPECTIVE UTILITY COMPANIES IN ORDER TO AVOID UNNECESSARY DELAYS TO -'� CONSTRUCTION. C n� 2. IOWA CODE 480, UNDERGROUND FACILITIES INFORMATION, REQUIRES VERBAL NOTICE TO IOWA ONEY CALL, 1-800-292-8989, NOT LESS THAN 48 HOURS BEFORE EXCAVATING, EXCLUDING WEEKENDS • ;--� ri _ a AND LEGAL HOLIDAYS. 3. WHERE PUBLIC UTILITY FIXTURES ARE SHOWN AS EXISTING ON THE PLANS OR ENCOUNTERED WITHIN _..I THE CONSTRUCTION AREA, IT SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR TO NOTIFY THE OWNERS OF THOSE UTILITIES PRIOR TO THE BEGINNING OF ANY CONSTRUCTION. THE CONTRACTOR r— i • SHALL AFFORD ACCESS TO THESE FACILITIES FOR NECESSARY MODIFICATION OF SERVICES. UNDERGROUND I FACILITIES, STRUCTURES AND UTILITIES HAVE BEEN PLOTTED FROM AVAILABLE SURVEYS AND RECORDS. AND ,.T} r7 THEREFORE THEIR LOCATIONS MUST BE CONSIDERED APPROXIMATE ONLY. IT IS POSSIBLE THERE MAY BE OTHERS, THE EXISTENCE OF WHICH IS PRESENTLY NOT KNOWN OR SHOWN. IT IS THE CONTRACTOR'S RESPONSIBILITY TO DETERMINE THEIR EXISTENCE AND EXACT LOCATION AND TO AVOID DAMAGE THERETO. N.) NO CLAIMS FOR ADDITIONAL COMPENSATION WILL BE ALLOWED TO THE CONTRACTOR FOR ANY INTERFERENCE 4i1 OR DELAY CAUSED BY SUCH WORK. 4. THE CONTRACTOR SHALL PROVIDE THE LABOR AND EQUIPMENT NECESSARY TO DETERMINE THE EXACT LOCATION AND ELEVATION OF ALL UTILITY CROSSINGS WHICH MAY CAUSE CONFLICTS. THESE DETERMINATIONS SHALL BE MADE PRIOR TO THE START OF ACTUAL CONSTRUCTION. THE CONTRACTOR SHALL CONTACT THE UTILITY COMPANY PRIOR TO BEGINNING EXCAVATION. THE CONTRACTOR SHALL ALSO THEN UNCOVER THE UTILITY, ASSIST THE ENGINEER IN DETERMINING THE ELEVATION AT THE CARRIER PIPE, AND BACKFILL THE EXCAVATION. 5. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE APPROVED WASTE AREAS OR DISPOSAL SITES FOR EXCESS MATERIAL (EXCAVATED MATERIAL OR BROKEN CONCRETE) WHICH IS NOT DESIRABLE TO BE INCORPORATED INTO THE WORK INVOLVED ON THIS PROJECT. 6. THE CONTRACTOR SHALL DISPOSE ALL ASPHALTIC CEMENT CONCRETE AND OTHER BITUMINOUS MATERIALS IN ACCORDANCE WITH THE RULES AND REGULATIONS OF THE IOWA DEPARTMENT OF NATURAL RESOURCES. 7. ALL HOLES RESULTING FROM OPERATIONS OF THE CONTRACTOR, INCLUDING REMOVAL OF FENCE POSTS, UTILITY POLES OR FOUNDATION STRUCTURES SHALL BE FILLED AND CONSOLIDATED TO FINISHED GRADE AS DIRECTED BY THE ENGINEER TO PREVENT FUTURE SETTLEMENT. THE VOIDS SHALL BE FILLED AS SOON AS PRACTICAL -- PREFERABLY THE DAY CREATED AND NOT LATER THAN THE FOLLOWING DAY. ANY PORTION OF THE RIGHT-OF-WAY OR PROJECT LIMITS (INCLUDING BORROW AREAS AND OPERATION AREAS) DISTURBED BY ANY SUCH OPERATIONS SHALL BE RESTORED TO AN ACCEPTABLE CONDITION. THIS OPERATION SHALL BE CONSIDERED INCIDENTAL TO OTHER BID ITEMS IN PROJECT. 8. DURING REMOVAL AND CONSTRUCTION THE CONTRACTOR SHALL USE ALL MEANS NECESSARY TO CONTROL DUST SPREADING FROM ALL WORK AND STAGING AREAS. DUST CONTROL MEASURES SHALL BE IN ACCORDANCE WITH APPLICABLE SPECIFICATIONS AND APPROVED BY THE ENGINEER, AND SHALL BE INCIDENTAL. 9. EROSION CONTROL MEASURES NECESSARY TO PROTECT AGAINST SILTATION, EROSION AND DUST POLLUTION ON THE PROJECT SITE SHALL COMPLY WITH SOIL EROSION CONTROL REQUIREMENTS OF IOWA CODE AND LOCAL ORDINANCES. 10. IN ORDER TO AVOID UNNECESSARY SURFACE BREAKS OR PREMATURE SPALLING, THE CONTRACTOR IS CAUTIONED TO EXERCISE EXTREME CARE WHEN PERFORMING ANY OF THE NECESSARY SAW-CUTTING OPERATIONS FOR THE PROPOSED PAVEMENT REMOVAL. 11. THE CONTRACTOR SHALL TAKE SPECIAL CARE TO MAINTAIN POSITIVE DRAINAGE WHERE INTAKES ARE LOCATED. 12. THE CONTRACTOR SHALL MAINTAIN ACCESS TO INDIVIDUAL PROPERTIES THROUGHOUT THE CONSTRUCTION OF THE PROJECT. THE CONTRACTOR SHALL NOTIFY PROPERTY OWNERS 48 HOURS IN ADVANCE OF DRIVEWAY MODIFICATIONS THAT WILL TEMPORARILY LIMIT OWNER ACCESS TO THEIR PROPERTY. 13. THE CONTRACTOR SHALL CONFINE WORK TO THE CONSTRUCTION LIMITS AND RIGHT-OF-WAY. IF THE CONTRACTOR OBTAINS ADDITIONAL EASEMENTS FOR THE STORAGE OF EQUIPMENT AND MATERIALS, COPIES OF THE AGREEMENTS WITH THE PROPERTY OWNERS SHALL BE PROVIDED TO THE ENGINEER. 14. THE CONTRACTOR SHALL NOT DISTURB GRASS AREAS OR TREES OUTSIDE THE CONSTRUCTION LIMITS. THE CONTRACTOR WILL NOT BE PERMITTED TO PARK OR SERVICE VEHICLES OR EQUIPMENT, OR USE THESE AREAS FOR STORAGE OF MATERIALS. ALL STORAGE, PARKING AND SERVICE AREA(S) WILL BE SUBJECT TO THE APPROVAL OF THE ENGINEER. 15. THE UTILITY COMPANIES WHOSE FACILITIES ARE SHOWN ON THE PLANS OR KNOWN TO BE WITHIN CONSTRUCTION LIMITS, SHALL BE NOTIFIED BY THE CONTRACTOR PRIOR TO START OF CONSTRUCTION. 16. ALL CONSTRUCTION SHALL BE IN ACCORDANCE WITH THE IOWA DEPARTMENT OF TRANSPORTATION STANDARD SPECIFICATIONS (2009) AND THE CITY OF IOWA CITY STANDARD AND SUPPLEMENTAL SPECIFICATIONS AND DETAILS. 17. THE CONTRACTOR SHALL COORDINATE WITH ALL PUBLIC AND PRIVATE PROJECTS IN THE AREA AT ALL TIMES. THE FOLLOWING IS A LIST OF KNOWN IOWA CITY PROJECTS: A) LOWER MUSCATINE ROAD IMPROVEMENTS B) 1ST AVENUE RAILROAD UNDERPASS PROJECT PROJECT NO: 111002-00 DESIGNED BY: S. SOVERS NO DATE BY REVISION DESCRIPTION Foth US HIGHWAY 6 AND SYCAMORE STREET PROJECT DATEi 06/30/2011 CHECKED BY: CAD DATE: 2/17/2012 10:33:48 AM DRAWN BY: - INTERSECTION IMPROVEMENTS A.O3 CAD FILE: X:\CR\IE\2011\111002-DO\CAD\Plans\111002-00-AO1.sht -- v CITY OF IOWA CITY,IOWA GENERAL NOTES !V rJ WEST EX. R/W EX. R/W '• ) "r1 EAST �'-1 1 o .11r 4 VARIES ► 41 VARIES ►1 �C") --J a 37.0' ►- �lr i il �.; C,) -)r 3 12.5' 0. 4 12.0' 0. 4 12.5' 0- 4 6.O'0, ' 8.0' OW ,I.O' SOUTHBOUND TURN LANE NORTHBOUND -'� IN..) TRAFFIC TRAFFIC Ej1 I PROFILE GRADE ,) MATCH EXISTING VARIE. 4) I O FORESLOPE -wm ��2 O 2 OX (3 _4.. 4.0% 2.0%.....- 2.0%00- - v / © — — — — y - — — - / 'll- 11i11=I1��=�ll=��L��111111���1��11=��=II 1n=II=11"11=11 11 11=11 .I,-II-,. O (ORNAMENTAL METAL RAILING (BLACK )) // 1=,Iii :n 11nn-lr=,=11:ar=11=11_11=1r n nn n-u=, r ill=11 Ir=ail�l 11 ii i di,. T.j j 1 SUBDRAIN SUBDRAIN Q \\—(6" PROPOSED SIDEWALK) 9" PCC PAVEMENT ) \ / \ (12" SPECIAL COMPACTION OF SUBGRADE� (6" MODIFIED SUBBASE) \\ i \ — __ __ _ / EXISTING 6" \ — — — — __ — — — WATER MAIN PROPOSED 12" \ I-I WATER MAIN \ I NI I 1 PROPOSED MODULAR BLOCK RETAINING WALL. HEAVY\ \ (NATURAL CONCRETE COLOR I \ WITH OLD WORLD TEXTURE FINISH) II \ NOTES: I I \ NORMAL SECTION SHOWN MAY BE I APPROPRIATELY MODIFIED FOR AREAS (COMPACTED GRANULAR BACKFILL) I \ N SPECIFICALLY DESIGNATED BY THE ENGINEER SUCH AS INTERSECTIONS. I I REFER TO OTHER DRAWINGS FOR DETAILS [ T/REMOVE EXISTING RETAINING WALL & FOOTING) Q1 REFER TO OTHER DRAWINGS FOR II DETAILS OF SHOULDER AND POSSIBLE (TEMPORARY SHEETING/SHORING / 'I I SIDEWALK CONSTRUCTION I I 0 EXCAVATE AND BACKFILL 3.0' I I PROPOSED PCC CURB AND GUTTER (2'-6" I) 0 COMPACTED GRANULAR BACKFILL I 2.5' 12.0' PER PERFORMANCE SPECIFICATION I 2.0' 1 -4 ► 0. ® 6" STANDARD CURB COMPACTED GRANULAR ®I Q REFER TO STANDARD ROAD PLAN DUALIN FROW LLOCKSEN I I 0 ILLI (WRRO4"S ED MOD6IFIEDASUUBBASEAY DR1 RF-19C, TYPE 12 INSTALLATION I J AS SHOWN TABULATION I I maul © KT-2 OR L-2 JOINT I I _ Q7 JOINT LAYOUT SHALL BE AS SHOWN I II immummumum Sien IN THE 'L' SHEETS. TRANSVERSE INTERMEDIATE FOUNDATION I _-F — JO INTS WILL BE 'CD'. SYCAMORE STREET C(10' DEPTH OR BEDROCK) LI ® PCC PAVEMENT (8 IN W/ 1/2" EXPANSION I i TYPICAL CROSS SECTION MATERIAL ALONG WALL AND BACK OF CURB) LOCATION I I THREE LANE ROADWAY ON 7 IN OF MODIFIED SUBBASE I 37.0 B - B Q9 6" OF TOPSOIL SHALL BE PLACED ON ROAD IDENTIFICATION STATION TO STATION - � � ALL DISTURBED AREAS SYCAMORE STREET 6000+39 6004+30 WITH 6" INTEGRAL CURB PROJECT NO: 111002-00 DESIGNED BY: S. SOVERS NO DATE BY REVISION DESCRIPTION SHEET no. PROJECT DATE: 06/30/2011 CHECKED BY: - Fotli US HIGHWAY 6 AND SYCAMORE STREET CAD DATE: 2/17/2012 10:36:10 AM DRAWN BY: - INTERSECTION IMPROVEMENTS B.01 CAD FILE: X:\CR\IE\2011\111002-00\CAD\Plans\111002-00-B01.sht CITY OF IOWA CITY,IOWA TYPICAL CROSS SECTIONS AND DETAILS WEST BOUND - TRAFFIC 8.0' 12.0' 12.0' 10.0' ®13.0' 4.0' 3.0' 24.0' 8.0' NORTH A • AI ►-4 LEFT ► Al14 . 1 4 SOUTH THRU LANE THRU LANE CHANNELIZED TURN LANE ISLAND 14" DEPTH ON PCC 2'-6" CURB AND GUTTER no SAFETY EDGE ►=TAPER l'-6" THICKNESS EAST BOUND -- t-77) R.) SHOULDER 4" HMA OVERLAY THICKENED EDGE--�T TRAFFIC SAFETY EDGE -`-) -T1 ` (TOPSOIL AND SEED1 l4" DEPTH I 4" HMA OVERLAY - I'rl -...4 li7 0 EARTHEN S,HAJILEIER © (TOPSOIL AND. SEED)-_� 4 4%// iiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiuii 13% �'�z.#ii ii 4,4' -JV -4.r..J NOTES: �`�!//��5 APPROPRIATELY NORMAL NMODOWN IF IEDAY FOREAREAS i - - - --- - -- - - - _ .--ifil - -1- _ __ "/���I�//�!/moi/� ` -, 1:�. SPECIFICALLY DESIGNATED BY THE Q �� ® - '1 ENGINEER SUCH AS INTERSECTIONS. II. II-II' _i" 'i...,.f' SUBORA IN :.7.1.--, Cf.) 11 11:=11 11=u n. n:n 11=11 II 11= 6 2 ► REFER TO OTHER DRAWINGS FOR g" HMA SHOULDER EXISTING 10" f IIVEml?11=111111 11011=11 11 ° rr MEDIAN PAVEMENT SUBOCRAIN DETAILS 1.5" SURFACE COURSE PCC PAVEMENTQ 6" HMA SHOULDER N 1.5" INTERMEDIATE COURSE ,..„ C,i 1.0" BASE COURSE 2.0" BASE COURSE 10" PCC PAVEMENT) 4" HMA OVERLAY (12" SPECIAL COMPACTION OF SUBGRAOE 1.5" SURFACE COURSE , 1.5" INTERMEDIATE COURSE (12" SPECIAL BACKFILL) 1.0" BASE COURSE C1 6" SLOPED CURB Q REFER TO STANDARD ROAD PLAN TYPICAL CROSS SECTION RF-19C, TYPE 7A INSTALLATION AS SHOWN IN TABULATION DESIGN RATES U.S. HIGHWAY 6 PC CONCRETE PAVEMENT WIDENING C3 8T-3 JOINT. TIE BARS SHALL BE ITEM RATE WITH 4" HMA OVERLAY CENTERED VERTICALLY WITHIN LOCATION ® EXISTING PCC PAVEMENT SURFACE COURSE 145 LBS./CU.FT ROAD IDENTIFICATION STATION TO STATION FEET ® JOINT LAYOUT SHALL BE AS SHOWN INTERMEDIATE COURSE 145 LBS./CU.FT , - IN THE 'L' SHEETS. TRANSVERSE BASE COURSE 145 LBS./CU.FT HIGHWAY 6 216+10.00 228+18.00 13.0 JOINTS WILL BE 'CD'. TACK COAT 0.05 GAL/SO.YD. NORTH EASTBOUND TSOUTH TRAFFIC A 8.0' ! A 12.0' ► 12.0' Ili. 3.0 4•4 Ill. 110- ' Ce 13.O' ► 10.0' ► A 12.0' ► AI 12.0' A ®15.O' ._ X3.0' 1*4111 LEFT CHANNELIZED THRU LANE I THRU LANE RIGHT TURN LANE ISLAND TURN LANE 14" DEPTH ON PCC I . 3.0' f CURB AND GUTTER 2'-6" 2'-6" 4" HMA OVERLAY THICKNESS-10.------f l'-6" 1'-6" - -- THICKNESS 0 TAPER EARTHEN SHOULDER WEST BOUND --10.----.4i-THICKENED EDGE q- HMA OVERLAY THICKENED EDGE 41.----41- TAPER TRAFFIC 0 0 14" DEPTH 14" DEPTH O 0 4% -4F.4Z iiiiiiiiiiii�/r 3% 3�� '� 1 " `OPf (ryP NOTES: © 44 EXISTING IO" y�( EXIST]NG l0" I-`II II II II Il�u i 6" HMA SHOULDER Q SUBDRA IN PCC PAVEMENT ,..0-11 41,-11-11. J1r' 11 ii 11� � PCC PAVEMENT714=11=11=411=1=11=11,,, - ll=ll=•, 1 NORMAL SECTION SHOWN MAY BE APPROPRIATELY MODIFIED FOR AREAS II ° ° " •• �� m-ItI I��II�i1m11111 SPECIFICALLY DESIGNATED BY THE 6" PCC (10" PCC PAVEMENT) ENGINEER SUCH AS INTERSECTIONS. MEDIAN (� REFER TO OTHER DRAWINGS FOR PAVEMENT Y SUBDRAIN DETAILS 4" HMA OVERLAY 1.5" SURFACE COURSE (12" SPECIAL BACKFILL) 12" MODIFIED SUBBASE 1.5" INTERMEDIATE COURSE C1 6" SLOPED CURB 1.0" BASE COURSE C2 REFER TO STANDARD ROAD PLAN RF-19C, TYPE 7A INSTALLATION (12" SPECIAL COMPACTION) AS SHOWN IN TABULATION OF SUBGRADE 0 REFER TO STANDARD ROAD PLAN RF-19C, TYPE 12 INSTALLATION TYPICAL CROSS SECTION AS SHOWN IN TABULATION DESIGN RATES U.S. HIGHWAY 6 PC CONCRETE PAVEMENT WIDENING ® BT-3 JOINT. TIE BARS SHALL BE WITH 4" HMA OVERLAY CENTERED VERTICALLY WITHIN ITEM RATE LOCATION QA EXISTING PCC PAVEMENT SURFACE COURSE 145 LBS./CU.FT CS JOINT LAYOUT SHALL BE AS SHOWN INTERMEDIATE COURSE 145 LBS./CU.FT ROAD IDENTIFICATION STATION TO STATION FEET FEET IN THE 'L' SHEETS. TRANSVERSE BASE COURSE 145 LBS./CU.FT HIGHWAY 6 216+10.00_ 228+18.00 15.0 13.0 JOINTS WILL BE 'CO'. TACK COAT 0.05 GAL/SO.YD. PROJECT NO: 111002-006/30/ DESIGNEDCKED S. SOVERS NO DATE BY REVISION DESCRIPTION Fot 1:11 SHEET NO. - US HIGHWAY 6 AND SYCAMORE STREETPROJECT DATE: 06030/2011 DHECKED BY: - INTERSECTION IMPROVEMENTS B.02 CAD DATE: 2/17/2012 10:36:10 AM DRAWN BY: - TYPICAL CROSS SECTIONS AND DETAILS CAD FILE: X:\CR\IE\2011\I11O02-DO\CAD\Plans\IIIOO2-00_BOl.sht CITY OF IOWA CITY,IOWA 4,1iip'• 4,4�i r `//4&fl/tet/ ♦�?A ♦, '‘.:4,&,*i�♦i�♦i�♦i i •/i•• ��•I"II ", 1 jI1 1)•11 �i/� c� N1 N1 r !Q jr,,,.. III Ilj�l �11�, ti PAVEMENT LONGITUDINAL TRANSVERSE ' I /� ii y` o THICKNESS JOINT' JOINT I`�`1_I1 LT u ' �/• - . '�`� <8" 24" •4 DEFORMED 18",3/4" SMOOTH DOWEL //`�4 �� ///``////`''*".7/%///`;I/�I ♦,♦��♦��♦/`♦✓/`�✓/;`I•/�//�//�I/•♦�✓Z%P, !�, i BARS AT 30" O.C. AT 18" ON CENTER ♦/♦♦I -- ♦�I/ /%/.04.•�•//♦//// �`I`` �� .• / _ 24" •6 DEFORMED 18",1" SMOOTH DOWEL (FT SAW CUTHI �f(FULI DEPTH> •BARS AT 30" 0C. AT 18" ON CENTER `I II, = JREQUIRED ONLY WHEN LENGTH 2ND SAW CUT AT+OF PATCH IS 15'OR GREATER. PATCH LIMITSrI T ET 11 S/ IT'i (FULL DEPTH) ♦♦. fl 1j THRUST BLOCK DETAIL _. /I♦♦/I THRUST BLOCKS ARE REQUIRED AT PIPING DIRECTION CHANGES, AT. 4,0 __ Si DEAD ENDS, AND AT FIRE HYDRANTS, THRUST BLOCKS SHALL BE F.,) HOLE 1/8" 1/♦� �i , POURED-IN-PLACE CONCRETE 2,000 P.S.I. MINIMUM STRENGTH. HOLE 1/8" /♦/♦4 Ai.. GREATER THAN ♦/♦I MINIMUM OF 18 INCHES THICK, AND SHALL BE CAST AGAINST A GREATER THAN TIE OR DOWEL TIE OR DOWEL .(♦I/� 1, 1.1;; SOLID. UNDISTURBED EDGE OF TRENCH FOR BEARING. NO BOLTS, BAR EMBEDED 9" SECOND SAW CUT,FULL DEPTH _ BAR EMBEDED 9" ♦♦♦♦ MADE PRIOR TO BREAKING OUT PATCH AREA •, JOINTS OR DRAIN HOLES SHALL COME INTO CONTACT WITH THE CONCRETE WITH EPDXY WITH EPDXY f�♦ `�`"' THRUST BLOCK AND THE PIPE SHALL BE WRAPPED WITH A PLASTIC SHEET GROUT. GROUT. • 8" FIRST SAW CUT,FULL DEPTH 8" �`�, �j y j AT THE CONCRETE BEARING SURFACES. `♦ Y�.V "���� ���t`�� PAVEMENT T PLAN //00♦�4O fj'�s -i� !�♦♦G♦�O�/ice \' O . ° • `/44 �„�i♦ ♦�♦�i OFF T EXISTING f • • • ° i ♦/♦/�••�• ♦''� /�♦//�//�� �� • • • iiii ,T e is PAVEMENT P.C. �■,� T //♦ ♦♦� �i�♦�, /Q/� . : .• ~A#44/44 I /////////'�•! //////////////2 ///////////////// //♦♦i���il 1� 1 �I �'� 1 j p /�♦I�♦1//♦♦/ ♦/ • 00 � PLUGGED END '444•/i4 / /. `#ze.. evvv'!%P'9%9v.-I4 .cv/v,...�e . p'Q♦♦//♦♦/�♦♦*.v ��� UTILITY EXCAVATION O3 � -.♦♦-.- ♦♦ .♦�♦•♦/♦ //,,fVv .• ♦�.'//� ;♦♦�!N„..V/ 'V 3 FT SEE SECTION 7040,3.02 \�j` UNDISTURBED SOIL ♦•♦/j♦�/�♦ / '♦♦♦♦♦ COMPOSITE PAVEMENT PATCHES THRUST BLOCK QUANTITIES (SQUARE FEET) PIPE DEAD END 90° 45° 11-1/4 BEND 22-1/2 BEND SIZE OR TEE BEND BEND 4" 1.4 _ 1.9 1.0 1.0 1.0 NOTES Oi PATCH DEPTH:TYPICAL PATCH THICKNESS SHALL BE A MINIMUM OF 1" DEEPER 6" 2.8 4.0 2.1 1.1 1.0 THAN EXISTING PAVEMENT SECTION.WHERE DRILLING IS NOT PRACTICAL 8" 4.8 6•$ 3.7 1,9 1.0 DUE TO PAVEMENT DETERMINATION,THICKEN ABUTTING PAVEMENT EDGE BY __10" 7.3 10.3 5.8 2.8 1.4 AN ADDITIONAL 50/. OF EXISTING SECTION DEPTH. 12" 10.3 14.5 7.9 4.0 2.0 O2 SPECIAL BACKFILL, MINIMUM OF 12 INCHES SUBGRADE TO BE REMOVED AND16' 17.8 25.2 13.6 7.0 3.5 REPLACED WITH SPECIAL BACKFILL MATERIAL. eA1 20" 27.5 38.9 21.0 10.7 5.4 O3 GRANULAR BACKFILL: UTILITY TRENCHES TO BE BACKFILLED WITH GRANULAR FMTH _ 24' 39.2 55.5 30.0 15.3 7.7 BA LIFTS).MATERIAL TO BOTTOM OF THE SPECIAL BACKFILL (NOT MORE THAN SHEET 101 1 30" 60.3 85.3 46.2 23.5 11.8 36" 86.4 122.2 66.1 33.7 16.9 GRANULAR BACKFILL CLASS 1 MATERIAL SHALL MEET THE REQUIREMENTS OF TYPICAL DETAIL NO. 1 42" 116.6 165.0 89.3 45.5 22.9 IOWA DOT STANDARD SPECIFICATIONS 4109,GRADATION N0.30 (CLASS Al, PCC FULL DEPTH PATCH 48" 152.0 215.0 116.3 59.3 29.8 54" 192.1 271.6 147.0 74.9 37.6 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 BASED ON ACTUAL SOIL BEARING STRENGTH. 1 THRUST BLOCK QUANTITIES PROJECT NO: 111002-00 DESIGNED BY: S. SOVERS NO GATE BY REVISION DESCRIPTION SHEE1 NC. - PROJECT DATE: 06/30/2011 CHECKED BY: - eFoth CIT US HIGHWAY 6 AND SYCAMORE STREET CAD DATE: 2/17/2012 10:36:11 AM DRAWN BY: - INTERSECTION IMPROVEMENTS TYPICAL CROSS SECTIONS AND DETAILS B.03 CAD FILE: X:\CR\IE\201 t\111002-00\CAD\Plane\111002-00-B0l.aht CITY OF IOWA Y.IOWA IV Cr m .-. 9 '6.- "..'1 e.:.... r.-)--<.: -- lea --IC) J - . -'7ill C:) -: �, - l 7308-B FV Posted Runout Location Station I--) MUUIFIEU \ SpeeImpd +Limit (ft per irrhl © O O _ _ + LO 45 or More 50 20 to 45 25 under 20 10 e 1 Bridge, +Based on timing maneuvers `Bridge Approach or at side roads and intersections. ` Pavement Section 0 SurFace Course Location 00 0O QI Intermediate Course Station Remarks ©Base Course Feet Inches Inches Inches SURFACE, INTERMEDIATE. AND BASE COURSE RUNOUT PROJECT NO: 111002-00 _ DESIGNED BY: S. SOVERS NO DATE BY REVISION DESCRIPTION US HIGHWAY 6 AND SYCAMORE STREET CAD DAT DATE: 06/30/2011 DRAWN DB BY: - 4Foth CAD DATE: 2/17/2012 10,36:11 AM DRAWN BY. v INTERSECTION IMPROVEMENTS B.04 CAD FILE: X.\CR\lE\2011\I11002-DO\CAO\Plans\111002-OD-BOl.sht CITY OF IOWA CITY,IOWA TYPICAL CROSS SECTIONS AND DETAILS GENERAL WATERMAIN INSTALLATION NOTES fV ALL FITTINGS AND VALVES SHALL BE DUCTILE IRON WITH r-_a .3.G' iiADIAL HYDRANT ASSEMBLY I MEGALUG MECHANICAL JOINTS AND NITRILE GASKETS AS -- N CLEAR SPACE PAY LIMITS 1 NOTE SPECIFIED. CD LALL LOWEST NOZZLES MUST _ —1 '� BE6A AND NOT MORE THAN SHALLUBE ODIP PIPING,INSTALLED WITHTPOLYE POLYETVALVES HYLENE D ORANTS AS PER rn .� CT-7 3 WAY HYDRANT WITH LEAST 1 A 41/7" (12" WATERMAIN AND SMALLER)OR 1'-11" ABOVE FINISH GRADE. SPECIFICATIONS. 5/4 (16" WATERMAIN AND ABOVE) 1.7) MAIN VALVE OPENING & 6" INLET ALL DISTURBED AREAS SHALL BE GRADED TO MATCH C' ) + CONNECTION AS PER MANUFACTURERS EXISTING GROUND CONTOURS AND COMPACTED TO .-7(r-' 95% STANDARD PROCTOR AND MATCH EXISTING ROUGH fT1 �p ^17 )I'll■ WATER MAIN GRADE. — _} TRENCH WALLS L_...._',: T FINISH GRADE FINISH GRADE WATER MAIN SHALL HAVE 5'-6" MINIMUM BURY,OR . L.) '• 1' 6" MIN. VALVE BOX SLIP TYPE OTHERWISE AS NECESSARY TO AVOID FUTURE OR - •• EXISTING UTILITIES AND TO MAKE CONNECTIONS 1 1' 11" MAX. "WWA ER MARKEDID TO EXISTING WATER DISTRIBUTION SYSTEM. N DIFFERENT DEPTHS REQUIRED DURING CONSTRUCTION 6" OR LESS _ MUST BE APPROVED BY THE ENGINEER. THE CONTRACTOR SHALL INSTALL PIPE AS CLOSE AS � 4t l 1 ! POSSIBLE TO PROPOSED CONNECTIONS TO EXISTING !\'4TRENCH �/ WATER MAINS. \G\, , BACKFILL TRACER WIRE TERMINAL BOX ' ` / THE CONTRACTOR SHALL BE RESPONSIBLE FOR FOLLOWING VALVCO 95E 2'2" 1.0. 18" MIN. I PRESSURE AND BACTERIA TESTING PROCEDURES AS LENGTH, TELESCOPING W/C.I. PEA GRAVEL CONCRETE INDICATED IN THE PROJECT SPECIFICATIONS. LOCKABLE LID OR EQUAL. TRACER OR 5'6" MIN. THRUSTHRUST �, WIRES GRANULAR BACKFILL f.. de 4�'• :__,.19!744 HOLDING SPOOL WATER �•.�..,.;•. .i:�..� MAIN cc u dz. Y � ;; : / TYPE E RCP apron section P iaron91\„dill Two-piece lisetl cos:• Notes "1''•. •.- • 411 I O Frameandcover shone Neeneh R-1642 or b,•.dg*e' `ar,. :'. . k 412 O �■■ Y bars 0 18" ` Qui \� and a mini...is n the bra City stadnd 1<; 48" Class 1 bedding material 08„ -- ■ � / on center / �', (1/ and o mininlxn of one concealed picknok- - .' a ©II frame is required to be attached to I ,; i'.,_-7, slruclvre,tri four T/e"dma oeler holes MI= I'Mil IMP • i_R I,I't: I slots,equosy spaced around frame. ''L� / Remove bolts upon completion of paving. .&"''..64-..,—.1/.104-'-‘,- L—� L L L / \ 1/O STORM SEWER t. / • G., awAoo To G_ IMAM .4r` IV TYPICAL SECTION / tic CORKS DEeP •,..••• ^ ELEVATION o IIL () > 9 . Anchor Bolt Hole O Flange(lyp.) (--.)-1.: ~� REINFORCING BAR LIST —In PLAN _:r . 0 Se Mork Size Length Count D W Mork Size Length Count y - i 411 4 2'-0" 3 411 4 7'-6" 3 - "-- 412 4 Y-8" 2 4f2 4 3'-8" 6 1;�W 1 411 4 2'-6 V;" 3 411 4 8'-1" 3 15" 2'-1d/{' 54" I 6'-5" -. :1 412 4 Y-8" 2 412 4 3'-8" 6 1',4- '.• 0 n 411 _ 4 3'-1" 3 411 4 8'-7" 3 I-•--26"min. --I c 18" 3'•5" 60" 8'-11" m 412 4 3'-8" 3 412 4 3'-8" 6 T V\ N+ 411 4 4'-2" 3 411 4 8''7" 3 , 4. 24" 4'-6" 1 { 6 eFN" TBUDAS �1a.r. a raorho 412 4 3'-8" 3 412 4 3'•8" 6 r[viSI0h j ,I SW-602 411 4 5'-3" 3 - 411 4 9'-8" 3 uw 10/21/08 $ 24 mn . .. ROUAE W0. MAUD ROAD RAM ar t Eo 30" 5'-7" • 72" 10'-0" I N 4f2 4 3'-6" 4 412 4 3'-8" 7 a T.. I T1(vlslocino 4n 19,mu'v 1 - , I. IB. 411 4 6'-4" 3 411 4 ll)'-3" 3 FIGURE 4030.221 g 35/,min. W20. • 'OF 1 ...... ..-- - e......, .w,.... 4f2 4 3'-8" 5 412 4 3'-8" 7 4 6.-11" 3 84" 11,-1 act 4 10'-9" 3 1CASTNGS 11NFOR Ck 412 4 3'•8" 5 412 4 3'-8" 8 RCP APRON SECTION FOOTING TYPICAL SECTION STORK SE MER MLE5 N 0 Heavy duly casting. Mark lid with"Storm"ar "Storm C.O." Threaded PVC cap O2 Do nal dor casing la bear on lop of riser a von body ferrule TYPE F---�•I with brass screw plug pipe:provide 2 inch clearance,mirimum. Concrete �"(min.) Two-piece lied casting Corer Notes. ® 24 inch dometer RCP la subdrain 8 inches or Cover shdlconlan the bra City � smoler:30 nth 6ortleler RCP for 10 ll)12 loth standard logo and a minimum of •4 hoop in lieu A Type Bc lean ckonaul may De uxd oro conceokd pickhoN. Y /Po in keu of a B cleanout,if approved by � the Engineer. SuDdrain 4 Design is intended for use'n con junction with Gosling. See DeloiA QW 8" [mar.)PVC 8 nth PVC riser pipe.Other sized cops may be 8" Imar.l PVC risen pipe. Matches =4°. u sed with smdkr pipe,as approved by the -1.1- __,.... �l riser size of subdrain q.o�tr pipe. Molcn �' gne i.�,a�Ji size of subdrain PO. Iav�r .•'W kw_^��p DiPe• 6.�nr'�NMI wlr Concrete Q Provide Type G costing,os required to fit pipe V III:tiT •"� size. �"rsA,,I �u •�yG'�?.�.:- �,•• hose .'9 �j.:. 6" Class 1 -"Lai._ bedding STORM SEWER r., TYPE A-1 CLEANOUT TYPE A-2 CLEANOUT TYPE B CLEANOUT A (Non-traffic aeon only) (Non-traffic areas only) 6. DRAINS TO {i$ STTaydM fc ,ORKS pF, :2- I Cleonout 9,_ _ _T/J"� PLAN Cleonout - �� 45• Bend W. 45' bend !L. 9• .1% _ii�6" ,. Subdrain •, Wye "� �� 31"min. 1%i' _ 41I�• � al,iM� r 15%" `..d t. 1 26 min � _ 7g�5 END OF RUN N-LINE pETAIL ACK) I t , 1 TYPE A CLEANOUT CONNECTIONS (Dimensions ore nominal) " F— i11/2" A SUDAS !S� 1%,. ":" r1/[moot RtV1SPN $ 24"mn. FIGURE 6010.602 ftANDMD l6AD R141 SW-602 iv NEW 110721708 26"nom' rpr r r r u FIGURE 404 q ppb 27"min. Ilt'uIs1U6:lIe Read sw.s rly. 17.162016 N FIVVRi 4040.232 ra 14 rl it reoYre RA�5/. • SHEET I pF 1 „e•.,.-,.,. �.� m..,...,, TYPICAL SECTION 11: . $t1�tAIN 2EANOUTS ^' CASTINGS FOR ti STORM SE t4ER MANHOLES PROJECT NO: 11 -00 DESIGNED BY. S. SOVERS NO GATE BY REVISION DESCRIPTION �O� SHEei No 06/3 . PROJECT DATE: 06/90/2011 CHECKEDD BY: - US HIGHWAY 6 AND SYCAMORE STREET CAO GATE: 2/17/2012 10,36:12 AM DRAWN BY: - INTERSECTION IMPROVEMENTS B'06 406PCAD FILE: XI\CR\IE\2011\111002-0D\CAO\Plans\11f002-00-B01.sht v CITY OF IOWA CITY,IOWA TYPICAL CROSS SECTIONS AND DETAILS ESTIMATED PROJECT QUANTITIES loo-oic 07-15-97 Ouantltles Estimated As Built Item No. Item Code Item Unit Division l Division 2 Division 3 Division 4 Division 5 Division 1 Division 2 Division 3 Division 4 Division 5 City I City II !DOT 3R Total City I City II !DOT 3R (USTEP Elgible) (Non-Participating) (Participating) (USTEP Elgible) (Non-Participating) (Participating) 12102-0425071 SPECIAL BACKFILL CY 354 354 2 2102-2710070 EXCAVATION, CL 10, RDWY+BORROW _ CY 5350 5350 3 2102-2710080 EXCAVATION, CL 10, UNSUIT/UNSTABLE MAT'L CY 500 500 4 2105-8425015 TOPSOIL, STRIP, SALVAGE+SPREAD CY 536 536 5 2115-0100000 MODIFIED SUBBASE CY 406 119 525 6 2122-5500060 PAVED SHLD, HMA, 6" SY 2192 2192 7 2123-7450020 SHLD FINISH, EARTH STA 20 20 8 2212-5070310 PATCH, FULL-DEPTH REPAIR SY 150 150 9 2212-5070330 PATCH BY COUNT (REPAIR) EACH 10 10 10 2301-1033090 STD/S-F PCC PAV'T, CL C CL 3, 9" SY 460 1641 2101 _ c II 2301-1033100 STD/S-F PCC PAV'T, CL C CL 3, 10" SY 2053 2053 ,v 12 2301-4875006 MEDIAN, PCC, 6" SY 225 225 = 'T1 �-�9 13 2301-6911722 PCC PAV'T SAMPLE LS 0.5 0.5 1 . -4 -I i 14 2301-7000110 PAY ADJ 1/0-PCC PAV'T THICKNESS EACH 0.5 0.5 1 15 2303-0041500 HMA (3M ESAL) BASE. 1/2" TON 334 334 .--5rr 16 2303-0042500 HMA (3M ESAL) INTERMEDIATE, 1/2" TON 534 534 —IC') i 17 2303-0043503 HMA (3M ESAL) SURF, 1/2", FRIC L-3 TON 567 567 = T" ` 18 2303-0245000 ASPH BINDER. PG 64-28 TON 87 87 19 2303-6911000 HMA PAV'T SAMPLE LS I I -'— 20 2303-9093010 HMA, DRIVEWAY SY 808 808 21 2317-7000120 PAY ADJ I/D-HMA PAV'T SMOOTHNESS EACH 1 1 - N 22 2401-6750001 REMVL LS 0.5 0.5 I �•` 23 2414-6460000 ORNAMENTAL METAL RAIL LF 626 626 24 2416-0100024 APRON, CONC. 24" EACH l 1 25 2430-0000100 MODULAR BLOCK RETAIN WALL SF 30 30 26 2435-0140148 MANHOLE, STORM SWR. SW-401, 48" EACH 1 1 27 2435-0250700 INTAKE, SW-507 EACH 2 2 28 2435-0250800 INTAKE, SW-508 EACH 2 2 29 2435-0250804 INTAKE. SW-508, TOP AND INSERT ONLY EACH I I 30 2502-8212036 SUBDRAIN, LONGITUDINAL, (SHLD) 6" LF 808 2500 3308 31 2502-8220193 SUBDRAIN OUTLET (RF-19C) EACH 1 I 32 2502-8220196 SUBDRAIN OUTLET (RF-i9E) EACH 2 6 8 33 2503-0114215 STORM SWR G-MAIN,TRENCHED, RCP 20000,15" LF ll 11 34 2503-0114224 STORM SWR G-MAIN,TRENCHED, RCP 20000,24" LF 64 64 35 2507-6800061 REVETMENT, CLASS E TON 18 18 36 2510-6745850 RMVL OF PAV'T SY 294 1654 1948 - _ 37 2511-6745900 RMVL OF SIDEWALK SY 460 460 38 2511-7526004 SIDEWALK, PCC, 4" SY 22 22 39 2511-7526006 SIDEWALK, PCC, 6" SY 36 880 916 1 40 2511-7528101 DETECTABLE WARNING - CURB RAMP SF 84 84 41 2512-1725256 CURB+GUTTER, PCC, 2.5' LF 736 736 42 2512-1725306 CURB+GUTTER, PCC, 3.0' LF 450 450 43 2515-2475007 DRIVEWAY, PCC, 7" SY 253 253 44 2515-6745600 RMVL OF PAVED DRIVEWAY SY 1236 1236 45 2518-6910000 SAFETY CLOSURE EACH 2 2 46 2519-3300600 FENCE, SAFETY LF 750 750 47 2525-0000100 TRAFFIC SIGNALIZATION LS I I 48 2525-0000120 RMVL OF TRAFFIC SIGNALIZATION LS 1I 49 2526-8285000 CONSTRUCTION SURVEY LS 0.5 0.25 0.25 I 50 2527-9263109 PAINTED PAV'T MARK. WATERBORNE/SOLVENT STA 14.8 14.8 51 2527-9263117 PAINTED PAV'T MARK, DURABLE STA 26.1 82.5 108.6 52 2527-9263138 PAINTED SYMBOL+LEGEND EACH 3 3 53 2527-9263143 PAINTED SYMBOL+LEGEND, DURABLE _ EACH 6 9 15 54 2528-8445110 TRAFFIC CONTROL LS 0.5 0.25 0.25 1 55 2528-8445113 FLAGGER EACH 10 5 5 20 56 2533-4980005 MOBILIZATION LS 0.5 0.5 I 57,2542-1006010 CRACK & JOINT CLEAN & SEAL (PCC PAV'T) MILE 0.42 0.42 58+2542-1007000 SEALER MATERIAL (PCC PAV'T) LB 1975 __ _ 1975 59 2554-0112012 WATER MAIN, TRENCHED, DIP, 12" - CLASS 52 LF 910 910 60 2554-0203000 FITTINGS BY WEIGHT, DI LB 1112 1112 61 2554-0206000 VALVE, BUTTERFLY, DIP, 16" EACH 2 2 62 2554-0207012 VALVE, GATE, DIP, 12" EACH 5 5 63 2554-0210201 FIRE HYDRANT ASSEMBLY, WM-201 EACH 2 - 2 64 2599-9999005 REMOVAL OF FIRE HYDRANT EACH 2 2 65 2599-9999005 BUS STOP SHELTER, REMOVE AND REINSTALL EACH 1 I PROJECT NO: 111002-00 DESIGNED Y: S.SOVERS NO DATE BY REVISION!DESCRIPTION Foo h SHEET NO. PROJECT DATE: 06/30/2011 CHECKED BY: - • U S HIGHWAY 6 AND SYCAMORE STREET CAD DATE: 2/17/2012 1036:51 AM DRAWN BY. INTERSECTION IMPROVEMENTS C.O1 CAD FILE: X:\CR\IE\2011\111002-00\CAD\Plans\111002-00-COI.sht v CITY OF IOWA CITY,IOWA ESTIMATED PROJECT QUANTITIES ESTIMATED PROJECT QUANTITIES loo-olc 07-15-97 Ouantlties Estimated As Bu1It Item No. Item Code Item Unit Division I Division 2 Division 3 Division 4 Division 5 Division I Division 2 DI vision 3 Division 4 Division 5 City I City II [DOT 3R Total City I City II IDOT 3R (USTEP Elgible) (Non-Participating) (Participating) (USTEP Elgible) (Non-Participating) (Participating) 66 2599-9999005 SUBDRAIN, CLEANOUTS, 6 IN. PVC, TYPE A-1 EACH 2 _ 2 67 2599-9999009 REMOVAL OF WATER MAIN LF _ 375 _____ 375 _ 68 2599-9999010 MODULAR BLOCK RETAINING WALL (HEAVY) LS I _ I 69 2599-9999010 INTERMEDIATE FOUNDATION FOR MODULAR BLOCK RETAINING WALL (HEAVY) LS I _ I 70 2599-9999010 REMOVAL OF EXISTING RETAINING WALL LS _ I __ _ I _ 71 2599-9999010 IT / TRAFFIC SIGNAL INTERCONNECT LS II 72 2599-9999010 CONSTRUCTION EROSION CONTROL LS 0.5 0.25 0.25 ~_ I 73 2601-2634150 MULCH. WOOD CELLULOSE FIBER ACRE 0.81 0.69 1.5 74 2601-2636044 SEED+FERTILIZE (URBAN) ACRE 0.81 0.69 1.5 T _ 75 2601-2638352 SLOPE PROTECTION, WOOD EXCELSIOR SO 175 175 76 2601-2642120 STABILIZE CROP - SEED+FERTILIZE (URBAN) ACRE 0.81 0.69 1.5 77 2602-0000020 SILT FENCE LF 500 500 78 2602-0000060 RMVL OF SILT FENCE ' LF 500 500 _ _' 79 2602-0000090 CLEAN-OUT OF SILT FENCE LF 500 500 CJ ry 1 T-_ —1 i ! —i C) ---I <� —v e ;1 — J - i PROJECT N0: 111002-00 DESIGNED BY: S.SOBERS NO DATE BY REVISION DESCRIPTION SHEET NO. PROJECT DATE: 06/30/2011 CHECKED BY: - iot�1 US HIGHWAY 6 AND SYCAMORE STREET CAO DATE: 2/17/2012 10:36:51 AM DRAWN BY: - INTERSECTION IMPROVEMENTS ESTIMATED PROJECT QUANTITIES C.02 'AT FILE: XACR\IE\2011\111002-00\CAD\Plans\111002-00_CO Lsht CITY OF IOWA CITY,IOWA ESTIMATE REFERENCE INFORMATION 100 4A ESTIMATE REFERENCE INFORMATION 100-4A 10-29-02 10-29-02 Item Item Item Code Description No . No Item Code Description 1 2102-0425071 SPECIAL BACKFILL 7 2123-7450020 SHLD FINISH, EARTH A. REFER TO TYPICAL SECTIONS ON SHEETS B.02 FOR LOCATIONS AND DEPTHS. A. INCLUDED FOR FINISHING BEHIND BACK OF CURB AFTER PAVEMENT PLACEMENT. B. REQUIREMENTS OF SPECIAL BACKFILL TO MEET SECTIONS 2102 AND 4132 OF THE IOWA DOT SPECIFICATIONS. B. THIS ITEM INCLUDES MAINLINE, SIDEROADS, DRIVEWAYS AND PARKING LOTS EACH MEASURED SEPARATELY. C. USE OF RECYCLED PCC AND HMA PAVEMENTS FOR SPECIAL BACKFILL WILL NOT BE ALLOWED ON THIS PROJECT. D. INCLUDES 12" SUBGRADE PREPARATION FOR PCC PAVEMENT WHERE SPECIFIED. 8 2212-5070310 PATCH, FULL-DEPTH REPAIR E. THE CONTRACTOR WILL BE PAID THE CONTRACT UNIT PRICE PER CUBIC YARD. THIS SHALL BE CONSIDERED FULL 9 2212-5070330 PATCH BY COUNT (REPAIR) COMPENSATION FOR FURNISHING ALL TOOLS, EQUIPMENT, LABOR AND MATERIALS NECESSARY FOR THE INSTALLATION OF A. THIS BID ITEM INCLUDES AN ESTIMATED QUANTITY TO REPAIR EXISTING PAVEMENT PRIOR TO HMA OVERLAY. SPECIAL BACKFILL IN ACCORDANCE TO THE CONTRACT DOCUMENTS. B. ACTUAL PATCH LOCATIONS SHALL BE DETERMINED IN THE FIELD. C. REFER TO TYPICAL DETAIL ON SHEET B.03 FOR ADDITIONAL DETAILS. 0 2 2102-2710070 EXCAVATION, CL 10, RDWY+BORROW D. THE CONTRACTOR WILL BE PAID THE CONTRACT UNIT PRICE. THIS SHALL BE CONSIDERED FULL COMPENSATION A. THIS BID ITEM INCLUDES THE FOLLOWING QUANTITIES: FOR FURNISHING ALL TOOLS, EQUIPMENT, LABOR AND MATERIALS NECESSARY FOR THE FULL-DEPTH REPAIR (PER TYPICAL DETAIL) IN ACCORDANCE TO THE CONTRACT DOCUMENTS. f�T1 5350 CY OF TEMPLATE FILL + SHRINK (ESTIMATED 30% SHRINK IN VOLUME) -->--' 698 CY OF CUT 10 2301-1033090 STD/S-F PCC PAV'T, CL C CL 3, 9" <70-4, -- "_' 4652 CY OF CLASS 10 BORROW A. REQUIRES 'CD' TRANSVERSE JOINTS. A--Y J B. REFER TO TYPICAL SECTION ON SHEET B.01. B. THE ESTIMATED 4652 CY OF BORROW SHALL BE SUPPLIED BY THE CONTRACTOR. C. REFER TO SHEET L.03 FOR GEOMETRIC STAKING AND JOINTING DETAILS. _� C. THE CONTRACTOR WILL BE REQUIRED TO COMPACT TO AT LEAST 95% OF THE MATERIALS STANDARD PROCTOR DENSITY. D. IOWA DOT STANDARD SPECIFICATION 2316 PAVEMENT SMOOTHNESS SHALL APPLY. -.i`-� CA) t""'" D. THE CONTRACTOR WILL BE RESPONSIBLE FOR HIRING AN INDEPENDENT GEOTECHNICAL TESTING LABORATORY E. ALL SYCAMORE STREET PAVING NORTH OF STA. 6001+00 IS DIVISION #2. — ' (AS APPROVED BY THE PROJECT ENGINEER) TO PERFORM ALL MATERIAL AND COMPACTION TESTING AS REQUIRED F. CONTRACTOR SHALL PROVIDE CERTIFIED PLANT INSPECTION FOR PCC PAVING, PER IOWA DOT SPECIFICATIONS J BY THE CONTRACT DOCUMENTS. NO SEPARATE PAYMENT WILL BE MADE FOR TESTING SERVICES, IT SHALL BE G. CONTRACTOR MAY USE THE MATURITY METHOD OF TESTING TO DETERMINE THE STRENGTH OF THE PCC PAVING, PER; N CONSIDERED INCIDENTAL TO THIS ITEM. IOWA DOT STANDARD SPECIFICATIONS. E. THE TEMPLATE QUANTITIES ARE BASED UPON BOTTOM OF SUBBASE AND DO NOT INCLUDE THE TOPSOIL VOLUME. F. OVERHAUL WILL NOT BE MEASURED OR PAID FOR, BUT SHALL BE CONSIDERED INCIDENTAL TO ROADWAY EXCAVATION 11 2301-1033100 STD/S-F PCC PAV'T, CL C CL 3, 10" ON THIS PROJECT. A. REQUIRES 'CD' TRANSVERSE JOINTS. G. THIS ITEM WILL BE PAID BASED UPON PLAN QUANTITY OF CUBIC YARDS OF CLASS 10 ROADWAY EXCAVATION. B. REFER TO TYPICAL SECTIONS ON SHEET 8.02. H. THIS ITEM DOES INCLUDE THE EARTH SHOULDER FILL QUANTITY. C. REFER TO SHEETS L.O1-L.02 FOR GEOMETRIC STAKING AND JOINTING DETAILS. D. IOWA DOT STANDARD SPECIFICATION 2316 PAVEMENT SMOOTHNESS SHALL APPLY. 3 2102-2710080 EXCAVATION, CL 10, UNSUIT/UNSTABLE MAT'L E. CONTRACTOR SHALL PROVIDE CERTIFIED PLANT INSPECTION FOR PCC PAVING, PER IOWA DOT SPECIFICATIONS A. THIS ITEM HAS BEEN INCLUDED IN THE CASE OF UNSUITABLE OR UNSTABLE MATERIALS ARE ENCOUNTERED DURING F. CONTRACTOR MAY USE THE MATURITY METHOD OF TESTING TO DETERMINE THE STRENGTH OF THE PCC PAVING, PER CONSTRUCTION OF THE PROJECT. IOWA DOT STANDARD SPECIFICATIONS. B. THIS BID ITEM SHALL ONLY BE USED AS DIRECTED BY THE PROJECT ENGINEER. C. INCLUDES EXCAVATION OF UNSUITABLE OR UNSTABLE MATERIAL AND REPLACEMENT OF SUITABLE IMPORTED FILL 12 2301-4875006 MEDIAN, PCC 6" MATERIAL. EXCESS MATERIAL MAY BE UTILIZED IN FILL EMBANKMENTS PER SPECIFICATIONS. A. REFER TO TYPICAL SECTIONS ON SHEET B.02. 0. OVERHAUL WILL NOT BE MEASURED OR PAID FOR, BUT SHALL BE CONSIDERED INCIDENTAL TO ROADWAY EXCAVATION. B. REFER TO SHEETS L.OI-L.02 FOR GEOMETRIC STAKING AND JOINTING DETAILS. 4 2105-8425015 TOPSOIL, STRIP, SALVAGE+SPREAD 13 2301-6911722 PCC PAV'T SAMPLE A. REFER TO TABULATION ON SHEET T.01 FOR PROJECT QUANTITIES. ESTIMATED 507. SHRINK IN VOLUME. A. REFER TO IOWA DOT STANDARD SPECIFICATIONS 2301. B. THIS BID ITEM INCLUDES THE FOLLOWING QUANTITIES: 14 2301-7000110 PAY ADJ I/D-PCC PAV'T THICKNESS 536 CY OF STRIPPING A. REFER TO IOWA DOT STANDARD SPECIFICATIONS 2301.05 FOR PAYMENT SCHEDULES. 522 CY OF SPREADING + SHRINK (ESTIMATED 50% SHRINK IN VOLUME) 14 CY OF BORROW (CONTRACTOR FURNISHED) 15 2303-0041500 HMA (3M ESAL) BASE, 1/2" 16 2303-0042500 HMA (3M ESAL) INTERMEDIATE, 1/2" C. THE OFFSITE DISPOSAL OF THE ESTIMATED 14 CY NET EXCESS MATERIAL WILL NOT BE PAID FOR SEPARATELY BUT 17 2303-0043503 HMA (3M ESAL) SURF. 1/2", FRIC L-3 SHALL BE CONSIDERED INCIDENTAL TO THIS ITEM. 18 2303-0245000 ASPH BINDER, PG 64-28 0. OVERHAUL WILL NOT BE MEASURED OR PAID FOR, BUT SHALL BE CONSIDERED INCIDENTAL TO ROADWAY EXCAVATION. A. REFER TO SHEETS E.OI-E.02, SHEETS L.01-L.02 AND TYPICAL SECTIONS ON SHEET 8.02. E. THIS ITEM WILL BE PAID BASED ON PLAN QUANTITY OF CUBIC YARDS OF TOPSOIL STRIPPED, SALVAGED AND SPREAD. B. ASPHALT BINDER CONTENT SHALL BE 6% OF MIXTURE WEIGHT FOR BASE, INTERMEDIATE, AND SURFACE COURSE. C. IOWA DOT STANDARD SPECIFICATION 2316 PAVEMENT SMOOTHNESS SHALL APPLY. 5 2115-0100000 MODIFIED SUBBASE D. CONTRACTOR SHALL PROVIDE CERTIFIED PLANT INSPECTION FOR HMA PAVING, PER IOWA DOT SPECIFICATIONS A. REFER TO TYPICAL SECTION ON SHEETS B.01 FOR LOCATION AND DEPTH. B. REQUIREMENTS OF MODIFIED SUBBASE TO MEET SECTIONS 2115 AND 4123 OF THE IOWA DOT SPECIFICATIONS. 19 2303-6911000 HMA PAV'T SAMPLE C. USE OF RECYCLED PCC AND HMA PAVEMENTS FOR MODIFIED SUBBASE WILL NOT BE ALLOWED ON THIS PROJECT. A. REFER TO IOWA DOT STANDARD SPECIFICATIONS 2303. D. INCLUDES 12" SUBGRADE PREPARATION FOR PAVEMENT WHERE SPECIFIED. E. INCLUDES QUANTITY FOR PLACEMENT ON DRIVEWAYS/PARKING LOTS (4" DEPTH). 20 2303-9093010 HMA, DRIVEWAY F. THE CONTRACTOR WILL BE PAID THE CONTRACT UNIT PRICE PER CUBIC YARD. THIS SHALL BE CONSIDERED FULL A. REFER TO POINT OF ACCESS TABULATION ON SHEET C.10. COMPENSATION FOR FURNISHING ALL TOOLS, EQUIPMENT, LABOR AND MATERIALS NECESSARY FOR THE INSTALLATION OF B. REFER TO SHEETS L.03-L.04 FOR GEOMETRIC STAKING DETAILS. MODIFIED SUBBASE IN ACCORDANCE TO THE CONTRACT DOCUMENTS. C. ALL HMA DRIVEWAYS ARE TO BE AN APPROVED 1/2" MIX WITH A PG 64-22 ASPHALT BINDER. D. HMA DRIVEWAY WILL BE MEASURED BASED UPON THE SQUARE YARDS OF HMA PAVEMENT PLACED. 6 2122-5500060 PAVED SHLD, HMA 6" E. THE CONTRACTOR WILL BE PAID THE CONTRACT UNIT PRICE PER SQUARE YARD OF HMA DRIVEWAY. THIS SHALL A. REFER TO TYPICAL SECTIONS ON SHEET B.02 FOR LOCATIONS ANO DEPTHS. BE CONSIDERED FULL COMPENSATION FOR FURNISHING ALL TOOLS, EQUIPMENT, LABOR AND MATERIALS B. REQUIREMENTS OF PAVED SHOULDERS TO MEET SECTIONS 2122 OF THE IOWA DOT SPECIFICATIONS. (HMA PAVEMENT, BINDER, TACK COAT) NECESSARY FOR THE INSTALLATION OF HMA DRIVEWAY IN ACCORDANCE C. MISCELLANEOUS GRADING AS REQUIRED FOR SHOULDER CONSTRUCTION WILL NOT BE PAID FOR SEPERATELY, BUT SHALL TO THE CONTRACT DOCUMENTS. BE CONSIDERED INCIDENTAL TO THIS ITEM. C. THE CONTRACTOR WILL BE PAID THE CONTRACT UNIT PRICE PER SQUARE YARD. THIS SHALL BE CONSIDERED FULL 21 2317-7000120 PAY ADJ I/D-HMA PAV'T SMOOTHNESS COMPENSATION FOR FURNISHING ALL TOOLS, EQUIPMENT, LABOR AND MATERIALS NECESSARY FOR THE INSTALLATION OF A. REFER TO IOWA DOT STANDARD SPECIFICATIONS 2317 FOR ADDITIONAL INFORMATION. PAVED SHOULDER IN ACCORDANCE TO THE CONTRACT DOCUMENTS. PROJECT N0: 111002-00 DESIGNED BY: S. SOVERS NO DATE AT REVISION DESCRIPTION Fot h SHEET NO. PROJECT DATE: 06/30/2011 CHECKED BY: - US HIGHWAY 6 AND SYCAMORE STREET CAD DATE: 2/17/2012 10:36:52 AM DRAWN BY: INTERSECTION IMPROVEMENTS C.03 CAD FILE: X:\CR\IE\2011\111002-00\CAO\Plans\111002-00-CD1.sht v CITY OF IOWA CITY,IOWA ESTIMATED PROJECT QUANTITIES ESTIMATE REFERENCE INFORMATION 100-4A ESTIMATE REFERENCE INFORMATION I00-4A 10-29-02 10-29-02 INom Item Code Description Item Item Code Description o. 22 2401-6750001 REMVL AS PER PLAN 33 2503-0114215 STORM SWR G-MAIN,TRENCHED, RCP 2000D,15" A. REFER TO TABULATION ON SHEET C.IO. 34 2503-0114224 STORM SWR G-MAIN,TRENCHED, RCP 20000,24" B. REMOVALS WILL BE MEASURED FOR PAYMENT AS LUMP SUM FOR THE PROJECT. A. REFER TO STORM SEWER TABULATION ON SHEET C.07. C. THE CONTRACTOR WILL BE PAID THE LUMP SUM CONTRACT PRICE. THIS SHALL BE CONSIDERED FULL B. REFER TO IOWA DOT STANDARD ROAD PLANS SW-101 AND SW-IO2 FOR TYPICAL TRENCH DETAILS. COMPENSATION FOR FURNISHING ALL MATERIAL, EQUIPMENT AND LABOR FOR PERFORMANCE OF WORK AND C. TRENCH BEDDING FOR STORM SEWERS WITHIN 5 FT OR UNDER PAVED AREAS (MAINLINE, SIDE ROADS, AND DRIVEWAYS) PROPER DISPOSAL OF REMOVED MATERIAL. INCLUDING LONGITUDINAL (BACK OF CURB) AND TRANSVERSE RUNS WITHIN THE STREET SHALL BE CLASS R-2 WITH D. REMOVAL OF TREES AND SHRUBS MUST BE APPROVED BY THE ENGINEER. ALL COSTS ASSOCIATED WITH REPLACEMENT OF CLASS "A" CRUSHED STONE (MEETING IOWA DOT GRADATION NO. 11 ) GRANULAR MATERIAL TRENCH BACKFILL UNAPPROVED REMOVALS WILL BE AT THE CONTRACTOR'S EXPENSE. COMPACTED TO 95% STANDARD PROCTOR DENSITY. E. INCLUDES REMOVAL FROM PROJECT SITE AND DISPOSAL OF TREES/SHRUBS AS IDENTIFIED BY THE ENGINEER OR SHOWN D. THE CONTRACTOR WILL BE RESPONSIBLE FOR HIRING AN INDEPENDENT GEOTECHNICAL TESTING LABORATORY ON THE PLANS; GRUB. REMOVE AND DISPOSE OF STUMPS AND ROOTS. (AS APPROVED BY THE PROJECT ENGINEER) TO PERFORM ALL MATERIAL AND COMPACTION TESTING AS REQUIRED BY THE CONTRACT DOCUMENTS. NO SEPARATE PAYMENT WILL BE MADE FOR TESTING SERVICES, IT SHALL BE 23 2414-6460000 ORNAMENTAL METAL RAILING CONSIDERED INCIDENTAL TO THIS ITEM. A. REFER TO RETAINING WALL DETAILS ON SHEET U.01 AND TYPICAL FENCE PANEL DETAIL ON SHEETS U.02-U.03. E. ALL STORM SEWER SHALL HAVE BELL AND SPIGOT JOINTS WITH 0-RING GASKET JOINT PER ASTM C443. B. THE CONTRACTOR SHALL BE PAID THE CONTRACT UNIT PRICE PER LINEAR FOOT. THIS SHALL BE CONSIDERED F. INCLUDES FURNISHING PIPE AND APPURTENANCES, HANDLING, EXCAVATION, DEWATERING, INSTALLATION, tV FULL COMPENSATION FOR FURNISHING ALL TOOLS, EQUIPMENT, LABOR AND MATERAILS NECESSARY FOR THE GRANULAR BEDDING, TRENCH BACKFILL, CONCRETE COLLARS, CONNECTIONS TO EXISTING STORM SEWER STRUCTURE;53, PIPE INSTALLATION OF ORNAMENTAL METAL RAILING IN ACCORDANCE WITH THE CONTRACT DOCUMENTS. AND ALL OTHER MISCELLANEOUS WORK. f_� —7 1 • rTl 24 2416-0100024 APRON, CONC, 24" 35 2507-6800061 REVETMENT, CLASS E H C3 A. REFER TO STORM SEWER TABULATION ON SHEET C.07. A. REFER TO INSTALLATION DETAIL ON SHEET 8.05. B. PIPE CONNECTORS SHALL BE INSTALLED ON THE LAST THREE PIPE JOINTS FOR ALL STORM SEWER OUTLETS. B. REFER TO STORM SEWER TABULATION ON SHEET C,07. IG'? C. REFER TO IOWA DOT STANDARD ROAD PLAN RF-I4 FOR DETAILS ON CONNECTED PIPE JOINTS. C. THIS ITEM SHALL BE USED AT CULVERT OUTLETS (REFER TO D SHEETS), AS SPECIFIED. ..C'. D. REFER TO FIGURE 4030.221 ON SHEET B.06 FOR DETAILS ON CONCRETE APRON FOOTING. D. INCLUDES ENGINEERING FABRIC INCIDENTAL TO THIS ITEM. E. INCLUDES APRON GUARD, PIPE CONNECTORS AND CONCRETE APRON FOOTING. F. INCLUDES MISCELLANEOUS CHANNEL GRADING AT INLET/OUTLET OF STORM SEWER. 36 2510-6745850 RMVL OF PAV'T . A. REFER TO GENERAL NOTES NO.5 & 6 ON SHEET A.03. rsl 25 2430-0000100 MODULAR BLOCK RETAIN WALL B. REFER TO REMOVAL OF PAVEMENT TABULATION ON SHEET C.10. A. REFER TO SHEET L.02 FOR RETAINING WALL DETAILS. C. THIS ITEM INCLUDES REMOVAL AND DISPOSAL OF ALL PCC, ACC OF VARIOUS THICKNESSES. B. MODULAR CONCRETE UNITS SHALL BE KEYSTONE COMPAC HEWNSTONE (SANDSTONE COLOR) OR APPROVED EQUAL. D. INCLUDES FULL DEPTH SAW CUTTING NECESSARY TO CREATE A CLEAN EDGE BETWEEN EXISTING AND PROPOSED PAVEMENTS. C. THE CONTRACTOR SHALL SUBMIT SHOP DRAWINGS FOR APPROVAL BY ENGINEER. E. INCLUDES SAW CUTTING NECESSARY FOR STAGED CONSTRUCTION. D. REFER TO IOWA DOT STANDARD SPECIFICATIONS 2430 FOR MODULAR BLOCK RETAINING WALL. F. REFER TO TRAFFIC CONTROL AND STAGING SHEETS J.OI-J.05 FOR CONSTRUCTION SEQUENCE. E. INCLUDES RETAINING WALL MATERIALS, EXCAVATION, GRANULAR BACKFILL AND ALL APPURTENANCES TO CONSTRUCT THE WALL, IN ACCORDANCE TO THE CONTRACT DOCUMENTS. 37 2511-6745900 RMVL OF SIDEWALK A. DISPOSAL SHALL BE IN ACCORDANCE WITH GENERAL NOTE 5 ON SHEET A.03. 26 2435-0140148 MANHOLE, STORM SWR, SW-40I, 48" B. REFER TO REMOVAL OF SIDEWALK TABULATION ON SHEET C.10. A. REFER TO STORM SEWER TABULATION ON SHEET C.07. C. INCLUDES FULL DEPTH SAW CUTTING NECESSARY TO CREATE A CLEAN EDGE BETWEEN EXISTING AND PROPOSED SIDEWALK. B. REFER TO IOWA DOT STANDARD ROAD PLANS. C. MANHOLE FRAME AND LIDS FEATURING THE CITY OF IOWA CITY LOGO & STORM SEWER LABEL AS ILLUSTRATED ON 38 2511-7526004 SIDEWALK, PCC, 4" THE MODIFIED STANDARD ROAD PLAN SW-602 ON SHEET B.06 SHALL BE FURNISHED BY THE CITY. 39 2511-7526006 SIDEWALK, PCC, 6" D. INCLUDES FURNISHING STRUCTURES AND APPURTENANCES, HANDLING, EXCAVATION, DEWATERING, INSTALLATION, 40 2511-7528101 DETECTABLE WARNING - CURB RAMP BEDDING, BACKFILL, CONCRETE COLLARS AND MISCELLANEOUS WORK. A. REFER TO SIDEWALK TABULATION ON SHEET C.08. B. SIDEWALKS THAT ARE 5 FT AND NARROWER SHALL BE 4 IN., VARIABLE WIDTH AND 8 FT SIDEWALKS SHALL BE 6 IN. 27 2435-0250700 INTAKE, SW-507 C. REFER TO SHEETS L.OI-L.07 FOR GEOMETRIC STAKING AND JOINTING DETAILS. 28 2435-0250800 INTAKE, SW-508 D. REFER TO IOWA DOT STANDARD ROAD PLAN MI-220 FOR CURB RAMP DETAILS. 29 2435-0250804 INTAKE, SW-508,TOP AND INSERT ONLY E. DETECTABLE WARNING PANELS SHALL BE CAST IRON (PAINTED BRICK RED). A. REFER TO STORM SEWER TABULATION ON SHEET C.07. F. ALL PEDESTRIAN CURB RAMPS SHALL INCLUDE A THICKENED EDGE TO MATCH EXISTING OR NEW ADJOINING PAVEMENT THICKNESS. B. REFER TO IOWA DOT STANDARD ROAD PLANS. THICKENED EDGE SHALL EXTEND A MINIMUM OF 2.5 FT FROM PAVEMENT BACK OF CURB. ALL CURB RAMPS SHALL BE A MINIMUM C. INTAKE FRAME AND LIDS FEATURING THE IOWA CITY LOGO & STORM SEWER LABEL AS ILLUSTRATED ON OF 6 IN. THICKNESS BEYOND THICKENED EDGE. RAMPS WILL BE PAID UNDER THE 6 IN PCC SIDEWALK ITEM. THE MODIFIED STANDARD ROAD PLAN SW-602 ON SHEET B.06 SHALL BE FURNISHED BY THE CITY. G. CONSTRUCTION OF PEDESTRIAN CURB RAMPS SHALL MEET CURRENT ADA REQUIREMENTS. D. INCLUDES FURNISHING STRUCTURES AND APPURTENANCES, HANDLING, EXCAVATION, DEWATERING, INSTALLATION, H. PEDESTRIAN CURB RAMPS LOCATED AT THE INTERSECTION OF SYCAMORE STREET AND US HIGHWAY 6 ARE DIVISION #1. THE BEDDING, BACKFILL, CONCRETE COLLARS AND MISCELLANEOUS WORK. REMAINING 6-INCH PCC SIDEWALK IS DIVISION #2. 30 2502-8212036 SUBDRAIN, LONGITUDINAL, (SHLD) 6" 41 2512-1725256 CURB+GUTTER, PCC, 2.5' A. REFER TO LONGITUDINAL SUBDRAIN TABULATION (104-9) ON SHEET C.07. A. CURB AND GUTTER SHALL BE 9-IN. DEPTH WITH A STANDARD 6-IN CURB. B. REFER TO TYPICAL SECTIONS ON SHEETS B.OI-B.02. B. REFER TO THE FOLLOWING LOCATIONS FOR THE USE OF THIS BID ITEM: C. REFER TO E-SHEETS FOR US HWY 6 SUBDRAIN LOCATIONS. D. INCLUDES POROUS BACKFILL, TEES, PLUGS AND ALL OTHER REQUIRED FITTINGS; INCIDENTAL TO THIS ITEM. SYCAMORE STREET CURB AND GUTTER REPLACEMENT FOR THE DRIVEWAY LOCATED AT STA. 6009+24.15 (RT) E. REFER TO IOWA DOT STANDARD ROAD PLAN RF-19C FOR CONSTRUCTION DETAILS. SYCAMORE MALL PARKING LOT (STA. 6001+57 TO 6007+21, RT) F. PIPE AND FITTINGS SHALL BE POLYVINYL CHLORIDE (PVC) CORRUGATED PIPE MANUFACTURED BY CONTECH CONSTRUCTION SYCAMORE STREET CURB AND GUTTER REPLACEMENT FOR STAGED CONSTRUCTION (STA. 121+54.63 TO 121+29.63 RT) PRODUCTS (A-2000), ADVANCED DRAINAGE SYSTEMS (ADS N-12( OR HANCOR (HI-0), AS SPECIFIED. 42 2512-1725306 CURB+GUTTER, PCC, 3.0' 31 2502-8220193 SUBDRAIN OUTLET (RF-19C) A. CURB AND GUTTER SHALL BE 1D-IN. DEPTH WITH A SLOPED 6-IN CURB. 32 2502-6220196 SUBDRAIN OUTLET (RF-19E) B. REFER TO THE FOLLOWING LOCATIONS FOR THE USE OF THIS BID ITEM: A. REFER TO LONGITUDINAL SUBDRAIN TABULATION (104-9) ON SHEET C.07. B. REFER TO D AND E SHEETS FOR OUTLET LOCATIONS. WB US HIGHWAY 6 - STA. 219+40 TO 221+65 (LT) C. REFER TO IOWA DOT STANDARD ROAD PLAN RF-19C AND RF-I9E FOR INSTALLATION DETAILS. EB US HIGHWAY 6 - STA. 222+62.81 TO 224+88.00 (RT) D. SUBDRAIN OUTLETS SHALL BE CMP. E. INCLUDES RODENT GUARDS. 43 2515-2475007 DRIVEWAY, PCC, 7" A. REFER TO POINT OF ACCESS TABULATION ON SHEET C.IO. PROJECT N0: 111002-00 DESIGNED BY: S. SOVERS NO DATE BY REVISION DESCRIPTION SHEET NC. PROJECT DATE: 06/30/2011 CHECKED BY: - Foth US HIGHWAY 6 AND SYCAMORE STREET CAD DATE: 2/17/2012 10:36:52 AM DRAWN BY: INTERSECTION IMPROVEMENTS C.04 CAD FILE: X:\CR\IE\2011\111002-00\CAD\Plans\111002-D0-C01.sht v CITY OF IOWA CITY,IOWA ESTIMATED PROJECT QUANTITIES ESTIMATE REFERENCE INFORMATION 1004A ESTIMATE REFERENCE INFORMATION 1004A 10-29-02 10-29-02 Item Item Code Description Item Item Code Descriptio-1 o. B. REFER TO SHEET L.04 FOR GEOMETRIC STAKING AND JOINTING DETAILS. C. REFER TO IOWA DOT STANDARD ROAD PLAN Ml-210 FOR DRIVEWAY DETAILS. TRAFFIC CONTROL 54 2528-8445110 A. REFER TO J SHEETS FOR STAGING AND TRAFFIC CONTROL DETAILS. 44 2515-6745600 RMVL OF PAVED DRIVEWAY B. INCLUDES ALL REQUIRED TRAFFIC CONTROL SIGNING FOR CONSTRUCTION OF THE PROJECT, INCLUDING A. REFER TO POINTS OF ACCESS TABULATION ON SHEET C.10. ADDITIONAL SIGNAGE THAT MAY NOT BE INCLUDED ON THE TRAFFIC CONTROL PLAN. B. DISPOSAL SHALL BE IN ACCORDANCE WITH GENERAL NOTE 5 ON SHEET A.03. C. INCLUDES ALL TRAFFIC CONTROL DEVICES AND EQUIPMENT NECESSARY TO MAINTAIN TRAFFIC IN ACCORDANCE C. THIS ITEM INCLUDES REMOVAL AND DISPOSAL OF ALL PCC, ACC OF VARIOUS THICKNESSES. WITH THE MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (MUTCD) AND THE IOWA DOT STANDARD ROAD PLANS. D. INCLUDES FULL DEPTH SAW CUTTING NECESSARY TO CREATE A CLEAN EDGE BETWEEN EXISTING AND PROPOSED PAVEMENTS. D. THE TEMPORARY PAVEMENT (6" PCC OR 4" HMA W/ 6-INCH CURB), CURB REMOVAL AND MISCELLANEOUS GRADING FOR E. REFER TO TRAFFIC CONTROL AND STAGING SHEETS J.OI-J.05 FOR CONSTRUCTION SEQUENCE. THE TEMPORARY PAVEMENT AS REQUIRED FOR PHASE 3A WILL NOT BE PAID FOR SEPERATELY, BUT SHALL BE F. ANY DAMAGE TO EXISTING DRIVEWAY PAVEMENTS (INCLUDING SPECIAL OR DECORATIVE CONCRETE) NOT IDENTIFIED CONSIDERED INCIDENTAL TO THIS ITEM. FOR REMOVALS, SHALL BE REPLACED AT THE CONTRACTORS EXPENSE. E. THE REMOVAL OF EXISTING SIGNS AS WELL AS THE INSTALLATION OF NEW TRAFFIC SIGNAGE WILL BE PERFORMED BY THE CITY OF IOWA CITY STREETS DEPARTMENT. THE CONTRACTOR SHALL CONTACT THE STREETS DEPARTMENT (PH.319-356-5181 ) 45 2518-6910000 SAFETY CLOSURE WHEN EXISTING SIGNS NEED TO BE REMOVED AND WHEN PROPOSED SIGNAGE NEEDS TO BE INSTALLED. A. REFER TO TRAFFIC CONTROL AND STAGING SHEETS J.OI-J.05 FOR CONSTRUCTION SEQUENCE. B. INCLUDED FOR CLOSURE OF SYCAMORE STREET NORTH OF US HIGHWAY 6 DURING PHASE I OF CONSTRUCTION. FLAGGER 55 2528-8445113 A. REFER TO J SHEETS FOR STAGING AND TRAFFIC CONTROL DEIAILS. 46 2519-3300600 FENCE, SAFETY B. FOR TRAFFIC STAGING, CONCRETE PLACEMENT, AND ALL OTHER MISCELLANEOUS CONSTRUCTION MEASURES.--= I I A. BID ITEM TO BE USED FOR RETAINING WALL REMOVAL AND CONSTRUCTION. C. THIS ITEM SHALL BE PERFORMED IN ACCORDANCE WITH APPLICABLE SECTIONS OF THE IOWA DOT STANDARg B. THE CONTRACTOR WILL BE PAID THE CONTRACT UNIT PRICE PER LINEAL FOOT. THIS SHALL BE CONSIDERED FULL SPECIFICATIONS SECTION 2528 - TRAFFIC CONTROL. ` _ I COMPENSATION FOR FURNISHING ALL MATERIAL, EQUIPMENT AND LABOR FOR THE INSTALLATION AND REMOVAL D. USE OF FLAGGERS TO BE APPROVED BY THE PROJECT ENGINEER. - FOLLOWING CONSTRUCTION ACTIVITIES. -1 ;11 MOBILIZATION _ yy 47 2525-0000100 TRAFFIC SIGNALIZATION 56 2533-4980005 A. PAYMENT AND MOBILIZATION SHALL BE IN ACCORDANCE WITH SECTION 2533 OF THE IOWA DOT STANDARD SPEC`IFICATJONS. 48 2525-0000120 RMVL OF TRAFFIC SIGNALIZATION A. REFER TO SHEETS N.01-N.12 FOR TRAFFIC SIGNAL DETAILS. : ) B. REFER TO TRAFFIC SIGNALIZATION SPECIFICATION. 57 2542-1006010 CRACK & JOINT CLEAN & SEAL (PCC PAV'T) C. THE TRAFFIC SIGNAL POLES INCLUDING ANCHOR BASES, VERTICAL SHAFTS, MAST ARMS, LUMINAIRE ARMS. ANCHOR BOLTS, 58 2542-1007000 SEALER MATERIAL (PCC PAV'T) AND ALL HARDWARE FOR POLE ASSEMBLY WILL BE SUPPLIED BY THE CITY OF IOWA CITY. THE CONTRACTOR SHALL MAKE A. REFER TO SHEETS L.08-L.09 FOR LIMITS OF PCC PAVEMENT CRACK AND JOINT CLEANING AND SEALING. ARRANGEMENTS WITH THE CITY AS TO WHERE THE CONTRACTOR CAN ACQUIRE THE TRAFFIC SIGNAL EQUIPMENT FOR THE B. FOR USE ON SYCAMORE STREET (SOUTH OF HWY 6) STA. 100+04.30 TO 121+29.63. THE PROJECT. THE CONTRACTOR SHALL BE RESPONSIBLE FOR LOADING AND DELIVERING THE EQUIPMENT FROM THE CITY'S C. ITEM WILL PAID BASED UPON A SINGLE MEASUREMENT ALONG CENTERLINE OF SYCAMORE STREET WITHIN THE LIMITS AS STORAGE FACILITY TO THE PROJECT SITE. THE CONTRACTOR IS RESPONSIBLE FOR ASSEMBLY AND INSTALLATION OF DESIGNATED FOR CRACK & JOINT CLEANING AND SEALING. NO ADDITIONAL PAYMENT WILL BE MADE FOR THE SIDEROADS. THE CITY SUPPLIED SIGNAL EQUIPMENT. THE CONTRACTOR SHALL USE CARE WHEN HANDLING POLES AS TO NOT DAMAGE SYCAMORE STREET IS A NON-TYPICAL 45 FT B-B TYPICAL SECTION WITH NON-TYPICAL TRANSVERSE JOINT SPACINGS. THE POLE FINISH. D. REFER TO IOWA DOT SPECIFICATION 2542. 49 2526-8285000 CONSTRUCTION SURVEY 59 2554-0112012 WATER MAIN, TRENCHED, DIP, 12" A. REFER TO CONTROL POINT AND ALIGNMENT TABULATIONS ON SHEETS G.01. A. REFER TO WATER MAIN TABULATION ON SHEET C.11. B. THIS ITEM INCLUDES ALL SURVEY WORK NECESSARY FOR THE CONSTRUCTION OF THIS PROJECT AS INTENDED B. REFER TO IOWA DOT STANDARD ROAD PLANS SW-I01 AND SW-104 FOR TYPICAL TRENCH DETAILS. BY THE CONTRACT DOCUMENTS AND APPROVED REVISIONS. C. TRENCH BACKFILL FOR WATER MAIN (INCLUDING TRENCH ENVELOPE) WITHIN 5 FT OF OR UNDER PAVED AREAS (MAINLINE, C. INCLUDES STAKING OF THE TEMPORARY CONSTRUCTION EASEMENTS AS ILLUSTRATED ON THE D-SHEETS. SIDE ROADS, AND DRIVEWAYS) SHALL BE CLASS P-3 WITH CLASS "A" CRUSHED STONE (MEETING IOWA DOT GRADATION NO. 11 ) D. ADDITIONAL SURVEY WORK REQUIRED TO RESTAKE SURVEY POINTS DISTURBED DURING CONSTRUCTION WILL NOT GRANULAR MATERIAL TRENCH BACKFILL SHALL BE COMPACTED TO 95% STANDARD PROCTOR DENSITY. BE PAID FOR SEPARATELY BUT SHALL BE CONSIDERED INCIDENTAL TO THIS ITEM. CONTRACTOR SHALL PROTECT D. INCLUDES NITRILE GASKETS, POLYETHYLENE ENCASEMENT. TRACER WIRE, GRANULAR BEDDING AND TRENCH BACKFILL. SURVEY STAKES OR REPLACE AS NEEDED WITH NO ADDITIONAL COMPENSATION. E. INCLUDES TEMPORARY CAPS/PLUGS REQUIRED FOR STAGED CONSTRUCTION. F. REFER TO WATER DISTRIBUTION SYSTEM SPECIFICATION 2660. TESTING AS OUTLINED IN APPENDIX OF SPECIFICATION 50 2527-9263109 PAINTED PAV'T MARK, WATERBORNE/SOLVENT WILL NOT BE PAID FOR SEPERATELY, BUT SHALL BE CONSIDERED INCIDENTAL TO THIS ITEM. A. REFER TO TABULATION ON SHEET C.09. B. REFER TO IOWA DOT STANDARD ROAD PLAN PM-110 FOR PAVEMENT MARKING DETAILS. 60 2554-0203000 FITTINGS BY WEIGHT, DI C. FOR SYCAMORE MALL PARKING LOT PERMANENT PAVEMENT MARKINGS. A. REFER TO WATER MAIN FITTINGS TABULATION ON SHEET C.I1. B. REFER TO WATER DISTRIBUTION SYSTEM SPECIFICATION 2660. C. INCLUDES USE OF NITRILE GASKETS AND MEGALUG JOINT RESTRAINT (INCIDENTAL TO ITEM). 51 2527-9263117 PAINTED PAV'T MARK, DURABLE D. ALL GASKETS, GLAND RINGS AND BOLTS ARE NOT INCLUDED IN THE WEIGHT AND ARE CONSIDERED INCIDENTAL TO THE FITTING. A. REFER TO TABULATION ON SHEET C.09. E. THE WEIGHT OF A FITTING IS DEFINED BY THE SPECIFIED WEIGHT OF THE AWWA C110/C153 FITTING OR MANUFACTURERS B. REFER TO IOWA DOT STANDARD ROAD PLANS PM-110 FOR PAVEMENT MARKING DETAILS. EQUIVALENT STANDARD. C. REFER TO SHEETS K.01-K.02 FOR PAVEMENT MARKING LAYOUT. 0. IN ACCORDANCE WITH IOWA DOT MATERIALS IM 483.04 AND STANDARD SPECIFICATION 2527. 61 2554-0206000 VALVE, BUTTERFLY, DIP, 16" 62 2554-0207012 VALVE, GATE, DIP, 12" 52 2527-9263138 PAINTED SYMBOL+LEGEND A. REFER TO TABULATION ON SHEET C.II. A. REFER TO TABULATION ON SHEET C.09. B. REFER TO D SHEETS FOR VALVE LOCATIONS. B. REFER TO IOWA DOT STANDARD ROAD PLAN PM-111 FOR PAINTED SYMBOL & LEGEND DETAILS. C. INCLUDES USE OF NITRILE GASKETS AND MEGALUG JOINT RESTRAINT (INCIDENTAL TO ITEM). C. REFER TO SHEETS K.OI-K.02 FOR PAINTED SYMBOL AND LEGEND LAYOUT. D. REFER TO SPECIAL PROVISIONS FOR WATER MAIN FOR WATER DISTRIBUTION SYSTEM. D. FOR SYCAMORE MALL PARKING LOT PERMANENT PAVEMENT MARKING SYMBOLS E. INCLUDES BEDDING, CONCRETE BLOCKING, GLAND RINGS, GASKETS, TIE RODS, BOLTS, VALVE BOX AND LID, POLYETHYLENE ENCASEMENT, AND EXTENSION IF REQUIRED. 53 2527-9263143 PAINTED SYMBOL+LEGEND, DURABLE A. REFER TO TABULATION ON SHEET C.09. B. REFER TO IOWA DOT STANDARD ROAD PLAN PM-Ill FOR PAINTED SYMBOL & LEGEND DETAILS. C. REFER TO SHEETS K.01-K.02 FOR PAINTED SYMBOL AND LEGEND LAYOUT. 63 2554-0210201 FIRE HYDRANT ASSEMBLY, WM-201 0. IN ACCORDANCE WITH IOWA DOT MATERIALS IM 483.04 AND STANDARD SPECIFICATION 2527. A. REFER TO HYDRANT ASSEMBLY TABULATION ON SHEET C.II. B. REFER TO 0 SHEETS FOR HYDRANT LOCATIONS. C. REFER TO TYPICAL DETAIL ON SHEET B.05. PROJECT NO: 111002.00 DESIGNED BY: S.SUERS NO DATE BY REVISION DESCRIPTION SHEET NO PROJECT DATE: 06/30/2011 CHECKED BY: - Foth US HIGHWAY 6 AND SYCAMORE STREET CAD DATE: 2/17/2012 10:36:53 AM DRAWN BY: - • INTERSECTION IMPROVEMENTS C.05 CAD FILE: XACR\IE\2011\111002-00\CAO\Plain\111002-00-CD1.sht CITY OF IOWA CITY,IOWA ESTIMATED PROJECT QUANTITIES ESTIMATE REFERENCE INFORMATION I00-4AESTIMATE REFERENCE INFORMATION 100 4A 10-29-02 10-29-02 Item Item Code Description Item Item Code Description No. P D. INCLUDES USE OF NITRILE GASKETS AND MEGALUG JOINT RESTRAINT (INCIDENTAL TO ITEM). 72 2599-9999010 CONSTRUCTION EROSION CONTROL E. REFER TO WATER DISTRIBUTION SYSTEM SPECIFICATION 2660. A. THIS ITEM INCLUDES MANAGEMENT OF PERMIT REQUIREMENTS AND MAINTENANCE OF A STORM WATER MANAGEMENT PLAN. F. INCLUDES PROVIDE AND INSTALLED HYDRANT, 6-IN PIPING AS REQUIRED, MJ TEE, 6-IN VALVE AND BOX, TRACER WIRE THIS ITEM SHALL BE IN ACCORDANCE WITH NPDES REQUIREMENTS. CONTRACTOR/SUBCONTRACTOR IS RESPONSIBLE FOR RECEPTACLE, POLYETHYLENE ENCASEMENT, THRUST BLOCKING, EXCAVATION AND BACKFILL (INCLUDING COMPACTION). THE IMPLEMENTATION AND MANAGEMENT OF CONTROL MEASURES SPECIFIC TO THE PROJECT SITE. 64 2599-9999005 REMOVAL OF FIRE HYDRANT 73 2601-2634150 MULCH, WOOD CELLULOSE FIBER A. REFER TO D SHEETS FOR HYDRANT REMOVAL LOCATIONS. A. REFER TO EROSION CONTROL TABULATION ON SHEET C.I1. B. REMOVAL OF FIRE HYDRANT WILL BE MEASURED BY ACTUAL COUNT BY THE ENGINEER. B. SHALL BE APPLIED USING STANDARD HYDRAULIC MULCHING EQUIPMENT. C. ALL REMOVED HYDRANTS SHALL BE SALVAGED AND PROVIDED TO THE CITY. C. APPLICATION RATE SHALL BE IN ACCORDANCE WITH THE MANUFACTURERS RECOMMENDATION. D. THE CONTRACTOR WILL BE PAID THE CONTRACT UNIT PRICE PER EACH FIRE HYDRANT REMOVED. THIS SHALL BE CONSIDERED FULL COMPENSATION FOR FURNISHING ALL TOOLS, EQUIPMENT, LABOR AND MATERIALS (INCLUDING GRANULAR BACKFILL) 74 2601-2636044 SEED+FERTILIZE (URBAN) FOR THE REMOVAL OF HYDRANTS, PAD, FITTINGS, SPOOL AND ALL OTHER HARDWARE. A. REFER TO EROSION CONTROL TABULATION ON SHEET C.11. B. INCLUDES SEED, FERTILIZER AND EROSION MAINTENANCE UNTIL ESTABLISHED GROWTH HAS BEEN ATTAINED. 65 2599-9999005 BUS STOP SHELTER, REMOVE AND REINSTALL C. THE TOP 6-INCHES OF THE SEED BED SHALL BE FREE OF ROCK AND DEBRIS AND SHALL BE SUITABLE FOR THE A. REFER TO SHEETS D.02 FOR LOCATION. ESTABLISHMENT OF VEGETATION WITH THE APPROVAL OF THE ENGINEER. r� B. INCLUDES ALL HARDWARE AND FITTINGS NECESSARY FOR INSTALLATION OF BUS STOP SHELTER, INCLUDING ALL CONCRETE AND FOOTINGS. 75 2601-2638352 SLOPE PROTECTION, WOOD EXCELSIOR C J C. THE CONTRACTOR WILL BE PAID THE CONTRACT UNIT PRICE PER EACH. THIS SHALL BE CONSIDERED FULL A. REFER TO EROSION CONTROL TABULATION ON SHEET C.11. : C) _. COMPENSATION FOR FURNISHING ALL MATERIAL, EQUIPMENT AND LABOR FOR THE REMOVAL AND REINSTALLATION B. REFER TO IOWA DOT STANDARD ROAD PLAN EC-I03 FOR INSTALLATION DETAILS. j�. 7 C � OF EXISTING BUS STOP SHELTER. 76 2601-2642120 STABILIZE CROP - SEED+FERTILIZE (URBAN) 66 2599-9999005 SUBDRAIN, CLEANOUTS, 6 IN. PVC, TYPE A-1 A. REFER TO EROSION CONTROL TABULATION ON SHEET C.11. A. REFER TO LONGITUDINAL SUBDRAIN TABULATION ON SHEET C.07. B. THIS ITEM IS TO BE USED AT THE DIRECTION OF THE ENGINEER TO TEMPORARY SEED DISTURBED AREASUN-TIL _'7 4. B. REFER TO D SHEETS FOR CLEANOUT LOCATIONS. APPROPRIATE SEEDING DATES. - C. REFER TO FIGURE 4040.232 ON SHEET 8.06 FOR INSTALLATION DETAILS. C. INCLUDES SEED, FERTILIZER, WATER AND EROSION MAINTENANCE UNTIL ESTABLISHED GROWTH HAS BEEN ATTAINED: D. THE CONTRACTOR WILL BE PAID THE CONTRACT UNIT PRICE PER EACH. THIS SHALL BE CONSIDERED FULL COMPENSATION FOR FURNISHING ALL MATERIALS, EQUIPMENT AND LABOR FOR THE INSTALLATION OF SUBDRAIN CLEANOUTS IN ACCORDANCE 77 2602-0000020 SILT FENCE WITH THE CONTRACT DOCUMENTS. 78 2602-0000060 RMVL OF SILT FENCE 79 2602-0000090 CLEAN-OUT OF SILT FENCE 67 2599-9999009 REMOVAL OF WATER MAIN A. REFER TO SILT FENCE TABULATION ON SHEET C.11. A. ITEM INCLUDED FOR THE REMOVAL OF WATER MAIN ALONG THE EAST SIDE OF SYCAMORE STREET STA. 6004+25 TO 6007+30 B. REFER TO IOWA DOT STANDARD ROAD PLAN EC-201 FOR SILT FENCE INSTALLATION DETAILS. AND STA. 6009+30 TO 6009+99. ALL OTHER MAIN WITHIN THE CORRIDOR SHALL BE ABANDONED IN PLACE. ALL ABANDONED C. INCLUDES REMOVAL AND PROPER DISPOSAL ONCE STABILIZATION OF DISTURBED GROUND IS ACHIEVED. WATER MAIN SHALL BE CAPPED WITH CONCRETE PLUGS (INCIDENTAL TO THIS ITEM). D. ADDITIONAL QUANTITY HAS BEEN ADDED TO THIS ITEM FOR USE DURING CONSTRUCTION ACTIVITIES. PLACEMENT B. THE LENGTH OF WATER MAIN REMOVED WILL BE MEASURED IN THE FEET BY THE PROJECT ENGINEER. LOCATIONS SHALL BE IN ACCORDANCE TO THE POLLUTION PREVENTION PLAN. C. ALL WATER MAIN REMOVED WITHIN PROPOSED STREET PAVING (INCLUDING DRIVEWAYS) OR WITH TRENCH LIMITS WITHIN PROPOSED PAVEMENT OR WITHIN 5 FT OF SHALL BE BACKFILL WITH CLASS "A" CRUSHED STONE (MEETING IOWA DOT GRADATION NO. 111. 0. GRANULAR BACKFILL WILL NOT BE PAID FOR SEPARATELY, BUT SHALL BE CONSIDERED INCIDENTAL TO THIS ITEM. E. THE CONTRACTOR WILL BE PAID THE CONTRACT UNIT PRICE PER LINEAL FOOT. THIS SHALL BE CONSIDERED FULL COMPENSATION FOR FURNISHING ALL MATERIAL, EQUIPMENT AND LABOR FOR THE REMOVING, BACKFILLING AND DISPOSING OF EXISTING PIPE. 68 2599-9999010 MODULAR BLOCK RETAINING WALL (HEAVY) 69 2599-9999010 INTERMEDIATE FOUNDATION FOR MODULAR BLOCK RETAINING WALL (HEAVY) A. REFER TO SHEET U.O1 FOR RETAINING WALL DETAILS. B. REFER TO SPECIAL PROVISION FOR MODULAR BLOCK RETAINING WALL AND INTERMEDIATE FOUNDATION IMPROVEMENT. C. THE CONTRACTOR SHALL SUBMIT SHOP DRAWINGS, CERTIFIED BY A LICENSED ENGINEER IN THE STATE OF IOWA, FOR APPROVAL BY THE PROJECT ENGINEER. D. SUBDRAIN SHALL BE DAYLIGHTED THROUGH THE FACE OF THE WALL AT THE LOWEST ELEVATION AND AT 50 FT INTERVALS FOR THE LENGTH OF THE WALL. NOTCHING OF WALL BLOCK, RODENT GUARDS, AND ALL FITTINGS AS REQUIRED TO DAYLIGHT THE PROPOSED SUBDRAIN THRU THE FACE OF THE WALL WILL NOT BE PAID FOR SEPERATELY, BUT SHALL BE CONSIDERED INCIDENTAL TO THE MODULAR BLOCK RETAINING WALL ITEM. E. INCLUDES RETAINING WALL MATERIALS (INCLUDING CAP), EXCAVATION, GRANULAR BACKFILL, SUBDRAIN AND ALL APPURTENANCE`: TO CONSTRUCT THE WALL, IN ACCORDANCE TO THE CONTRACT DOCUMENTS. F. INCLUDES 8-INCH PCC PAVEMENT (W/ 7-INCH MODIFIED SUBBASE) BETWEEN SYCAMORE MALL PARKING LOT CURB & GUTTER AND FACE OF RETAINING WALL STRUCTURE. G. TEMPORARY SHEETING/SHORING WILL NOT BE PAID FOR SEPERATELY, BUT SHALL BE CONSIDERED INCIDENTAL TO THIS ITEM. 70 2599-9999010 REMOVAL OF EXISTING RETAINING WALL A. REFER TO SHEET 0.01 FOR REMOVAL OF EXISTING RETAINING WALL STRUCTURE. B. THE CONTRACTOR WILL BE PAID THE LUMP SUM CONTRACT PRICE. THIS SHALL BE CONSIDERED FULL COMPENSATION FOR FURNISHING ALL MATERIAL, EQUIPMENT AND LABOR FOR REMOVING, BACKFILLING AND DISPOSING OF THE EXISTING REINFORCED CONCRETE RETAINING WALL STRUCTURE. INCLUDES COMPLETE REMOVAL AND BACKFILLING OF STRUCTURAL FOOTINGS. 71 2599-9999010 IT/TRAFFIC SIGNAL INTERCONNECT A. REFER TO SHEETS N.04 & N.07 FOR TRAFFIC SIGNAL INTERCONNECT DETAILS. B. REFER TO SPECIFICATION FOR TRAFFIC SIGNAL INTERCONNECT. PROJECT NO: 111DESIGNED BY, S. SOVERS NO DATE BY REVISION DESCRIPTION FO A US HIGHWAY 6 AND SYCAMORE STREET SHEET NC. PROJECT DATE: 06/30/6/30/2011 CHECKED BY: - CAD DATE: 2/17/2012 10:36:54 AM DRAWN BY: - INTERSECTION IMPROVEMENTS C,06 CAD FILE: X:\CR\IE\2011\111002-00\CAO\Plane\11[002-00-COI.eht v, CITY OF IOWA CITY,IOWA ESTIMATED PROJECT QUANTITIES . LIST OF INTAKES AND UTILITY ACCESSES LIST OF STORM SEWER PIPE 104-5B Mod!1luur. Location Type or Form Bottom Structure Line Intake/Utility Class Pipe Length Flow Lines PI e Number Standard Grade Well Depth Notes Number Access No. 'O' Diameter of Line Slope Inlet Outlet Other Road Plan / Pro Ue Notes (Station) (Elev.) (Eley.) (Feet) From To (Inches) (Feet) Elevation Elevation Elevation Sheet No. S-I 121+79.53. 61.76' LT EXIST. 730.20 N/A S-2 121+75.27, 31.51' LT SW 508 730.39 725.60 P-I S-1 S-2 24 27 3.33 727.10 726.20 CONNECT INTO EXISTING BEHIVE INTAKE S-3 121+79.72, 25.58' LT SW-401 730.49 725.33 48" DIA. P-2 S-2 S-3 _ 24 5 3.40 726.10 725.93 S-4 121+78.77, 23.09' RT SW-508 730.39 EXIST. - INTAKE TOP AND INSERT ONLY P-3 S-3 S-4 24 725.83 EXISTING, FIELD VERIFY FLOWLINE • S-5 121+73.14, 50.26' RT SW-21I N/A N/A - S-6 121+72.87, 88.38' RT RF-3, 24" N/A N/A • TYPE 2, FL ELEV = 723.25 P-5 S-5 - S-6 24 32 2.32 724.13 723.39 _ INSTALL 18 TONS OF CLASS E REVETMENT - S-7 221+60.00, 12.00' LT SW-507 732.09 728.34 SLOPE INTAKE TOP TO MATCH MEDIAN SLOPE S-8 221+50.00. 8.00' LT SW-507 731.93 728.13 SLOPE INTAKE TOP TO MATCH MEDIAN SLOPE P-7 S-7 S-8 15 6 0.60 728.87 728.83 - P-8 S-B ' S-9 15 5 0.60 728.63 728.60 EXISTING, FIELD VERIFY FLOWLINE - r-..., 1 d v i>'."1 f:-, ...�• )I ( a". _.'� r..a - --(C) -J i 104-9 �I- -� LONGITUDINAL SUBDRAIN SHOULDER AND BACKSLOPE © M-,d,rled Refer to RL-13 or RL-15. Refer to Soils Sheets. * Not a Bid Item Location Longitudinal Subdraln CMP Subdraln Outlet Road Depth Shoulder Backslope Structure Porous * - Line or Backfill Division Remarks .. No. Lane Station to Station Side O Size Length Size Length From To Station Size (dent. (Inches) (Inches) (Feet) (Feet) (Inches) (Cu. Yds.) SD-1 SYC 6000+53 6004+25 LT 42 6 387 CO-1 SO-1 6004+25 8 I RF-19E OUTLET SO-1 (STA. 6004+25, 24.5' LT) 1 CLEANOUT CO-1 (STA. 6000+53, 28.2' LT) SD-2 SYC 6000+53 6004+25 RT 42 6 421 CO-2 SO-2 6004+25 8 I RF-19E OUTLET SO-2 (STA. 6004+25, 24.5' LT) I CLEANOUT CO-2 (STA. 6000+53, 58.8' RI) SD-3 HWY 6 216+05 220+00 LT 36 6 420 _ SP-) SO-3 220+00 8 3 RF-19E OUTLET SO-3 (STA. 220+00, 64.5' LT) 3 PLUG SP-1 (STA. 216+05, 39.5' LT) SD-4 HWY 6 216+05 221+80.4 RT 36 6 586 SP-2 S-I 221+80.4 B 3 RF-19C OUTLET S-1 (STA. 221+80.4, 72.3' RT) 3 PLUG SP-2 (STA. 216+05, 39.5' RT) SD-5 HWY 6 220+00 224+00 LT 36 6 450 SO-4 SO-5 220+00 8 3 RF-19E OUTLET SO-4 (STA. 220+00, 64.5' LT) 224+00 3 RF-19E OUTLET SO-5 (STA. 224+00, 64.5' LT) SD-6 HWY 6 222+70 228+23 RT 36 6 570 SP-3 SO-8 228+23 8 3 RF-19E OUTLET SO-8 (STA. 228+23. 61.0' RT) 3 PLUG SP-3 (STA. 222+70, 39.5' RT) SD-7 HWY 6 224+00 228+23 LT 36 6 474 SO-6 SO-7 224+00 8 3 RF-19E OUTLET SO-6 (STA. 224+00, 64.5' LT) 228+23 3 RF-19E OUTLET SO-7 (STA. 228+23, 61.0' LT) PROJECT NO: 111002-00 30/ DESIGNED Y: S.SOYERS NO DATE BY REVISION DESCRIPTION Fcth SHEET NO. PROJECT DATE: 06/30/2011 CHECKED BY: - 4 U S HIGHWAY 6 AND SYCAMORE STREET CAD DATE: 2/17/2012 10:36:54 AM DRAWN BY: - INTERSECTION IMPROVEMENTS C.07 CAD FILE: XACR\lE\2011\111002-00\CAMPlans\111oo2-00.0014M v CITY OF IOWA CITY,IOWA ESTIMATED PROJECT QUANTITIES SIDEWALKS 113-1 See MI-220 and S Sheets 04-17-12 Road 4" PCC sae alk SC ioea k Detectable Identification Station to Station Side Sidewalk DIV I Dlv 2 Warnings Remarks SY SY SY SF 120+77.69 122+04.85 RT 19 96 26 SYCAMORE(S) INCLUDES QUANTITY FOR 6" SIDEWALK PVMT BETWEEN RAMPS 121+46.14 121+84.15 LT 22 6 10 SYCAMORE(S) 6000+59.19 6007+31.22 RT 11 594 24 SYCAMORE(N) INCLUDES OUANTITY FOR 6" SIDEWALK BETWEEN BOC AND FACE OF SIDEWALK AT THE PROPOSED BUS SHELTER LOCATION 6007+86.10 6009+17.65 RT 116 24 SYCAMORE(N) ''a' 6009+30.65 6010+12.95 RT 74 SYCAMORE(N) t_) "l 71 TOTAL 22 36 880 84 —I `-'3 7Fr1 7 i PROJECT NO: 1106 30/ __ DESIGNED S.SOVERS NO DATE BY REVISION DESCRIPTION 1Oth US HIGHWAY 6 AND SYCAMORE STREET PROJECT DATE: 06/30/2011 CHECKED BY: - a0 DATE: 2/17/2012 10:36:55 AM DRAWN BY: - INTERSECTION IMPROVEMENTS C.08 CAO FILE: %:\CR\IE\2011\111002-00\CAO\Plane\111002-00_COI.eht CITY OF IOWA CITY,IOWA ESTIMATED PROJECT QUANTITIES 108-22 TABULATION OF PAVEMENT MARKINGS (DURABLE) 10-19-04 • q3/Broken Center Line (Yellow) 4111No-Passing Zone Line (Yellow) iEdge Line Right (White) croDottedLine (White) re Channelizing Line (White) 3irL'Stop Line (White) e°Crosswalk Line (White) ye White Curb e Double Center Line (Yellow) :LW' Broken Lane Line (White) ex Edge Line Left (Yellow) ..iSolid Lane Line (White) 0 Channelizing Line (Yellow) CD Crosswalk Bar (White) 4.S Yellow Curb CEI Yield Line (White) Location Length (In Stations) RoadStation to Station Identification L Side R ID 2 0 alito ® ® a ® C CD ® 42 ® ® ® _ ® Remarks US HWY 6 216+10 - 221+64 X X 11.08 DURABLE - DIVISION 3 US HWY 6 216+10 - 221+60 X 5.5 _ DURABLE - DIVISION 3 US HWY 6 216+10 218+70 X 2.61 DURABLE - DIVISION 3 i _ US HWY 6 216+10 - 219+40 X X 6.62 _ DURABLE - DIVISION 3 US HWY 6 218+40 - 221+64 X 8.35 __ DURABLE - DIVISION 3 US HWY 6 219+40 - 221+64 X 2.24 _ _ DURABLE - DIVISION 3 US HWY 6 221+64 X X , 0.64 DURABLE - DIVISION 3 US HWY 6 222+49 X X1.17 DURABLE - DIVISION 3 US HWY 6 222+57 X X 1.03 DURABLE - DIVISION By US HWY 6 222+64 - 228+18 X X 11.08 , DURABLE - DIVISION §E US HWY 6 222+96 - 228+18 X 5.22DURABLE - QIVISION US HWY 6 222+69 - 228+18 X 5.49 DURABLE - D.IV(510N US HWY 6 224+87 - 228+18 X X6.62 DURABLE - tIV15ION 3.:. US HWY 6 222+95 - 225+87 X 7.85 DURABLE - O4IViStON 3_ US HWY 6 222+64 X X _ _ 0.51 DURABLE - DtV1S.ON 3-J SYCAMORE S. 121+82 x x 0.59 DURABLE - DIVISION 1 ll SYCAMORE S. 121+88 X X 0.67 DURABLE - DIVISION f SYCAMORE S. 121+76 x X0.3 DURABLE DIVISION I +"' SYCAMORE S. 121+01 - 121+76 X S I r 0.75 DURABLE - DIVISION 1 SYCAMORE S. 120+26 - 121+76 X 1.5 DURABLE - DIVISION 1 SYCAMORE S. 117+42 - 120+26 _ X 2.84DURABLE - DIVISION 1 SYCAMORE S. 117+42 - 120+26 X 2.84 DURABLE - DIVISION I SYCAMORE S. 117+42 - 119+96 5 X 2.54 DURABLE - DIVISION 1 SYCAMORE S. 117+42 - 119+96 X 2.54 a DURABLE - DIVISION 1 SYCAMORE N. 6000+50 X X 0.38 DURABLE - DIVISION 1 SYCAMORE N. 6000+50 - 6004+30 X 3.82 DURABLE - DIVISION 1 SYCAMORE N. 6000+50 - 6002+50 X X - - 2 - DURABLE - DIVISION 1 MALL 8000+95 - 8007+22 4 X 14.81 WATERBORNE/SOLVENT - DIVISION 2 LENGTH TOTALS 5.38 5.32 5.38 22.16 33.63 13.24 0 4.99 16.2 0 1.83 3.46 0 QUANTITY FACTORS 0.25 2 1 0.25 1 1 0.33 - 1 2 2 6 I 1.5 1.5 TOTALS 1.345 10.64 5.38 5.54 33.63 13.24 0 4.99 32.4 0 10.98 II 5.19 0 TABULATION OF PAVEMENT MARKING SYMBOLS AND LEGENDS 108-2904-28 04-28 98 ROAD LOCATION41111) (LX 14 mm300- .11:4o. -117111 .04P4Pr .44%ft, ___>. 8 110 10 A RE A 11)I ()NU! 8 li 0 0 1. )(11IG itAll. CFNTIFICATIONREMARKS STATION I SIDE _ RR US HWY 6 219+90 LT/RT 1 _ DURABLE - DIVISION 3 US HWY 6 220+65 LT/RT 1 DURABLE - DIVISION 3 US HWY 6 221+40 LT/RT 1 DURABLE - DIVISION 3 US HWY 6 219+90 RT I DURABLE - DIVISION 3 US HWY 6 220+65 RT IDURABLE - DIVISION 3 US HWY 6 221+40 RT I DURABLE - DIVISION 3 US HWY 6 222+88 LT/RT 1 DURABLE - DIVISION 3 US HWY 6 223+63 _LT/RT I DURABLE - DIVISION 3 US HWY 6 224+38 _LT/RT 1DURABLE - DIVISION 3 SYCAMORE N. 6000+75 RT I DURABLE - DIVISION 1 SYCAMORE N. 6001+50 RT I DURABLE - DIVISION 1 SYCAMORE S. 117+76 LT/RT 1DURABLE - DIVISION 1 SYCAMORE S. 118+09 _LT/RT I S DURABLE - DIVISION I SYCAMORE S. 120+76 LT/RT 1DURABLE - DIVISION 1 SYCAMORE S. 121+51 LT/RT IDURABLE - DIVISION I MALL 8003+47 RT _ 1 WATERBORNE/SOLVENT - DIV 2 MALL 8003+56 RT I _WATERBORNE/SOLVENT - DIV 2 MALL 8003+74 RT I WATERBORNE/SOLVENT - DIV 2 PROJECT NO; 111002-00 _ DESIGNED BY: S.COVERS NO DATE BY REVISION DESCRIPTION SHEET NO. PROJECT DATE: 06/30/2011 CHECKED BY: - ` , Foth US HIGHWAY 6 AND SYCAMORE STREET CAO DATE: 2/17/2012 10:36:55 AM DRAWN BY: - v INTERSECTION IMPROVEMENTS C.09 CAD FILE: X:\CR\IE\2011\111002-00\CAD\Plans\111002-00-COLsht CITY OF IOWA CITY,iow ESTIMATED PROJECT QUANTITIES REMOVAL OF PAVEMENT 110-1 Refer to Tabulation 102-5 * Not a Bid Item 04"19'05 Pavement Area Saw Cut* Intakes and Station to Station Type Utility Accesses Remarks (Sq. Yds.) (Lin. Ft.) (No.) 218+40.2 221+94.3 PCC 87 417 HWY 6 - DIVISION 1 220+30.4 225+39.9 PCC 207 375 HWY 6 - DIVISION 1 121+29.6 122+09.5 PCC 473 116 SYCAMORE(S) - DIVISION 2 6000+38.5 6004+30 PCC 1181 106 SYCAMORE(N) - DIVISION 2 TA6ULATION OF SIDEWALK REMOVAL 110-5 . 10-13-72 STATION TO STATION AREA REMARKS — - _ Sq.Yds. 120+78 RT 121+98 RT 53 SYCAMORE(S) 121+46 RT 121+89 RT 17 SYCAMORE(S) ra 6000+57 RI 6007+27 RT 293 SYCAMORE(N) = 6007+85 RT 6009+18 RT 58 SYCAMORE(N) _j N 6009+31 RT 6010+13 39 SYCAMORE(N) _ r--) T-� POINTS OF ACCESS FOTH-1 TOTAL 460 --`' n 6-13-05 ) — jr - -( Location i Driveway Removal New Construction — Station Side O Curb Width a Face ; n •0 • l penin9 of Sidewalk Skew P.C.C. HMA MODIFIED Remarks (ft.) (ft.) (SY) (SY) (SY) SUBBASE (CY) 6007+58.66 RT - 68.77 - 1170 206 808 113 SYCAMORE MALL ENTRANCE & PARKING LOT '- 6009+24.15 RT 19 13 - 66 47 6 CC CHILD CARE is.) REMOVAL QUANTITY INCLUDES SYCAMORE STREET CURB AND GUTTER REMOVAL REMOVALS. AS PER PLAN FOTH_4 NO. LOCATION DESCRIPTION REMARKS 121+79, 23' RT SYCAMORE(S 1-INTAKE TOP AND THROAT - 121+81, 26' LT SYCAMORE(S INTAKE 121+80, 44' LT SYCAMORE(S)-24" X 36' RCP 221+75, 2' LT HWY 6-CURB INTAKE 221+64, 4' LT HWY 6-15" X 26' RCP 221+48, 85' LT HWY 6 - SHRUBS 221+50, 6' LT HWY 6-BEHIVE INTAKE 221+50. 3' LT HWY 6-15" X 3' RCP 222+77, 93' LT HWY 6 - SHRUBS 222+87. 101' RT HWY 6 - SHRUBS 6001+02, 58' RT SYCAMORE(N) - 12" WATER VALVE 6001+06, 50' RT SYCAMORE(N) - 6" WATER VALVE 6003+95, 24' RT SYCAMORE(N) - 3" TREE 6004+25. 23' RT SYCAMORE(N) - 3" TREE 6004+55. 24' RT SYCAMORE(N) - 3" TREE 6004+84, 24' RT SYCAMORE(N) - 3" TREE 6005+13, 24' RT SYCAMORE(N) - 3" TREE 6005+40, 25' RT SYCAMORE(N) - 3" TREE 6005+65, 25' RT SYCAMORE(N) - 3" TREE - 6005+93, 24' RT SYCAMORE(N) - 12" TREE __ 6006+19, 24' RT SYCAMORE(N) - 12" TREE 6006+71. 25' RT SYCAMORE(N) - 8" TREE 6007+03, 26' RT SYCAMORE IN) - 6" TREE PROJECT NO, 111002-00 DESIGNED BY: S.SOVERS ND DATE BY REVISION DESCRIPTION US HIGHWAY 6 AND SYCAMORE STREET PROJECT DATE: 06/30/2011 CHECKED BY: - CAO GATE: 2/17/2012 10:36x56 AM DRAWN BY: - • Foth INTERSECTION IMPROVEMENTS C.1 O CAO FILE: xACINE\2011X111002-00\CAMPImv n11002.00_COl.ela CITY OF IOWA CITY,IOWA ESTIMATED PROJECT QUANTITIES LIST OF WATER VALVE ASSEMBLIES FOTH 5 LocationyP Size Notes T e _ (Inches) 6001+02.00, 58.30' RT BUTTERFLY 16 W/ NITRILE GASKETS _ 6001+04.00, 60.30' RT BUTTERFLY 16 W/ NITRILE GASKETS 6001+04.00, 56.00' RT GATE 12 W/ NITRILE GASKETS 6001+37.00, 34.50' RT GATE 12 W/ NITRILE GASKETS 6005+48.00, 22.50' RT GATE 12 W/ NITRILE GASKETS FOTH-7 6009+73.00. 32.00' RT GATE 12 W/ NITRILE GASKETS LIST OF WATER MAIN PIPE I, 05 6009+77.00, 32.00' RT GATE 12 W/ NITRILE GASKETS Location Pipe Dia. Length Notes r ' _ From To _ (Inches) (Feet) 6001+04.00 `6009+98.76 DIP 12 910 W/ NITRILE GASKETS ; ) ^-> -. - __ LIST OF WATER MAIN FITTINGS FOTH-6 Location Size/Type Weight Notes (lbs.) 6001+04.00, 58.30' RT 16" X 16" TEE 323 W/ NITRILE GASKETS 6001+04.00. 58.30' RT 16" x 12" REDUCER 125 W/ NITRILE GASKETS _ FOTH-8 6001+04.00. 54.00' RT 12" 45° BEND Ill HORIZONTAL/VERTICAL BEND W/ NITRILE GASKETS LIST OF H Y D R A N T ASSEMBLIES 6":?-05 6001+23.50, 34.50' RT 12" 45° BEND 111 HORIZONTAL/VERTICAL BEND W/ NITRILE GASKETS 6009+48.00, 22.50' RT 12" 22.5° BEND 80 HORIZONTAL BEND W/ NITRILE GASKETS Location Station Top of Ground Notes 6009+71.00. 32.00' RT 12" 22.5° BEND 80 HORIZONTAL BEND W/ NITRILE GASKETS Elevation 6009+96.99, 32.00' RT 12" 45° BEND Ill HORIZONTAL BEND W/ NITRILE GASKETS 6001+35.00, 43.00' RT 704.00 INSTALL HYDRANT ASSEMBLY W/ NITRILE GASKETS 6009+98.76, 33.77' RT 12" 45° BEND III HORIZONTAL BEND W/ NITRILE GASKETS 6009+75.00, 24.50' RT 726.68 INSTALL HYDRANT ASSEMBLY W/ NITRILE GASKETS 6009+98.76, 33.77' RT 12" x 6" REDUCER 60 TOTAL 1112 TABULATION OF EROSION CONTROL DETAILS 10011 100-17 10-27-98 TABULATION OF SILT FENCES 11-10-83 Location 1 Location Over- Length Remarks Seeding Seeding Wood Crown- Seeding Station to Station Side (Lin.-FtJ and and Mulching Excelsior Mat Notes Sod Vetch Special Ditch Mowing 221+50 _ RT 40 BEHIVE INLET PROTECTION Station to Station Fertilizing Fertilizing Seeding Areas Reshaping 223+25 RT 40 DITCH CHECK AT STORM OUTLET (Acres) (Acres) (Acres) (Squares) (Squares) (Acres) (Acres) (Station) (Acres) 6001+00 6001+50 LT 125 PLACE ALONG RIGHT-OF-WAY AT NW QUADRANT 6000+48 RT 6007+34 RT 175 OIV 1 120+78 RT 122+07 RT 0.14 0.14 0.14 DIV 1 121+46 LT 121+93 LT 0.02 ' 0.02 0.02 DIV 1 - — - — 6000+48 RT 6007+34 RT 0.47 0.47 0.47 DIV 1 _ 6000+47 LT 6004+30 LT 0.14 0.14 0.14 DIV 1 6007+84 RT 6010+16 RT 0.040.04 0.04 DIV 1 216+10 LT/RT 221+73 LT/RT 0.35 - 0.35 _ 0.35 DIV 3 _ 223+05 LT/RT 228+18 LT/RT 0.34 0.34 0.34 DIV 3 PROJECT NO, 11[002-00 DESIGNED BY, S. SOVERS NO DATE BY REVISION DESCRIPTION PROJECT DATE: 06/30/2011 CHECKED BY: - eFoth US HIGHWAY 6 AN0 SYCAMORE STREET CAD DATE: 2/17/2012 10:36:56 AM DRAWN BY: - INTERSECTION IMPROVEMENTS C.1CAO FILE, %:\CR\IE\2011\111002-00\CAD\Plane\111002-00-C0l-eht 1 CITY OF IOWA CITY,IOWA ESTIMATED PROJECT QUANTITIES POLLUTION PREVENTION PLAN I10-12A , POLLUTION PREVENTION PLAN Ila 12a 4-19-II 4-19-11 This Pollution Prevention Plan (PPP) includes information on Roles and Responsibilities, Project Site Description. Controls, 2. OTHER CONTROLS Maintenance Procedures, Inspection Requirements. Non-Storm Water Controls, Potential Sources of Off Right-of-Way Pollution, and a. Contractor disposal of unused construction materials and construction material wastes shall comply with applicable state efinitions. This plan references other documents rather than repeating the information contained in the documents. A copy of this Base and local waste disposal, sanitary sewer, or septic system regulations. In the event of a conflict with other governmental pollution Prevention Plan, amended as needed per plan revisions or by contract modification, will be readily available for review. laws, rules and regulations, the more restrictive laws, rules or regulations shall apply. 1) Vehicle Entrances and Exits - Construct and maintain entrances and exits to prevent tracking of sediments onto roadways. All contractors shall conduct their operations In a manner that controls pollutants, minimizes erosion, and prevents sediments From 2) Material Delivery, Storage and Use - Implement practices to prevent discharge of construction materials during delivery, entering waters of the state and leaving the highway right-of-way. The prime contractor shall be responsible for compliance and storage, and use. Implementation of the PPP for their entire contract. This responsibility shall be further shared with subcontractors whose work is a 3) Stockpile Management - Install controls to reduce or eliminate pollution of storm water from stockpiles of soil and source of potential pollution as defined in this PPP. paving. 4) Waste Disposal - Do not discharge any materials, including building materials, into waters of the state, except as I. ROLES AND RESPONSIBILITES authorized by a Section 404 permit. A. Designer: 5) Spill Prevention and Control - Implement procedures to contain and clean-up spills and prevent material discharges to the 1. Prepares Base PPP included in the project plan. storm drain system and waters of the state. 2. Prepares Notice of Intent (N01) submitted to lova DNA. 6) Concrete Residuals and Washout Wastes - Designate temporary concrete washout facilities for rinsing out concrete trucks. 3. Signature authority on the Base PPP and NOT. Provide directions to truck drivers where designated washout facilities are located. B. Contractor/Subcontractor: 7) Vehicle and Equipment Cleaning - Employ washing practices that prevent contamination of surface and ground water from 1. Affected contractors/subcontractors are co-permittees with the iDOT and will sign a certification statement adhering to the wash water. requirements of the NPDES permit and this PPP plan. All co-permittees are legally required under the Clean Water Act and the 8) Vehicle and Equipment Fueling and Maintenance - Perform on site fueling and maintenance in accordance with all Iowa Administrative Code to ensure compliance with the terms and conditions of this PPP. environment laws such as proper storage of onside fuels and proper disposal of used engine oil or other fluids© site. 2. Submit a detailed schedule according to Article 2602 of the Specifications and any additional plan notes. 9) Litter Management - Ensure employees properly dispose of litter. 3. install and maintain appropriate controls. 3. APPROVED STATE OR LOCAL PLANS -' - r., 4. Supervise and implement good housekeeping practices. During the course of this construction, It is possible that situations will arise where unknown materials will-'be enc tered.-,-1 5. Conduct joint required inspections of the site with inspection staff. When such situations are encountered, they will be handled according to all federal, state, and local regulatipns' in-effect at 6. Signature authority on Co-Permittee Certification Statements and storm water inspection reports, the time. -1 U, .nom. C. RCE/Inspector: `^^,. 1. Update PPP whenever there is a change in design, construction, operation or maintenance, which has a significant effect on the IV. MAINTENANCE PROCEDURES discharge of pollutants from the project. The contractor is required to maintain all temporary erosion and sediment control measures in proper working-o deo, 1rTCt4iding 3 2. Maintain an up-to-date list that identifies contractors and subcontractors as co-permittees. cleaning, repairing, or replacing them throughout the contract period. This shall begin when the features have I s'i'-5D% of their '71 3. Make these plans available to the DNR upon their request, capacity. . i l 4. Conduct joint required inspections of the site with the contractor/subcontractor. 5. Complete an Inspection report after each inspection. V. INSPECTION REQUIREMENTS 6. Signature authority on storm water Inspection reports and Notice of Discontinuation (NOD). A. Inspections shall be made jointly by the contractor and the contracting authority at least once every seven calendar days and after each rain event that is 1/2" or greater. Storm water monitoring inspections will include: PROJECT SITE DESCRIPTION 1. Date of the inspection. A. This Pollution Prevention Plan (PPP) is for the Sycamore Street and U.S. Highway 6 Intersection Improvements. 2. Summary of the scope of' the inspection. B. This PPP covers approximately 4.5 acres with an estimated 4.5 acres being disturbed. The portion 3. Name and qualifications of the personnel making the inspection. of the PPP covered by this contract has 4.5 acres disturbed. 4. Rainfall amount. C. The PPP is located in an area of Tama and Downs soil associations. 5. Review erosion and sediment control measures within disturbed areas for the effectiveness in preventing impacts to receiving The estimated average SCS runoff curve number for this PPP after completion will be 86. waters. D. Storm Water Site Map - Multiple sources of information comprise the base storm water site map including: 6. Major observations related to the implementation of the PPP. 1. Drainage patterns - Plan and Profile sheets and Situation plans. 7. Identify corrective actions required to maintain or modify erosion and sediment control measures. 2. Proposed Slopes - Cross Sections. B. Include storm water monitoring inspection reports in the Amended PPP. incorporate any additional erosion and sediment control 3. Areas of Soil Disturbance - construction limits shown on Plan and Profile sheets. measures determined as a result of the inspection. Immediately begin corrective actions on all deficiencies found and complete all 4. Location of Structural Controls - Tabulations on C sheets, actions within 3 calendar days of the inspection. 5. Locations of Non-structural Controls - Tabulations on C sheets. 6. Locations of Stabilization Practices - generally within construction limits shown on Plan and Profile sheets. vl. NON-STORM WATER DISCHARGES 7. Surface Waters (including wetlands) - Plan and Profile sheets. This includes subsurface drains (i.e. longitudinal and standard subdrains) and slope drains. The velocity of the discharge from 8. Locations where storm water is discharged - Plan and Profile sheets. these features may be controlled by the use of patio blocks. Class A stone, erosion stone or other appropriate materials. E. The base site map Is amended by contract modifications and progress payments of completed erosion control work. F. Runoff from this work will flow Into Ralston Creek. VII. POTENTIAL SOURCES OF OFF RiGHT-OF-WAY (ROW) POLLUTION Silts, sediment, and other forms of pollution may be transported onto highway right-of-way (ROW) as a result of a storm event, I. CONTROLS Potential sources of pollution located outside highway ROW are beyond the control of this PPP. Pollution within highway ROW will A. The contractor's work plan and sequence of operations specified in Article 2602.03 for accomplishment of storm water controls be conveyed and controlled per this PPP. should clearly describe the intended sequence of major activities and for each activity define the control measure and the timing during the construction process that the measure will be Implemented. VIiI. DEFINITIONS B. Preserve vegetation in areas not needed for construction. A. Base PPP - Initial Pollution Prevention Plan. C. Section 2601 and 2602 of the Standard Specifications define requirements to implement erosion and sediment control measures. B. Amended PPP - May include Plan Revisions or Contract Modifications for new Items and fleldbook entries made by the Inspector. Actual quantities used may vary from the Base PPP and amendment of the plan will be documented via fleldbook entries or by C. IDR - Inspector's Daily Report - this contains the inspector's daily diary and item postings. contract modification. Additional erosion and sediment control items may be required as determined by the Inspector and/or D. Controls - Methods, practices, or measures to minimize or prevent erosion, control sedimentation, control storm water, or contractor during storm water monitoring inspections. If the work involved is not applicable to any contract items, the work will minimize contaminants from other types of waste or materials. be paid for according to Article 1109.03 paragraph B. E. Signature Authority - Representative from Designer. Contractor/Subcontractor, or RCE/Inspector authorized to sign various storm 1. EROSION AND SEDIMENT CONTROLS water documents a. Stabilization Practices 1) Site plans will ensure that existing vegetation is preserved where attainable and disturbed portions of the site will be stabilized. 2) Stabilization measures shall be Initiated as soon as practicable in portions of the site where construction activities have temporarily or permanently ceased. 3) Temporary stabilizing seeding shall be completed as the disturbed areas are constructed. If construction activity is not planned to Occur in a disturbed area for at least 21 days, the area shall be stabilized by temporary seeding or mulching within 14 days. Other stabilizing methods shall be used outside the seeding time period. 4) Stabilization measures to be used for this project are located in the Estimated Project Quantities (100-1A) and Estimate Reference Information (100-4A) located on the C sheets of the plan. Additional Items may be found in the inspector's Daily Reports (IDR) or Contract Modifications. b. Structural Practices 1) Structural practices will be implemented to divert flows from exposed soils and detain or otherwise limit runoff and the discharge of pollutants from exposed areas of the site. 2) Structural items to be used for this project are located In the Estimated Project Quantities (100-1A) and Estimate Reference Information (100-4A) located on the C sheets of the plan, as well as all other item specific Tabulations. Typical drawings detailing construction of the devices to be used on this project can be found on the B sheets of the plan or are referenced in the Standard Road Plans Tabulation. c. Storm Water Management 1) Measures shall be installed during the construction process to control pollutants In storm water discharges that will occur after construction operations have been completed. The installation of these devices may be subject to Section 404 of the Clean Water Act. PROJECT N0: 111002-00 DESIGNED BY: 5. SOVERS NO DATE BY REVISION DESCRIPTION SHEET N, PROJECT DATE: OS/30/2011 CHECKED BY: - _ Fot US HIGHWAY 6 AND SYCAMORE STREET CAD GATE: 2/17/2012 10:36:57 AM DRAWN BY: - - INTERSECTION IMPROVEMENTS C.12 14-An =',-: X:\CRME\20115111002-00\CAD\Plans\111002-00_COLsht CITY OF IOWA CITY,IOWA ESTIMATED PROJECT QUANTITIES CONTAMINATED SOIL/GROUNDWATER MANAGEMENT PLAN Important Notice to Contractors Management of Contaminated Soil and Groundwater CONTAMINATED SOIL AND GROUNDWATER Soil and groundwater affected by petroleum fuel products could be encountered during project excavation and construction activities. The source of petroleum products may be attributable to leaking underground storage tank (LUST) sites identified at 1630 and 1851 Lower Muscatine or other unidentified locations along the project corridor. The Contractor Is responsible for assessing indications of petroleum contaminated soil and groundwater during execution of the work. Indications of affected soil and groundwater will be determined through odor, appearance, staining. or vapor measurements using appropriate field screening equipment. If contaminated soils, contaminated groundwater, or petroleum liquids or ry vapor are discovered during excavation activities, the Contractor shall contact the Iowa Department of Natural Resources (IDNR) Underground Storage Tank Section at 515-281-8011 -T, PIt within 24 hours, or within 6 hours if a "hazardous condition" exists as defined in 567 Iowa • r'y1 Administrative Code (IAC) 131.1. A hazardous condition means any situation involving the actual, Imminent or probable spillage. leakage, or release of a hazardous substance onto the land. .':' —< into a water of the state or into the atmosphere which, because of the quantity, strength and toxicity of the hazardous substance, its mobility In the environment and its persistence, creates an immediate or potential danger to the public health or safety or to the environment. -� Assessment of contaminated soil and groundwater may require services of an Iowa Certified .. Groundwater Professional. The Contractor is responsible for acquiring the services of the Certified Groundwater Professional. Records and measurements collected to document -• compliance with the assessment and reporting procedures referenced in IAC 135 or associated • .� IDNR guidance will be provided to the Project Engineer. In the event petroleum contaminated soil is encountered, the Contractor is responsible for segregating soils into "contaminated" and "non-contaminated" stockpiles based on field screening and/or confirmation testing using the action levels and testing procedures outlined in IAC Chapter 135. Contaminated soil is defined as "the presence of petroleum hydrocarbon constituents at or above the IDNR's Tier 1 Look-Up Table in 567 IAC 135". Soils determined as non-contaminated, based on the above referenced action levels, will be considered suitable for reuse as backfill providing the material meets project design specifications. • The Contractor is responsible for proper containment, staging. characterization, and disposal of any materials determined as contaminated. Temporary stockpiles may be staged within the project limits or other secure area approved by the Project Engineer. The soil will be placed on an impervious surface and covered to prevent precipitation run-on and run-off, The Contractor will maintain records of disposal of contaminated soils for submittal to the Project Engineer. Depths to groundwater within the project area are expected to be below the limits of utility Installations. The Contractor is responsible for testing and proper management of any affected groundwater which may need to be removed for project construction or protection of worker safety. Groundwater affected by petroleum products shall be evaluated using the action levels and testing procedures outlined in IAC Chapter 135. All samples analyzed for determining compliance with the above requirements shall be shall be tested at a laboratory certified pursuant to 567 IAC 83. Any water removed From the excavation with concentrations at or above the levels outlined in IAC 135.14 shall be treated or disposed in accordance with local, state, and federal regulations. The Contractor will maintain records of treatment and disposal for submittal to the Project Engineer. HEALTH AND SAFETY In the event that contaminated soil and/or groundwater is encountered, the Contractor is responsible for development and implementation of a Site Specific Health and Safety Plan to address potential hazards associated with petroleum contaminated soils and/or groundwater. The Contractor will be solely responsible for completing work in accordance with all federal, state. and local laws and for ensuring the health and safety of their employees and subcontractor's employees. NOTIFICATIONS If replaced or repaired utilities remain buried within contaminated soils or groundwater with concentrations exceeding the IAC 135 Tier I levels, the Project Engineer shall notify the affected utilities using the appropriate Iowa Department of Natural Resources (1ONR) form listed below. The notifications will require signature by a Certified Groundwater Professional. Water Supply Notification DNR Form 542-1530 Utility Company Notification DNR Form 542-1531 Sanitary Sewer Notification DNR Form 542-1532 PROJECT NO: 111002-00 DESIGNED BY: 5.SOBERS NO DATE BY _ REVISION DESCRIPTION SHEET NC. PROJECT DATE, 06/30/2011 CHECKED BY: - 4 Foth US HIGHWAY 6 AND SYCAMORE STREET CAD GATE: 2/17/2012 IO:36:58 AM DRAWN BY: - - INTERSECTION IMPROVEMENTS C•13 CAD FILE: X,\CR\IE\2011\111002-00\CAD\Plans\II1002-00-CO1.sht v CITY OF IOWA CITY,IOWA ESTIMATED PROJECT QUANTITIES 1 — 2 +1 m n STA 22 +50 •8' RT to TA. 22 :• -''RT I 0 1 "■ / O 0 O STORM SEWER .4"x36' RCP •.,„ ip , 10 , I "� IN O c\II_ 0O O REOVEup O a t, , ‘ ...,______4 O00 . . "� O • 1 , "--- fTl S``' ``i I I' ,�r `` -....„...„,...i:„. �' REDUCE DEPTH OF SUBDRAIN SD-1 AND -SD-2.a ,` = Q ;, (� � _ FROM 42" TO 24".BETWEEN i II y�ST - Q s-mss- STA. 6003*25 AND STA. 600A+24 • ii ■�1J p t0 -. LI ` ® REMOVE EXISTING SHRUBS J j iiii , -I ii: _ ._Q R/W _ �����, �__ G �� �t a ° R/W R/W R/W __ _. _ , ... �' ,...1f,1_0_101 f� I �,- i �t q�-�f�� -- I ! _ _` • ) 1 T 1 - _. - _� f — 1T 1 — — - - .' : OHE ..x��6 0., !-.,r„, __-----------7----73D------ 7,•y-_(u - 42/2.4 �•��:1;�'� I , 4 --_- ��'-_--_ i��' --z - - - ''x` - , �-n j --- _� _ = �'.� sly :- __ - STA. 121*73, ) - 222+00STREET • REMOVE STOR I 1 WER INTAKE I SYCAMORE 1 I N ^(P-3� REMOVE H1+0 ANTE, 21.04' RT m ,.sort _ 12A. WOO E+49.97 34.50' RT 1 STA. I21+7:.33. 25.51' RTR MAIN yseas REMOVE ST.1 SEWER INTAKE TOP I �i� _ - >!'�'® •. _ 1 6�►I � L T W — - — o --st.S. #7 1► ^ = r ®_ _ - _ immum _ __ oHEE �_,7 LLL�JJ! .. /NE oHE `rte: ore , _ REMOVE �- '�� ` J _ .71:_______---::_----f 7t0 — TREE (TYPI- C) _•- / - 1 �- 1 A --702 __...-.....0111111111..--4..11‘' o ,. O - RETAINING WALL AHEAVOCK_ �=f_- '2„ W M _ �. .. - 'p r%-;� � \ IL� _ ,_,SCO- ----__:-. .,..:4,;...• R/W _ -_ - . - R7 _ - - �es: _ ,(y E i I ^ I ', r X01+05.512)49.47'RT © .� a..r�•��r �' ., PROPOSED MODULAR BLOCK (�.y 6 WATER V• .VE4 /)\ RETAINING WALL l # iirI / �� ro(tff /- o �U1+D I.8 57.66x' RT x(REFER TO L-SHEETS) � •r,' I --- � — '- m g 12" AiER VALVE r �- • �t REMOVE �� i I X 16" REDHC�R �11 '� D 1 r TEMP. T. EASEMENT I � 6�Ti '.--c"^I REMOVE ExISTING i, I REMOVE EXISTING DIP RETAINING SHSEXISTING i' . I —I I 2231`M- SHRUBS WALL, FOOTING AND RAILING 0 20 e :�, :: >. I I FEET REFER TOL SHEETS FOR PROTECT ALL I CORE REALTY HOLDINGS LLQ SIDEWALK INFORMATION IDENTIFIED TREEFOR OREMOVAL �I GRADING OMIT I 11 ' i ' I i 1 1 V W ST•TION 60""+38.90 >- EL V. = 731 05 -1.93% +s.85% a ::GIN 8 IN. PCC PAVI 730 , ®__ '1111mwea.mommomr+mem ® �_ 7 1 STATION© rATION12! .85 • _�_ _� PROPOSED CENTERLINE PROF] E ELE . = 731. VPI +7-..00 " 78IIIII P1 +00,110 brilliMilikasi,„-41111 725 (BEG N 8 IN. 'CC PAVINI Elv 731.49 C PAVING) ]NG PR��ILE GRAD: 7 PROPOSE. K = 22 ENTERLINLen 60 OOft li en 100.SOftPROFIL720 _� _ ill 7 0 STA 6001 04.50 5:.30' RT ® STA. .001+02.10 58.30' `_—. FEMOVE EX STING 12'x12' TEE 16 0 BUT TERFLITA ...„, iiiiiiift it COVER V/ 12"x16 REOUDE' DICE BR "" + " 715 AND INSTAL "x M T /a TA __ Mall __ 7 V/ 12"x16 MJ RE. ER ON W BRANCH lOi 45' NJ 1111 a _ HORZ. VERT. B2 0 PROPOS D 12' 0 DIP ® 5-A. 6001*04.00 56 II' RT TOP IF PIPE E EV.= 722 30 WATER: AIN I "i GATE VALVE 710 ••" + 114 4 4I' . LlIl •TING 16" 0 1111111111111111111!_1111111111.111111111B - liiiiii OSA. 6001+14.00, 54 00' RT `� HYDR NT ASSE BLY __� 12"0 x 45' NJ NOTE: HORZ./VERT BEND ® STA. 6001+37.110 34.50' ' CONTRACTOR SHALL BE RESPONSIBLE TOP OF PIP ELEV.= '13.88 12'0 GATE VALIIM FOR DAMAGE TO EXISTING FEATURES 705 (I.E. TREES, PAVEMENT, FENCING, ETC.) IIIIIIIIIIIIIIIIIIIIIMNIB 7* q S A. 6001+ 4.00. 60 30' RT NOT SPECIFICALLY IDENTIFIED FOR 16"i BUTTo-FLY VALE REMOVAL AND OR REPLACEMENT 700 700 00 O ^ (0 co (D O n v -• CO lf1 N C+' (D O 0 N O Il') O' O n n n (D N CO CO n In co O' n N In N O CO LC/ 11'1 N -" CO CO V 111 0' --' If) CO O If1 (O N N W 0' C) N O ^ O O O O O O 0 O O (T O' OO C)• n a0 (D n In (D (') v N C) ^ U• O GO 00 n n 1f1 (D 'R r) ('1 e) C) C) C) C) C) C) M C) C) C) C) CO C) N N N N N N N N N N N N N N N N ^ N I, n n nn nn nn n n N N N N N N N 1,- I, NN. N. N. N N N N N. 1 N N nN nN NN N1- NN NN +75 121+00 +25 +50 +75 122+00 +25 6000+00 +25 +50 +75 6001+00 +25 +50 -75 6002+00 -25 +50 +75 6003+00 +25 +50 +75 6004+00 +25 PROJECT N0: 111002-00 DESIGNED BY: S. DOPERS NO DATE BY REVISION DESCRIPTION SHEET NO. PROJECT DATE: 06/30/2011 CHECKED BY: - US HIGHWAY 6 AND SYCAMORE STREET CAD DATE: 2/17/2012 10:37:53 AM DRAWN BY: ` Foth INTERSECTION IMPROVEMENTS SYCAMORE ROAD AND HIGHWAY 6OO,)CAD FILE: X:\CR\IE\2011\111002-00\CAD\Plans\111002-0O.00I.,N( \v� CITY OT IOWA CITY,IOWA PLAN AND PROFILE o 0 0 0 0 0 1-- TN CD N CO O" O OO O O O C7 —_i p CD to cfl c0 4.0 :: -C.) ' O ® --1 cv / O .�c--) -•�I r� cis x `<r�1 _3 I� cool - ( l+ ,--_y'? �F x x x - - x . DN - - - - C1HF - - OHF - OHE - - OHE Com,) `I• n1 IFIL' �Rvir= 31NE-_ .. -- - .- ._ _ �ciw -�d T .. - - R/W- - R/W - 7 t= _ _ }-may, c _ _`-_��� T'1 = _ =n= _ _ _ _ _ _ _ = = PI = = = _ _ - - (N7' , .:-_-7.0. — — — - - -� -----=,----------- --------Tt —_ — - — - — - — - — - — - — T1 — - — - — - — - — - — - - STA. 6004+30.00. 22.50' RT ' ) REMOVE TREE (TYP) REMOVE AND REINSTALL SYCAMORE STREET 12"01WATER MA] BUS SHELTER 1 , I I I 1 , I II I I iI I I I I I / O^� I 12" 0 WATER MAIN I _ _ -- - — - — - — - — - — - — - — -4,- G — - - rR- — - OHE -- - _OHE - ?qJ_ 708-- - - - - ,------_ - �r— — DI-.E— — — — QHE— — — —70S - _ -_ G- `� ���� \ Inn ---- - W - - - - - - - -O - - _ _ - - �""�1 - - - - ,.i.--- - ROk /W �_ A.'6* _ ii /.161 - —O — — _ , 6 " 1 w." I t- TEMP. CONST. EASEMENT I 0 v V4. — — — , I I NOTE: I 1 _ — I I CONTRACTOR TO COORDINATE SIDEWALK A` Z — — — — PROPOSED MODULAR BLOCK L� —1 AND WATERMAIN CONSTRUCTION WITH _ _ — — — — RETAINING WALL. HEAVY TEMP. CONST. EASEMENT 4 CORE SYCAMORE TOWN CENTER T LLC �0' I STA. 6005+08.43. 33.90' RT (REFER TO U-SHEETS) DEVELOPER REMOVE HYDRANT I I 0 20 FEET PROTECT ALL REFER TO L SHEETS FOR TREES NOT I CORE SYCAMORE TOWN CENTER T LLC COMMUNITY COORDINATED CHILD CARE SIDEWALK INFORMATION IDENTIFIED FOR REMOVAL CORE REALTY HOLDINGS LLC _- 1 I I I STA. 6005+48.DC, 22.50' RT ® STA. 6009+71.00, 32.03' RT Q STA. 60c9+77.00. 32.00' RT CONTRACTOR SHALL BE RESPONSIBLE [2"0 CATE CALVE 12"0 x 22.5° MJ BENC 12"0 GATE VALVE FOR DAMAGE TO EXISTING FEATURES 720 (I.E. TREES, PAVEMENT. FENCING, ETC.) ,CZ) STA. 6005+50.0[1, 30.00' RT ®STA. 6009+73.00, 32.00' RT (a STA. 6009+96.99. 32.00' RT 720 NOT SPECIFICALLY IDENTIFIED FOR HYDRANT ASSEMBLY 12'0 GATE V4LVE 12"0 x 450 MJ BE1ND REMOVAL AND OR REPLACEMENT STA. 6009+48.00, 22.50' RT ® STA. 6009+75.00. 24.50' RT a STA. 6009+98.76, 33.77' RT 12"0 x 22.5° MJ BEND HYDRANT ASSEMBLY 12"0 x 45° MJ BEND WITH 715 12"0 x 6"0 MJ REDUCER 715 STATIO 6004+30.00 r : IN. PCG PAVING) ® 711.61 710 710 705 • 705 MINIMJM 5.5' COVER PROPOSED 12" 0 DIP WATER MAIN 700 700 695 EXISTING 6"0 CAST .. ....... 6q5 LRLN wATER--MAIN 690 690 n CO 0' In 111 U1 co N n v N O aO n Co in 0' o: c0 v N 0 0' W O 0' a0 n Nto l0 t0 CO U) In In In U1 v v v v v (--i C") 0 0 O 0 0 0 0 0 0 0 0 0 O 0 0 O O O 0 O O N. N. n n n N n n n n n N r- N N N n n n n n N N N +25 +50 +75 6005+00 +25 +50 +75 6006+00 +25 +50 +75 6007+00 +25 +50 +75 6008+00 +25 +50 +75 6009+00 +25 +50 +75 PROJECT N0: 111002-00 DESIGNED BY: S.SOBERS NO DATE BY REVISION DESCRIPTION US HIGHWAY 6 AND SYCAMORE STREET SHEET NO. PROJECT DATE: 06/30/2011 CHECKED BY: - SYCAMORE ROAD AND HIGHWAY 6 CAD GATE: 2/17/2012 10:37:56 AM DRAWN BY: - - - e ruh INTERSECTION IMPROVEMENTS D.02 CAD FILE: )(NCR\IE\201 I\111002-D0\CAO\Plans\111002-00_002.sht CITY OF IOWA CITY,IOWA PLAN AND PROFILE o I i I I I �i� - lal III i CC CC I.* . ' ;: 11' I ISI 9 : w o ® 0, It .w - C..) O f$w v v (,..n_ at - � , i I -. * * *. ___- *-- -- •/! off} - - _ iti I R/W A LC - R/W O LC R/W R/W ®--L-C - W O LC - R/W {. R/W'h` !'_ . j • f l� A 0 0 0 o ej o ®� � o ; - 0 0 0 0 - o 03 0 ., ti.. / o co n Co « I o ..., ,_ 1 ,''l N + + 4 + PROTECT EXISTING o + `�' ' ,J ' + ,- _, ` N TREES/SHRUBS N .� , ;T+L j (\I , - y N N •I N N -- Tau°_ ,,,..-.rr i;IL j N 1.3•II•i (g.:.=`.- - lst REMOVE EXISTING SHS _ - �- —Mgr 1111111111111.MPF \\\\‘, , - • - \\\\\\\\ \ • . ' — ---.".1111111111111111111111111111..............................: 1-X2, \\ \\,\\\\,\1 . . • impAquilwr "H7 .4V14, — — — ill.. .:i. - _. .- — —. . — __ - —__ _ __ — St.S. N_ . :R S .S. 3 li - ' - :.W - — — THE — OHE -- 0,{ --.— 2HE --- THE -- --- OHE —-- THE OHE • E V.7 ,,,O r STA. 221+74.86, 2.37' it; R/W R/W ° ' ° i 0 REMOVE STORM SEWER INTAKE �� — PROTECT EXISTING TREES/SHRUBS I I t I 1 STA. 221+64.26, 3.92' LT I' -I1 0 REMOVE 15" X 26' RCP N STA. 221+49.99, 6.29' LT 0 REMOVE STORM SEWER INTAKE - A.. _ 3r1 O f' STA. 221+50.00, 3.00' LT ® REMOVE 15" x 3' RCP ; I 0 20 IiiiF Itl II PROJECT N0: 111002-00 DESIGNED 8Y: S. SEWERS NO DATE BY REVISION DESCRIPTION FothSHEET N0. PROJECT DATE: 06/30/2011 CHECKED BY: - US HIGHWAY 6 AND SYCAMORE STREET INTERSECTION IMPROVEMENTS USHIGHWAY6 E.O.) CAO DATE1 2/17/2012 10:38:44 AM DRAWN BY: - PLAN CAO FILE: K:\CR\IE\2011\1 IIOO2-OO\CAD\Plena\111002-00.E01.eht v CITY OF IOWA CITY,IOWA IT I \ ,'. I iI qLC R/W r R/W R/W 0 LC N I`\ + R/WO LC O H-� C R w 1 � \ - 1l --i C) ....J I ¢; f REMOVE EXISTING SHRUB �_ Ni +— .\ WZ \ Cr~ - co =...` 0 O O O j_ ..\ OF + O, 1 f, I +N Q co +ez — N N O N 0 , N • N N 1 ,�a\ __/______________ ! N N - L _. ------— US HIGHWAY 6 --.11.F--. ft> - _ . o S. 4, ...,-;Z,k., -------::71711 i-—------- - . — -- _ Esq I,... . _____ __ -.4.'" . _.....„... :,,, _ , • \ , a`',--.\,\N„,::,..____:_:-.:---------- ---__--"- , 1'. n z///// 4`' ZU �� °He I ��� \ N It; T■ OHE ONE - o'i iTT06W OHE OHE OHE OHE ...--\ _ - - R/W R/W I PROJECT NO: 111DESIGNED BY: S. SOVERS NO DATE BY REVISION DESCRIPTION ;iill vn, PROJECT DATE: US HIGHWAY 6 06/30/2011 CHECKED BY: - ! US HIGHWAY 6 AND SYCAMORE STREET CAD DATE: 2/17/2012 10:38:45 AM DRAWN BY: - INTERSECTION IMPROVEMENTS E.02 CAD FILE: X:\CR\IE\2011\111002-00\CAD\Plans\111002-00-E02.464 v FOt CITY OF IOWA CITY,IOWA PLAN HORIZONTAL BASELINE INFORMATION STATION NORTHING EASTING BEARING/DISTANCE DELTA ANGLE D.O.C. TANGENT LENGTH E RADIUS SUPER 00W+00 J No. RATE(e) 2 - US HWY 6 1- a 215+00.00 604,128.3838 2,183,152.0912 N 88° 43' 32.20" E / 991.4900 OG 6008'0° 3 0 224+91.49 604,150.4349 2,184,1543.3360 N 88° 43' 32.20" E / 254.9246 0 z =-"0CD N 227+46.41 604,156.1046 2.184,398.1975 S 81° 06' 17.78" E / 254.9246 10° 10' 10.02" 01° 59' 59.47" 254.9246'508.5100' 11.3191' 2.865.00' w 500740 Z -71 230+00.00 604,116.6868 2,184,650.0562 o z ) y`1 m 11 5006.°0 a .....,.. SYCAMORE NORTH CO Q L -'- - k'R 6000+00.00 604,144.1272 2,183,859.7886 N 0° 53' 14.43" W / 1,038.6368 cI , ,� CC --i(-) Back 6010+38.64 605,182.6394 , 2,183,843.7038 c}n J r-. TTI _0 ii ® i SYCAMORE SOUTH600+40 B°°.«: c)Y_x..y 2 ., 100+00.00 601,896.5814 2,183,894.6163 N 0° 46' 02.21" E / 2,247.8525 P16b60a. _ "C,J !' 122+47.85 604,144.2323 2,183.864.5150 °003': x a r ci MALL RETAINING WALL 60020 §002 • 8000+00.00 604,302.8456 2,184,072.2661 N 89° 06' 45.57" E / 155.4100 $ 8001+55.41 604,300.4388 2,183,916.8748 N 0° 53' 14.43" E / 154.8451 g $ $ s $" 8003+10.26 604,455.2654 2,183,914.4768 N 5° 36' 02.85" E / 298.1535 ?0N 8006+08.41 604,751.9955 2,183.885.3780 N 0° 53' 14.43" E / 142.6008 g 8007+51.01 604,894.5792 2,183,883.1696 122.0D v 4 US HIGHWAY 6 6 US HIGHWAY 6 12140 t 8 CONTROL POINT DATA g 12040 Na LOCATION NORTHING EASTING DESCRIPTION ELEVATION ,;,h, CP#7 STA. 40+39.37, 38.55' LT 602583.5550 2183914.8070 1/2" x 30" REBAR 723.5630 CP#8 STA. 42+74.75, 670.39' LT 603454.8610 2183849.8260 1/2" x 30" REBAR 750.3600 16.00 CP#9 STA. 33+85.18, 37.86' LT 604195.4200 2183898.6450 1/2" x 30" REBAR 729.9100 117+00 110.00 CP 15.00 I F- 114.00 0 0 N 113.00 U..1 CONTROL POINT #7 CONTROL POINT #8 CONTROL POINT #9 200 0 a Set %2" rebar 11.0 } Set 1/2" rebar Set 1/2" rebar co N 1 N: 604195.4200 now:, H- N: 602583.5550 N: 603454.8610 E: 2183898.6450 w O E: 2183914,8070 o E: 2183849.8260 GLEASON RD ,Ow°o (--- cc * f xI 0 \ e O 06 00 a •25.0' >-• �� 0 O I O N ��. } 2 D7wo u) fk 1 ^1 HOLLYWOOD BLVD CD oO - ..�P. 21.4\\� ro1 / ,i r hY • ,06.00 i 0 1 21.T. i.' 105.00 5.� .2' X i� \O 0 � 104.00 a US HWY 6 r ,03.E UT OINSIDE OF PAVEMENT JOG I O CL OF HOLLYWOOD BLVD O MANHOLE 3 102.05 8 TRAFFIC MANHOLE I O CL SYCAMORE RD z INSIDE SWK CORNER POWERPOLE 30 BACK OF SWK 8 OUTSIDE SWK CORNER 10,40. N 100.00 MOT PROJECT N0: 111002-00 DESIGNED BY: S. SOYERS _NO DATE BY REVISION DESCRIPTION SHELI w.. PROJECT DATE: 06/30/2011 CHECKED BY: \ , 10t h US HIGHWAY 6 AND SYCAMORE STREET GEOMETRICS,REFERENCE TIES AND BENCH MARKS CAD DATE: 2/17/2012 10:39121 AM DRAWN BY: v INTERSECTION IMPROVEMENTS G.01 ^-n FILE: X:\CR\]E\2011\111002-00\CAD\Piens\I11002-00_OOl.eht CITY OF IOWA CITY,IOWA 108-23 108-23 108-26 108-26 TRAFFIC CONTROL PLAN 040489 TRAFFIC CONTROL PLAN 0404.89 STAGING NOTES 08-30-88 108-26 NOTES I- 6 88 The Contractor shall employ souna practices of safety and traffic At the time of initial setup or at the time of major stage GENERAL COMMENTS: 2. ) The Contractor shall maintain two-way traffic, Including adequat.: control. These methods and practices shall include, but not be changes. 100 percent of each type of device (signs, cones. Oo not drive on the proposed pavement with construction traffic area for turning movements on Sycamore Street during all limited to. the following: tubular markers, drums, barricades, vertical panels, changeable greater than the legal load limits. construction activities. message signs, and pavement markings) shall be classified as 3. ) Install temporary asphalt wedge for NB Sycamore Street traffic. I. The Contractor shall coordinate traffic control with other acceptable by the requirements of the American Traffic Safety The Contractor Is strongly encouraged to review the soils report 4. ) Modify traffic control as shown on Sheet J.05 to push traffic projects in the area: Services Association (ATSSA), "Quality Standard for Work Zone contained In the project manual to become familiar with the varying onto the east half of the south approach of Sycamore Street. Traffic Control Devices - 1992." Throughout the duration of the soil conditions contained on this project. 5. ) Complete the following construction activities: shoulder removal, A. ) Lower Muscatine Road Improvements. project. unacceptable devices or situations that are found on the grading, storm sewer, subdratn, subbase. PCC paving, sidewalk ane 3. ) Mall First Addition - Lot 1. Job site as determined by before mentioned publication shall be Install Advance Notification of street closure signs a minimum of pedestrian ramp installation. replaced or the situation corrected within 12 hours of initial 7 days prior to closing road. 6. ) Install permanent corner PCC slabs last that are found adjacent Traffic control on this project shall be in accordance with notification by the project engineer, to EB US Hwy 6 and SB Sycamore Street to improve r{J't turn specific layouts shown on these plans. Traffic control devices. Contractor shall maintain two lanes of traffic in both directions maneuver (See Sheet J.05). U ►v procedures, and layouts shall be as per current Part Vi of the I . The location for storage of equipment by the contractor during on US Highway 6 for the duration of the project. Temporary lane %. ) Install temporary 3:1 HMA fillet along edge:g3new-l?C pav@ptepL Manual on Uniform Traffic Control Devices (MUTCD). nonworking hours shall be as approved by the engineer, and the closures will only be allowed during paving operations. and run EB Hwy 6 right turning traffic in.,QevCighr urn Ian, 11 Contractor shall provide a written agreement with the property while permanent corner PCC slabs are ins tle'c,. All traffic control devices shall be furnished, erected, owner. Traffic signal timing and phasing shall be modified appropriately for ;� -Taintained and removed by the contractor, each construction phase. Contractor shall coordinate with City HASE 4 - US HIGHWAY 6 WB LEFT TURN LANE " b 17. Contractor shall install Type IIi Barricades with "Sidewalk Traffic staff. .. I Install traffic control for US Highway 6. _left tuc•jl detci is 4. All traffic control signs shall be placed at a minimum of 2 feet Closed" for all sidewalk closures on an as needed basis. Indicated on Sheet J.07. -- clear of the back of curb or outside edge of shoulder where '. l Install traffic control for the US Hwy 6 median st)oyklder {fo, re possible. Project Engineer: GENERAL CONSTRUCTION SEQUENCING IS AS FOLLOWS: in accordance with Iowa DOT Standard Roaa Plan TC-Ab2 (See ,-r Dave Panos, P.E. (319)356.5145 (office) Sheet J.06). no 5. Portable mountings for warning signs may be used for temporary City of Iowa City (319)356.5007 (fax) PHASE 1 - US HIGHWAY 6 OVERLAY & SHOULDER PAVING . ) The Contractor shall maintain two-way traffic, including adequate installations of 3 days or less. 410 E. Washington Street dave-panos@iowa-city.org I. I Install traffic control for the US Hwy 6 shoulder closures in area for turning movements thru the intersection median area Iowa City, Iowa 52240 accordance with Iowa DOT Standard Road Plan TC-402. during all construction activities. 6. "Road Closed" and "Road Closed to Thru Traffic" signs to be 2. I Complete shoulder paving (base & intermediate courses) for 4. ) Complete the following construction activities: pavement removal. mounted above top rail of Type III barricades so as not to 108-26 ' US Hwy 6. grading, subbase. PCC paving, and median Installation. obscure the diagonal panels. STAGING NOTES 3. ) install traffic control for the US Hwy 6 overlay paving in 5. ) Install traffic signal handhole *8 and the proposed pedestal poi 08-30-88 accordance with Iowa DOT Standard Road Plans TC-482 and located within the pedestrian refuge area. • 7. The proposed signing may be modified to meet field conditions, It is not the intent to confine the Contractor's activities to the TC-418. 6. ) Install temporary 3:1 HMA fillet along edge of new PCC pavement. prevent obstructions and to accommodate construction scheduling areas of suggested stages alone. It is understood that some of 4. ) Complete HMA overlay (base & intermediate courses) US Hwy 6. 7. 1 Remove temporary traffic control and open to traffic. upon approval of the Project Engineer. the various steps, though listed In numerical order, may occur 5. 1 Contractor shall protect US Hwy 6 traffic loops during paving simultaneously. The Contractor may conduct several operations operations. PHASE 5A & 5B - SYCAMORE STREET RECONSTRUCTION 8. Orange safety fence shall be placed entirely across the traveled concurrently, provided that traffic is maintained and that these 6. ) Install temporary 3:1 HMA fillet along edge of PCC pavement. (SOUTH SECTION) portion of the roadway at all locations where Type III Barricades operations do not conflict with the staging indicated herein. 1. I Install traffic control in accordance with Iowa DOT Standard with "Road Closed" signs are used. PHASE 2A & 2B - SYCAMORE STREET RECONSTRUCTION Road Plan TC-402, TC-418 and according to plan (See Sheet J.08). It is recognized that as the various activities related to (NORTH SECTION) AND US HIGHWAY 6 EB LEFT TURN LANE 2. 1 Pave the interior PCC slab section completing the NB Sycamore 9. All Type III Barricades shall have Type 'A' low Intensity flashing construction progress, certain situations may arise which will 1. ) install traffic control for Sycamore Street detour as indicated Street left turn lane including the following construction warning lights. The back side of the Type III Barricades shall be preclude adhering to the original construction sequence or which on Sheet J.03. activities: pavement removal, grading, subbase, and PCC paving. ref lectorized by a minimum of six yellow reflectors, one at each would readily lend themselves to more efficient staging operations. 2. ) install traffic control for the US Hwy 6 median shoulder closure 3. ) Modify traffic control in accordance with Iowa DOT Standard end of each rail, or at least one rail on each barricade shall Should the Contractor desire to deviate from the original plan, a In accordance with Iowa DOT Standard Road Plan TC-402 (See Road Plan TC-402, TC-4I8 and according to plan (See Sheet J.09). have ref lectorized stripes properly sloped at each end. At full written alternative plan shall be submitted to the Project Engineer Sheet J.02). 4. ) Complete the following construction activities: pavement removal. closure locations, Contractor shall provide enough Type III for approval a minimum of one (I) week prior to the proposed changes. 3. 1 Close Sycamore Street from US Hwy 6 to Deforest Avenue. grading, storm sewer, subdrain, subbase, PCC pavement, sidewalk Barricades to completely cross the road. 4. ) The Contractor shall maintain two-way traffic. including adequate and pedestrian ramp Installation. Coordinate with all public and private projects In the area at all area for turning movements thru the intersection median area 5. 1 Install permanent pavement markings and signing for Sycamore 10. Long term or permanent traffic control signs that conflict with times. The following is a list of known projects: during all construction activities. Street. specific layouts shown on these plans are to be covered as 5. ) Complete the following construction activities for Phase 2A: 6. ( Remove temporary traffic control and open to traffic. directed by the project engineer. A. ) Lower Muscatine Road Improvements. pavement removal, grading, water main, storm sewer, subdratn. B. ) 1st Avenue Railroad Underpass Project. subbase and PCC paving. Grading and storm sewer work also PHASE 6 - US HIGHWAY 6 OVERLAY & SHOULDER PAVING Sign washing shall be considered incidental to traffic control C. ) Mall First Addition - Lot 1. Includes work on the south side of US Highway 6 to allow for the 1. ) Install traffic control for the US Hwy 6 shoulder closures I and required as directed by the project engineer. Installation of the permanent traffic signal equipment. accordance with Iowa DOT Standard Road Plan TC-402. Coordinate with the City of Iowa City a minimum of two (2) weeks 6. ) install permanent traffic signal equipment (excluding handhole 48 2. ) Complete shoulder paving (surface course) for US Hwy 6. All construction signs shall be Oiamond Grade Fluorescent Orange prior to changes in the proposed traffic patterns. Contractor to and proposed pedestal pole located within the pedestrian refuge 3. 1 Install traffic control for the US Hwy 6 overlay paving in or White V.I.P. Sheeting or equivalent. (Iowa DOT Type VII notify residents with direct access to Sycamore Street about the area). accordance with Iowa DOT Standard Road Plans TC-482 and Sheeting) changes In traffic patterns throughout construction. 7. 1 Construct Sycamore Mall modular block retaining wall structure. TC-418. 8. 1 For PCC paving operations, install traffic control in accordance 4. ) Complete HMA overlay (surface course) US Hwy 6. The Contractor shall contact the City of Iowa City to remove PROJECT ACCESS: with Iowa DOT Road Plan TC-4I8 lane closure. 5. 1 Install traffic control for the US Hwy 6 shoulder closures in all permanent street signs conflicting with proposed The Contractor will have access to the project site from US Highway 6 9. ) install temporary 3:1 HMA fillet along edge of new PCC pavement. accordance with Iowa DOT Standard Road Plan TC-402. Improvements. The Contractor shall remove all other signs as and Sycamore Street throughout the construction of the project. 10. ) Install traffic control in accordance with Iowa DOT Standard 6. 1 Complete earth shoulder finishing and final surface restoratIon. determined by the engineer and they shall remain the property Road Plan TC-402 for the north US Hwy 6 shoulder closure. 7. ) Install permanent pavement markings and signing for US 6. of the respective owners. This work shall be considered STAGING AREA: 11. ) Complete the following construction activities for Phase 2B: 8. ) Remove temporary traffic control and open to traffic. Incidental to other work. The Contractor shall be allowed to stage material along Sycamore pavement removal, grading, subdrain. subbase, PCC paving, Street, as long as the material does not impede traffic or cause sidewalk and pedestrian ramp. ADDITIONAL NOTES: 14. The Contractor shall furnish and Install all permanent an unsafe situation. 12. ) For PCC paving operations. Install traffic control 1n accordance I. ) Contractor shall proceed with Phases 3-6 once the permanent road signs (City to provide street name signs) before the roadway Iowa DOT Road Plan TC-418 lane closure. traffic signal is operational. is reopened to traffic. The Contractor shall notify the City A temporary construction easement located on the Sycamore Mall 13. ) Install temporary 3:1 HMA fillet along edge of new PCC pavement. 2. ) Contractor will only be allowed a single temporary lane closure one (1) week prior to changes in traffic patterns. property may be used for access and staging. 14. ) Once permanent signal is operational, remove temporary traffic on US Hwy 6 (both directions) at a time. control and open Sycamore Street to traffic. ADVANCED PROJECT NOTIFICATION: The Contractor shall fabricate and install four (4) advance project PHASE 3A & 3B - US HIGHWAY 6 EB RiGHT TURN LANE notification signs. Two signs shall be placed along Sycamore Street 1. ) Install traffic control for the south US Hwy 6 shoulder closure • and two signs shall be placed along US Highway 6 to alert the public in accordance with Iowa DOT Standard Road Plan TC-402 (See of the upcoming road closures. Sheet J.04). PROJECT NO: 111002-00 DESIGNED BY: S. SOVERS NO DATE BY REVISION DESCRIPTION SHEET N PROJECT GATE: 06/30/2011 CHECKED BY: - 4 ��� US HIGHWAY 6 AND SYCAMORE STREET CAD DATE: 2/17/2012 1,28:AB PM DRAWN BY: li INTERSECTION IMPROVEMENTS US HIGHWAY 6 AND SYCAMORE STREET J.01 CAD FILE: X:\CR\IE\2011\it1002-DO\CAD\Plans\111002-00-JOi.ant CITY OF IOWA CITY,IOWA TRAFFIC CONTROL PLAN&STAGING NOTES .1111.0.0 f) at _ t �_� PHASE 2A & 2B DEFOREST AVE �. / TRAFFIC CONTROL LEGEND �.�� ,_wry�>t�W�IN • [( �U �� itio ' T TRAFFIC SIGN cHANNELIZING DEVICES: tiori TrTYPEIII BARRICADE • TRAFFICCONE— :7H:I � � SEQUENCINGARROW ♦ TUBULARMARKERI DIRECTION OF TRAFFIC Z- VERTICAL PANEL � X DRUM iii 0401 r -//IWORKAREAit. - - DETOUR ROUTE ORANGE SAFETY FENCE d C TYPE III BARRICADE )7 111601 lir I-1 0 ( ) ( J (—, LOq TYPE 111 BARRICADE CLOSURE`W/ORANGE SAFTEY FENCE BRRIGHTODETOURD & pliiio C ) =0= -C)-�1 C� ( ) (--_, ( ) ( ) C� ROAD rUO /I ///��/ /I CLOSED�// //I�// MI5 rorrc,0 1 1 6 /?ilii/ /?ilii/ /ilii?/ //..u•:�// 1 1 O O O 0 ��: l�.r : n� u u -1 + 001011, I .�. .�. _�. .�. _�. .�. -/ 0 111 - NI MP II \ 0 0 0 0 ' O SHOULDER O ROAD WORK ROAEND O O COADMI NMIW DROP WORK AKAD020-26SED US 648"X 24" 0N I.L__ , ( ) , ) T ) �J SYCA)IORE:36"X 18" R3-2 / I SPRUCEcOURTw8-9A W20-1 US 6�36"X 36" a:raUS 6�48 %4B" US fi�48X48"WSYCAAIORE�36"% 38" SYCAMORE 36"% 36" . -• AMORE:3"X36"..7. wI DETOUR DETOUR DETOURc•iLe2 ,� o —, :� N. I N / DETOUR NORTH NORTH NORTH E 3 y 3 �� I 0 0 i ], Lo cc I �� AHEAD SYCAMORE ST, SYCAMORE ST, [SYCAMORE ST (VON z ❑ o a I� L. SYCAMORE MALL US 6:48'8 46' .� t' -. .,,_, n Z_ - Q II — SYCAGORE:36"% 36" l 0 IL 0 IR r -} r �� } a+, -�I��„��I.-� I ......��� T1N ii DETOUR DETOUR ��' BROOKWOOa�IVE �J ►t�� �_&wmm=11 Irl I • I l I .___. Irk �� SOUTH SOUTH 1 y If I L� (SYCAMORE ST SYCAMORE ST r 0 0 IM 0 LL LR US HIGHWAY 6 f 0� 4D . US HIGHWAY -0. (1) PHASE 2B 6 O © (=:)1 op � IR FOR 9OLLOER a.on E o> E &c,vELY 0 0 L IR IL 1111111111111111111111444444, r - -n- o J 0 1111111111111111111111111% I Ulf All 111 1911.1 1111511111911111 1 --- /---i— --1___——1--- a 0 At 111, App 0 .....0446,♦ } \ I -i \ / )_I \ / T I )_I 1 -l_ 1 _I S 1 \1 i./ 1 / \ I \ I � i 1 W P 14 , o____ ill. II iI N .......Driit . iik. „„„,,, '',..N 4, N 1111 / .1_ . * As,I. :� PROJECT NO: 111002-00 DESIGNED 80: 5. SOVERS NO DATE BY REVISION DESCRIPTION US HIGHWAY 6 AND SYCAMORE STREET 5liF!I Na. CAD PROJECT , 2/ 06/30/2011 DRAWN 8Y: - �,G FOt Ii PHASE 2A&2B 005 DATE: 2/17/2012 1:28:52 PM\P DRavO Br: INTERSECTION IMPROVEMENTS STAGING AND TRAFFIC CONTROL J.02 CAO FILE: X:\CR\IE\2011\II1002-00\CAD\Pearn\11[002-00-J02.•ht CITY OF IOWA CITY,IOWA _ I ❑■ 1!! gli D DETOURMAP ■" :■ ° , ��� ■ �M �4 I ' `, . . a PHASE 2A & 2B ■ o ■,` , * ( ( `! 0 TRAFFIC CONTROL LEGEND 1111 D ■ --• � I , Q 4 -.- TRAFFIC SIGN CHANNEL'ZING DEVICES: c ' F II 1 /` TYPE III BARRICADE • TRAFFIC CONE . ' •, n H U 17 LII Y - Il` z' • G SEQUENCING ARROW • TUBULAR MARKER • _; • • c> DIRECTION OF TRAFFIC a VERTICAL PANEL ■� o ■ ■ �� - - C f``���1-1 I•�`Q C r/��/1 WORK AREA X DRUM �1� p ,� ��` �� O 0 ,t \ ORANGE SAFETY FENCE if •' ■,I :-tet I �' u - 7 _ • a - • DETOUR ROUTE u E6 . N I O ' , ' q TYPE III BARRICADE O • . I __ " L ° Cr CIL I \` OA TYPE III BARRICADE CLOSURE W/ORANGE SAFTEY FENCE BR w/ROAD CLOSED & &W' - u .i I' L 4 `` O 0 RIGHT DETOUR II I� n • _] , p 0 ROAD �, RDro CLOSED ■ — I I I � '� �` a ? //___// // CLOSED�// ///�// iHU fRKf[,� mis ■ II I i�I ESI Imo, I�// %/ N■ Ti1 �f o n ' f — :_ p G� 11-�I �../2''`` \\ /'S ` d, 2 %Q .L .1. J. .1. .1. .1. ��E • \ \ %cl'o ,c, ' I LL J _ ���/,.. ,.�. • `` •�1 O SHOULDER O ROAD ® END ® ROAD DROP WORK ROAD WORK j) CLOSED IS1 �.�.� DEFOREST AVE ,0,� 0 ZP n*\ OFF AHEM G20-2A AHEAD SYCAMORE:36"% 18" F I Pio�`� • //r� ` / US 6W-9X 48" US 6 W480'% 48^ US 6:36"X 36" US6� 48"WA. CJ \ SYCAMORE:36"X 36" SYCAMORE:36"X 36" SYCAMORE24"% 24" SYCAMOR .�% 36�.. 11 ....- CI ��I I I ��'/ 61) ' �`� / \, O DETOUR DETOUR DETOUR I j j` • II I ��I� 8 ` j1: DETOUR NORTH NORTH NORTH '� °0$4 d o q SYCAMORE ST (SYCAMORE ST SYCAMORE ST' E Pr NO 101/1* l o dlk l 1 DETOUR C‘ o o AHEAD W20.2 7 El o I or 0 0 0 0 US 6:a6"X 46" f �► v; �lr ° ° D ° o SYCAMORE:36"X 36" II r l� � lll N) ° ❑ I •�III I ° ° ° ° ° ) SYCAMORE STREET DETOUR DETOUR �V I I F '/III CLOSED a;l -ME [ /%Iil 0 0 0 0 0 o o \ .10 NORTH OF US HIGHWAY 6 SOUTH SOUTH y I/ M Qn FOLLOW DETOUR AT 1ST AVE SYCAMORE ST (SYCAMORE ST, 1 �� SPECIAL W � I , I �♦ �`L��L 00 1, s x 4 0' � - —► • ,� /iy �� `\ (BLACK LETTERS , ❑ D T + /ii J ON ORANGE BACKGROUND) O 0 ' , 75 /II SYCAMORE HALL O LL LR ❑ / LR K o ) ) '\..T. . BROOKW000 DRIVE �J / �,' . gm mg��Wu. a pilig ■ WMVP O $011100IS ° ° `e �\ it" ° Air . 0 ©7S© o //�ilk%�� 0 000 0 / . - Vln Or ©��m�� r HMAY g N\Ir O lilt D ° C o ❑ I PHASE 2B 1 �,. � ® O ,Doo 0.0 N. • 4 0 .1, . 0. 1111 n • �a i 11 lila i I g"... . 40.0.1.4- . ... .1 JI HD •ir(.* 'akip O ` • ` ♦� N . . II II k P I i II Ill I I IN .. I p r..,,.`•47,4* mmi *11111. ii .1:1-0. cnr]iiiii or I illg 41 Iii Inn soir•pp al El IP el I® i,_. �� ,�1 PROJECT NO: 111002-00 DESIGNED BY: S. SOVERS NO DATE BY REVISION DESCRIPTION -. PROJECT DATE: 06/30/2011 CHECKED BY: - IOtI1 US HIGHWAY 6 AND SYCAMORE STREETCAD DATE: 2/17/2012 I2B:53 PM DRAWN BY: - - ` INTERSECTION IMPROVEMENTS PHASE 2A&2B DETOUR MAP J 03 CAD FILE: X:\CR\IE\2011\111002-00\CAD\Plans\11[002 00-J03.sht N .CITY OF IOWA CITY,IOWA STAGING AND TRAFFIC CONTROL I w S O +Q; - PHASE 3A 11011 IIIIIla W ® I TRAFFIC CONTROL LEGEND . , Ia . . L~ II T TRAFFIC SIGN CHANNELIZING DEVICES: y w fIX ; Tr TYPE III BARRICADE • TRAFFIC CONE yl ❑ a ❑ ? II 1 r} SEQUENCING ARROW • TUBULAR MARKER 1 W � I� �� WORKCAIREpON OF TRAFFIC VERTICAL PANEL X DRUM fl U7CC ORANGE SAFETY FENCE - O -- -- - DETOUR ROUTE II 4111 x BROOKWOOD DRIVE } SYCAMORE MALL _ �' �akii__>.__m__IN�M/►�l_�WAi��MIN�IM�� N — C�? —� :... , -� �-'-__.._ 1''1 _ r- - ^.I 1..1.3 71 — — — �_� r r— — 12.5' c; ^' w--- 1 ❑ ill! ' �`^ ply Y 0 ❑ . .. O j,„„„,......- D r•-•,.)■ E ____IL_______________.0 E-• - 1 US HIGHWAY 6 C US HIGHWAY 6 � - Y Y ■ O l o� . . 0 o u 'rt 0 TYPE III BARRICADE 15'15 OA TYPE III BARRICADE CLOSURE W/ORANGE SAFTEY FENCEw/ROAD CLOSED & • ♦ BR RIGHT DETOUR %� ROAD 2,6.- .............. � ROAD 0.0SED , /////// // CLOSED // /////// TRW TO SJ, - n n L. L • M iiiiiii iiiiiii iii ed.,*ii /_ i - i .1. .1. .1. .1. .L i iii�ii E } ! 1 1 } 1 1 ! \ / l / 1 / 1 / 1 it t\ _ 1 1 1 S ! 1 ! 1 / \ O Q ROAD 0 END ( *--- O ROAD /111 SHOULDER WORK IDROP ROAD WORK CLOSED Lt\./ 1 / } / 2 / \ / 1L / ) / 1 1 1 1 l l \ 1 1 l \ ! \ / \ / OFF AHEAD 420-2A AHEAD U , US 6�40"X 24' J W8-9A W20-1 US 6�36'?% 36" W20-3 �-� - I I \ ? . SYCAMORE:36"X 16" " US I I - I LI J DETOUR DETOUR SYc DETOUR 24 46' C r I I I J SYCAMORE'36 %836" SYCAMORES 36 %836' SYCAMORE 3fi'X 36' 1 r- u DETOUR ■ ■ DETOUR NORTH NORTH NORTH SOUTH J ♦ AHEAD END ❑ ❑ 0 ❑ ❑ �' �` SYCAMORE ST SYCAMORE ST) SYCAMORE ST, DETOUR SYCAMORE ST, ❑ a W20.2 tom. f �► O 4(� US 6.48"% 48" SYCAMORE:36"X 36" 0 IL OI LLJ _ pa / DETOUR 0 lc) O _ - V r ♦ J SOUTH �I�N , . D - �-- (((SYCAMORE ST R3-8 SPECIA R4-7 _-- . -" O ` W1-4R 36"X 30" 24"%30" Wt-4L MI �� ` US 6:48"x 48" N O US 6:48"% 48" . I0 1 1 I \ 1 \_ I I I \ f f / 1 - } / `__� , 1 l \ SYCMIORE 36"% 36" O O SYCAMORE 36"%36" �� L R PROJECT N0: 11(002-00 DESIGNED BY: S. SOVERS NO DATE BY REVISION DESCRIPTION SHEET NO. PROJECT DATE: 06/30/2011 CHECKED BY: - _ US HIGHWAY 6 AND SYCAMORE STREET CAD DATE: 2/17/2012 1:28:54 PM DRAWN BY: - V INTERSECTION IMPROVEMENTS PHASE 3A J.04 CAD FILE: X:\CR\IE\2011\111002-00\CAD\Plans\111002-00-J04.sht CITY OF IOWA CITY,IOWA STAGING AND TRAFFIC CONTROL I— I - PHASE 3B . = --- 1-1 I W • \I\ TRAFFIC CONTROL LEGEND CC Q _ Ill— (j) T TRAFFIC SIGN CHANNEL[ZING DEVICES: - - TYPE III BARRICADE • TRAFFIC CONE I w y 1 ( i SEQUENCING ARROW • TUBULAR MARKER ❑ 0 ❑ I r' l� i DIRECTION OF TRAFFIC VERTICAL PANEL LTJ � / I ���� WORK AREA X DRUM n -1 _____Da_., r_ N I - _ ORANGE SAFETY FENCE r �_ DETOUR ROUTE �MMMIMINN■MMMMIN/IMMIWM1P'ALW/MMNMLIMVMMIMIRmmmawm..mwmimmimmmr•vSYCAMORE MALL N BROOKW00D DRIVEIiiiii -)T11 _. ` L e i ) 0 , ' ' 111 ' Q 12.5' 12 1•.5' ... ..17 .r_.r !PI ■ 1111. Ell 1J 1111 10 C } Lto --.1 0 ❑ - ".O III .11 F '- _ - US HIGHWAY 6 ©� US HIGHWAY 6 ��,,,,,,,,,,,,,,,, ,,,, m.,,,,,,,n.,,,,,...�r O o �� k x s , % .. O. of ©F -)� ` 1 USE IOWA OOT ROAD STANDARD TC-402 AND TC-418 i�.2 1 0 FOR SHOULDER CLOSURE WNW CLOSURE. RESPECTIVELY ❑ z- \ TYPE III BARRICADE 0BRTYPE III BARRICADE CLOSURE W/ORANGE SAFTEY FENCE w/ROAD CLOSED & RIGHT DETOUR %0 ROAD 2,6,- dr � 1 Ogroago ir - - -- _ F1 I I-I L 1 ///�// // CLOSED // ///�// rwu rwrrt;Q' 4 r lir ., f 1 J�' -L— —1 T- I 1 -- L , 15'15 .1- .I. 1 .1. J. J. /�. �./ otar( 0 'OLDER OO ROAD ® END 0 ROAD ����1-�� f '��5�-���������� O M O AHEAD cz0 za AHEAD WORK ROAD WORK CLOSED P I P 111 I II 0 FF 5 15 SYCAMORE 36"% 18" R3-2 _ Ill il . c W8-96 RE'36 US 636"X 36" RE'36 US 6:48"% 48" W20-1 US 6:46"X 48" W20-3 SYCAMORE 24'% 2{'. US 6'4B"%48" .111 11111111191 MI II al I MP SYCAMORE,36"X 36" SYCAMORE,36"X 36- SYCAMORES 36"406'.36., ODETOUR DETOUR DETOUR DETOUR it DETOUR NORTH NORTH NORTH AJ-E A9 END SOUTH SYCAMORE ST [SYCAMORE ST SYCAMORE ST DETOUR [SYCAMORE ST] 0 O W 48" 4111.1 f -. O US 620 X 48" SYCAMORE:36"x 36" 0 ll O[ IR LL Pci;] ____. ^ J / J ♦ DETOUR Q , O ♦ 15 . — SOUTH �prir \ I R3-B SPECIAL N ���� I1-�_ I O SYCAMORE ST W1-4R 36"X 30" 24'"X'730" W1-{L _ A \ lk O' `_ , \ r \ miliO, SYUS CAMORE 36"X836" O OSYCAMORE836"X836" allaU0011111N 0 LR PROJECT NO: 111002-00 DESIGNED BY: S. SOVERS NO DATE - BY REVISION DESCRIPTION- US HIGHWAY 6 ANO SYCAMORE STREET PROJECT DATE: 06/30/2011 CHECKED BY: - \ / iot Iii INTERSECTION IMPROVEMENTS PHASE 3B CAD DATE: 2/17/2012 1:28:55 PM DRAWN BY: - v STAGING AND TRAFFIC CONTROL `1'05 CAO FILE: X:\CR\IE\2011\111002-00\CAO\Plans\111002-00-J05.sht CITY OF IOWA CITY,IOWA I—� O 41W 1 PHASE 4 W \ TRAFFIC CONTROL LEGEND ■ W IF- ■ TRAFFIC SIGN CHANNELIZING DEVICES: W - ir UWI- � -V7 l* TYPE 11] BARRICADE • TRAFFIC CONE r , "R"I SEQUENCING ARROW • TUBULAR MARKER 0 I ' r __ H- D I I ..• SYCAMORE MALL c=> DIRECTION OF TRAFFIC 77 VERTICAL PANEL .. J 0- I W r////1 WORK AREA X DRUM - — • DETOUR ROUTE 1' 1 ORANGE SAFETY FENCE III ' 1 I I f Q BROOKW00D DRIVE r ■ Igo .1- in ,�-- 0 12.5 • `` Frl 0 r-'=1 3 0 —IP US HIGHWAY 6 Ftrli le vara Li •.�_�,, O © O .11.1"11.1.1111.1110 -,, 4 O I I - US HI G p 1 U55g IOWA DOT ROAD STANDARDTC-40 ANO TC-419 W 0' FOR SHOULDER CEOSURE ANO LANE CLOSU RESPECTIVELY H-'A Y 6 Sit TYPE III BARRICADE O 0TYPE II BARRICADE CLOSURE W/ORANGE SAFTEY FENCE R6/RODCSD & \BRIGHDETOUR ROAD :5:7 ROAD CLOSE. / ///// // CLOSED // /////// Zr /% %/ /_///1%/ / %/ //cAL... .// I eei1 1 :� — � e 1 1 4 I 4 4 .........,,,,,, -I- -I- 15 15'15 4 © HOULDER O WORK ROAD O END O O C OSED I / \ Oi I© #4 ,00,,,.....,„,../...„`. DROP OFF AHEAD 020-2A tt AHEAD \ / r \ / 0 `♦ r US 6:48"% 24" O I 1 N. . • MI SYCAMORE:36"X 18" 63.2 w8-9A 520-I 11111 US 6:36"X 36" :48" — - l44 US 6:48"X 48" US 6:48"X 48" SYCAMORE:24"X 24" US 6:48"X 48" SYCAMORE'36'x 36" SYCAMORE.36"X 36" SYCAMORE:36"X 36" Ilk DETOUR DETOUR DETOUR DETOUR U 4 t I.'*4,........,„,, `�` �� t 15 similli �� imm.ratilAKIO NORTH NORTH NORTH ENDSOUTH ' ♦ ♦ ;, (SYCAMORE ST) SYCAMORE ST SYCAMORE ST [DETOUR `SYCAMORE ST W20-2 0 Wilik ♦ ` i.,, /• US 6'48"X 48" f , , SYCAMORE:36"X 36" O , I ► , IL o IR 0 0 Ili 0 FDETOUR 09 . 4 / a SOUTH ' IoNLY IPIIIII11P1 EF SYCAMORE ST • R3-8 SPECIAL R4-7IIIII ill% N 51 4R 36"N 30" 24'Q% 30" W1-4L J r '�1 . !.. ! • I 11111 US O E8"X 48" US 6:48"x 48"SYCAMORE36"% J6' SYCAMORE:36"% J6" I ' wmia_! � �� i■ ►i LR ��N.r ■, y o ® .. .�1A� a 1 PROJECT N0: 111002-00 DESIGNED BY: S.SOVERS NO DATE BY REYISICN DESCRIPTION SHEET N PROJECT DATE: 06/30/2011 CFECKED BY: - US HIGHWAY 6 AND SYCAMORE STREET CAD DATE: 2/17/2012 1:28:57 PM DRAWN BY: INTERSECTION IMPROVEMENTS PHASE 4 J 06 s %:\CR\[E\2011\111002-00\CAO\Plans\11[002-00_J06sht 1 v I " t CITY OF IOWA CITY,IOWA STAGING AND TRAFFIC CONTROL q • L L V � �� ill 0 0 0 0 0 �� li �° DETOUR MAP 1, 1:1 �- __----/-- ----/%41(. �' ' 6 , PHASE 4 .f -I ..-: i � ,ife . O ° D �o .�� TRAFFIC CONTROL LEGEND �,`,--.) y ,,, ,,' �\ o �J' T TRAFFIC SIGN CHANNEL IZING DEVICES: D '410 PA`* Oi `♦ !,� o • < Tr TYPE III BARRICADE • TRAFFIC CONE ° ° N V °,, ° EDT SEQUENCING ARROW • TUBULAR MARKER s�� 0 . \� / 0 00 °° ,� c> DIRECTION OF TRAFFIC 17 VERTICAL PANEL Q * p �p�° . %o r///A WORK AREA X DRUM ° E �:o' MIP :- '� ORANGE SAFETY FENCE II O , — . - DETOUR ROUTE ii, ag 1 I loofa■ • ' /�,, 't &yiA L •'•I Ph; -%44 ; %4 #11 .i, . ! F O DETOUR DETOUR DETOUR ° ,-= \�'A r 4'\1.--1-12- 1 .4 . /`/ O H DETOUR SOUTH SOUTH SOUTH ti) ° '� �� ��\ illiVi AHEAD (SYCAMORE ST `SYCAMORE ST] (SYCAMORE ST, ■ ■ moi _ - MP 4,7• \, „�` RJ-2 W20 2 L71001 ��� �,--', �' I SYCAMORE624"x62.' SYCAMORE 36"%836" , US63US 4V X 0 ir ” 1101M1 ik i .4# I ir ili bi 11;\\It ! a �+-$,moi ° o° 1. ■I BI r I I-11 F. O O • SYCAMORE STREET SOUTH fTl I'' —_!_!—!� `� ° I i 1 ■ I LE \ .� O OO O� END NO LEFT TURN ! `■', - -%moi .t_, I- ■i-. I r ' � ;N� / � O FOLLOW DETOUR AT _ �1�; . ■ 1 1 I a ■ ._ o . ��i \ O O O DETOUR -�J • w r r 4 �► '� --111 ' I t :/ O O LAKESIDE DR —':.. - . _ ° ❑ �° 0 I-, i►=I ■ 06:2°- O 0 SPECIAL :'7 i r i ° 1 10 r ❑a .7,, 1'_ I a>* ii ,!j'N�,�• O 60" x 40" �_; i o ° °° \�!_��' �� r+� ��� -I L■ .■ I-' (� ‘f�-''-.\ J� (BLACK LETTERS % 1 I f I�_I�� mo i i ,111 i i • I.� • ■ I it IIt� ` w �; � �,; ON ORANGE OBACKGROUND) _ 76 iii ii ° �" ° ° 1-1 -1 I-I o°° �-I 1 I.° •\ .sem, 1�/ ,. 4: 1 ° i.r: i:`■:i■�: : r: 1�it -�• �� I-1 1'1 —��! �' <::::> `i•'\�� t�49 l `\\� �/ Q ,,;›, - _mill �� .4'��* *' I •/- � y� ° o , `•\ � rr 4r• I a . s'N.N/ , 7... •146: / ■ yrs. o ° fr°0 . ■ a �/��1���:--- _:—'—i��— ��_� I_i_�—I �'/ �`♦ �j off, \.��. \I. O e i. / ' r 1.1 ■ • joir6410400,c-NI. Illoptics)..,, ,4/,/. / r ,Li c ),,, ,,k., /,:„,, of N ,, , . . 0 .. . ' *• e V 'f',.., 4,„ ' 4IF 71a 0.„, a 0 _.,,- rip # •• • #4 ° t 0'N.",NN ' '-, 4/1/ Alk N;\\\N IIV ' lia /NY J �`r ilir (.---i i j` / JS ,.//,. ,„ ` 00 CI I('i. o I i a ° At IIII IN r r jr 74;# mow;. .� ♦ \_ 10 ° O "ti . it . • • • _ _ L , . �, ° \\ LAKEs10E oR)v¢ !fif i r .: iii V 11 m 0 i t�Y� ,.;''�7 t`� - �� . , � � � �' ' 'a fi =n 4; lae :�_IIQ n Ia.' °,■' '�+ ° r1 ,.I `gi c _ ___ ___ _ �>. ,rte �T ° l iI ll IC* • [a 0 o ❑per -I I ° ' I-1 A. LI ■" rljIv PI -;..-........-g._*, ,i� ,i .. { rte''; ,i. +0 L1. LI— ° r .-1. i ' a / X ;- ' s 1 !��i' PROJECT N0: 111002-00 DESIGNED BY: S. BUYERS NO GATE BY REVISION DESCRIPTION SHEET NO. PROJECT DATE: 06/30/2011 CHECKED BY: - \4/ Foth US HIGHWAY 6 AND SYCAMORE STREET CAD DATE: 2/17/2012 1:28:58 PM DRAWN BY: - `/ INTERSECTION IMPROVEMENTS PHASE 4 DETOUR MAP J.07 CAD FILE: X:\CR\IE\2011\111002-00\CAD\Piens\111002-00-J07.sht CITY OF IOWA CITY,IOWA STAGING AND TRAFFIC CONTROL 1- O p , PHASE 5A W1 TRAFFIC CONTROL LEGEND = - -- -- . Lel ° - I— I — TRAFFIC SIGN CHANNELIZING DEVICES: W -ter- TYPE III BARRICADE • TRAFFIC CONE • W ft ® SEQUENCING ARROW • TUBULAR MARKER ❑ 1 cn ♦ SYCAMORE MALL DIRECTION OF TRAFFIC : VERTICAL PANEL • I r////) WORK AREA X DRUM -L- '-IIX „r--"--NN, ORANGE SAFETY FENCE ' 0 • - - DETOUR ROUTE 1 -1 it----E \ , 1------- r =j w a • BROOKW00D DRIVE ♦ I N O L r---- -_; 1U 1111 -, 12.5' r . U 0 /t I C7 -1 9 ♦ -;:, _ In , H US HIGHWAY 6 . -▪ - -.II. I 'It , D a US HIGH�/A v O • OD *y1 FOR SHOULDERDCLOSURE ANONLLANE CLOSURE. RESPECTIVELY �'1 / Oki TYPE III BARRICADE 0 OA TYPE III BARRICADE CLOSURE W/ORANGE SAFTEY FENCEw/ROAD CLOSED & 1 \ BR RIGHT DETOUR 35 ROAD 45: /1040 0.0SE. /ArArAFAIPAF/ // CLOSED 1// /Al�AI/ - IMU 7RMFI ,6- / /// / /1///%/ ir. 41F / //C4LI 1// I L— 15• ,5 1 4 4 A*/1 lel / `` ©SHOULDER O ROAD O END © ROAD I 1 , O `♦ 9 it DROP WORK ROAD WORK CLOSED AHEAD AHEAD \ ! \ / OFF US 6:48'5 24 O I [ • SYCAMORE-36”% 18" R3-2 W8-9A W20-1 US 6:36"X 36" 820-3 iilop 0 ais L_____E ? 14 .11 US 6.48"X 48" US 6:48"X 46" SYCAMORE.24"X 24" US 6:46"X 48" SYCAMORE:36"X 36" SVCAMORE:36"% 36" SrCOMORE•36"X 36" ♦ O DETOUR DETOUR DETOUR DETOUR Li4 tk ``�/1": *cp....Nu -_. 4}.1:4 ,-.Soit �� DETOUR NORTH NORTH NORTH END SOUTH F- SYCAMORE ST [SYCAMORE ST) SYCAMORE ST) DETOUR (SYCAMORE ST) v' 001111111==1111111% QLU 0 ' W20-2 0 ` '• SYCUS 6748"X AMORE.36"x836" [ i] V! ■011 O ,,. 1101Ik A . IL 0 IR LL Lu 440 DETOUR COP 0 Q °IP° 0 4 SOUTH - „IF I // J 0 1111 Ir f Q Uall, IPI10:41.1 / [SYCAMORE ST 83-8 SPECIALR4-7 R4-7 , N 36"W1-417 w1-4L x 30'• 2a"x 30" za'x 30" 11 � r . .III .' ' '- 05 O E' X 48•' O O US 6R 46••X 48" O , V• -_ SYCAMORE�36"X 36" SYCANORE:36-X 36" _ _ �!������� �'iso • � \',/ LR N. ......" -► A PROJECT NO: 111002-00 DESIGNED BY: S. SOVERS NO DATE BY REVISION DESCRIPTION HIGHWAY 6 AND SYCAMORE STREET S1,EFT N[;. PROJECT OATEI 06/30/2011 CHECKED BY: - PHASE 5A CAD DATE: 2/17/2012 1:29:00 PM DRAWN BY: - eFoth INTERSECTION IMPROVEMENTS J.08 CAD FILE: X:\CR\IE\2011\IIID02-00\CAD\Plan,\111002-00-J08.fht vCITY OF IOWA CITY,IOWA STAGING AND TRAFFIC CONTROL I-.__� 0-.--- r PHASE 5B W © TRAFFIC CONTROL LEGEND \--- ______I '-i--- w • T TRAFFIC SIGN CHANNEL IZING DEVICES: 1Cr TYPE Ill BARRICADE • TRAFFIC CONE [_ LtJ W 1 SEQUENCING ARROW • TUBULAR MARKER ❑ Q ❑ W • DIRECTION OF TRAFFIC VERTICAL PANEL I I. Ld • r���A WORK AREA11111.1 X DRUM n Z-- ^ (.f)_______, CL ORANGE SAFETY FENCE 0 DETOUR RDUTE _r �_ I Q • CD BROOKWOOD DRI > • SYCAMORE MALL �, ....... 0 .11,��U • • �_ I N , /:.1 1 a -.---1_-_ __r--.-- ________ —.- __,_____- 1,---- r rl.J l_J --L__r- O 12.5• : 1 0 ° 0 T �; i • ..,._ �o X o � E � F .7. US HIGHWAY 6 US HIGHWAY 6 --__ - USE IOWA DOT ROAD STANDARD TC-402 AND TC-418 I 1` O \ FOR SHOULDER CLOSURE AND LANE CLOSURE. RESPECTIVELY a I\I. 0 ° Li 1i ' TYPE 111 BARRICADE 515' '4S1 OA TYPE III BARRICADE CLOSURE W/ORANGE SAF TEY FENCE BR w/ROADRIGHTDETOCLOSEDUR & 55- ROAD ,6, ww0 CLOSE: n I ///��/ /� CLOSED I// ///�// ;O, 1WO rRrrc,Q= / / // /// // // / /////// - 1 _1 — n__ I I -� ` 1 E .�_ ) t 1 I l I 5 / 1 I \ 1 1 7 \ / 1 / \ 1 f l 11 I L ! 1 O ©SHOULDER © ROAD O END 0t...c10 ROM 0 WORK ROAD WORKCLOSED / 1 ! 1 / / \ I I / 3 1 1 I 1 / 1 / \ / 1 1 1 / 1 / 1 / 1� ' DROP AHEADAHEAD COIOFF US 6:48 X 24" L. _I L -_ I I \ ` lieu( W8-9A W20-1 US SYCAMORE 36"% IB" W20-3 US 6:48"%48" US 6'48"X 48" SYCAMORES6 24"% 24" US 6:46"%48" iI U I t— I -r-- SYCAMORE:36"% 36" SYCAMORE 36 x 36' SYCMIORE36"X 36" LS . DETOUR DETOUR FDETOURF DETOUR O0 ' O DETOUR NORTH NORTH NORTH€AD , END SOUTH LI 0 0 ❑ 0 y SYCAMORE ST SYCAMORE ST SYCAMORE ST DETOUR SYCAMORE ST) O US 620-2 48"X 48" ` t © 4 SYCAMORE:36"X 36" a IL 0 IR 0 // DETOUR Q � ' AltIMMIIIIIMMW/1. 1MIIIMIMIIIMINIMINIMIIIIINSIIMMIIV/1 /111Vaiiiiii._ill 111 N � O 4 r SYCAMSOUTHORE ST W1 4R R36 X30 l�P Trirj R rp 1011-- eir yin el pli .- .-1 1 ar iir f 24'X 30" qt-IL - \ , I I SYCAMORES 36'X 36" O O SYCAMORE:36"X636,. ���lll 11 I \ I \ �� :I , LR PROJECT NO: 111002-00 DESIGNED BY: S. BONERS NO DATE BY REVISION DESCRIPTION - F°t US HIGHWAY 6 AND SYCAMORE STREET PROJECT DATE: 06/30/2011 CHECKED BY: - PHASE 56 CAD GATE: 2/17/2012 1:29:01 PM DRAWN 80: 11 INTERSECTION IMPROVEMENTS J.09 CAD FILE: X:\CR\IE\2011\111002-00\CAD\Plane\I 11002-00-J09.,Ht 41) CITY OF IOWA CITY,IOWA STAGING AND TRAFFIC CONTROL . o r • I I I■ 1111 1 Ile\ ' PHASE 6 ■• TRAFFIC CONTROL LEGEND W If O r I I T TRAFFIC SIGN CHANNEL IZ[NG DEVICES: 1 -TT TYPE III BARRICADE III L X TRAFFIC DRUM DIRECTION OF TRAFFIC . VERTICAL PANEL OR I 42" TUBULAR MARKER / L PHASE 6 HMA OVERLAY mg IIHMA RUNOUT O ROAD ® END WORK ROAD WORK i AHEAD r• G20-2A L 1 I ' 10" PCC W/ 4" OVERLAY us 6:48-x za' SYCAIA(1Rf 35"x a" W20-1 If US 6:48-%48" r - SYCAMORES 36"x 36" (IROOKWOOD DRIVE :. _ I---__ _A7�—_—I-_. _-_ - O 1 C] r..-,a CA -ri 11. in 11111 Il IIIP le o N .0-- ===1111111111.1111r1111.11.11111111111V111, US HIGHWAY 6 `.� - u,,,,, ,.��': �.�. ,, a .r.,, US H D!I --— 1-1..:k ‘41% USEEIOWA DOT ROAD STANDARD TC-402 TC-418 O AND TC-482 FOR HMA CONSTRUCTION ACTIVITIES`. ❑ .z_ 9 \.i n __F-I____ 11 L 4 4 --1- 1 i --, F' I I ,- ' N.-I Lr---- Wvs . I I \ I \ I \ 11 I \ I l I I / \ .1 HOLLY61V0 u► ` \ `. l \ 1 \ 1 1 1 \ / \ l 1 I l \ l ■ _3 111 D 74144•444144 I r I - U lIlltll oT r 4 ,,41444N,.,,,4 •it. N -. IA iliAll PROJECT N0: 111002-00 DESIGNED BY: S. SOYERS NO DATE BY REVISION DESCRIPTION '1'jj1 �` ' PROJECT DATE: 06/30/2011 CHECKED BY: - eFoth 1 US HIGHWAY 6 AND SYCAMORE STREET PHASE 6 CAD DATE: 2/17/2012 1:29:03 PM DRAWN BY: - - INTERSECTION IMPROVEMENTS J.10 CAD FILE: X:\CR\IE\2011\111002-00\CAD\Plane\1 11002-00_J IO.ent - i v CITY OF IOWA CITY,IOWA STAGING AND TRAFFIC CONTROL 0 0 0 0 0 0 �� - C _��"- O 0 LJ O O O U 17.1'3(FACING NORTH) :,.::'�,. + + ++ + + 36"x '2" �••� •-• ^y N N [1;)7'1.11(FACING SOUTH) N N (\i N N N R6-1L 36"x 12" REMOVE ANO REINSTALL SPEED EXISTING SIGNS FROM 41:241 IMIT STA.221.70 TEX.SIGNAL POLE) - (PAGING FAST) + 4. R2 1 1 .. '.. • O 14 1111111111111NW-___ ___ • .. _-__ - ® OM7-2 _1 110"x-2 CI N. N10.11111111111111 0 20 REMOVE AND REINSTALL W NOT F� -- ANIL`� E%IS SING 221-70 LE) ( I ENTER (E%.SIGNAL POLE) R5-1 0 0 0 O • + + + 0 0 CP7 Tr Lf I 0 bp, N N N N ^ -r.0 _ i 1 . -_ N O i co Ns\'INIVI ® - \ y I I _ 111117111111111111k..:. ® I I - -- I dimik.wimmmillimmosimm, ... ' . .. _. , . . .., . _ . . . ,_ ' .9INIL .. ill 71 ELW4 � 111/110- C 1.; LV7 (FACING NORTH) — R6-1L R4_7 LEGEND 36"% i 24"x 30' (PAGING S0UTH1 N R6-1R • 4 BROKEN CENTERLINE (YELLOW) 'I DOUBLE CENTERLINE (YELLOW) (C)LANE DROP (WHITE) 36"% 12•' • • A/` I SPEED •• • — IPP -- BROKEN LANE LINE (WHITE) CODOUBLE DOTTED LINE (YELLOW) NO PASSING ZONE LINE (YELLOW) LIMIT • 4OI CROSSWALK BAR (WHITE) ID DOTTED LINE (WHITE) ® STOP LINE (WHITE) IFAGNG EAST) GMI_z R2-1 ® 8'Xia 1 CHANNEL LINE (WHITE) DOTTED LINE (YELLOW) ® SOLID LANE LINE (WHITE) 1 24"x 30" 0 20 REMOVE ANO REINSTALL FEET I la CHANNEL!ZING LINE (YELLOW) 1D EDGE LINE RIGHT (WHITE) YIELD LINE (WHITE) ExISTING SIGNS FROM STA 222.51 CROSSWALK LINE (WHITE) ® EDGE LINE LEFT (YELLOW) PROJECT NO: 111002-00 DESIGNED BY: S. SOBERS NO DATE BY _ REVISION DESCRIPTION SHE(I ND. PROJECT DATE: 06/30/2011 CHECKED BY: - _ Foth US HIGHWAY 6 IONAND SYCAMORE STREET SYCAMORE ROAD AND HIGHWAY 6 CAD O GATE: 06/0 10:40:58 AM DRAWNCHECK BY: - - INTERSECTION IMPROVEMENTS K.01 CAO FILE: X:\CR\IE\2011\111002-00\CAD\Plane\111002-DO_1(0141lt v CITY OF IOWA CITY,IOWA PAVEMENT MARKING AND TRAFFIC SIGNING W 4 ;'� o . o 0 L❑ 0 0 + co REMOVE Qr 0 ^' EXISTNG SIGN FROM N N - . �4 1 IA, STA 116.00 ry i III 1■I O U O L 30"X30" c Ai N__ _.1... el\ iGD ID it; N SYCAMORE ST CD QED\ CLW. 222+08 1 I 1 1 I 1 1 I I I I I I I I I I I I I .14I 1 1 1 1 I I AC. CID ® in cr o - ul o I I_1 *, IM - . R 11•x= LEGEND - _ n I-i w— LI I Irk BROKEN CENTERLINE (YELLOW) ' DOUBLE CENTERLINE (YELLOW) 'i,LANE DROP (WHITE) r iV - � '0 �� t9Z CD BROKEN LANE LINE (WHITE) DOUBLE DOTTED LINE (YELLOW) PNO PASSING ZONE LINE (YELLOW) I h a I I w)CROSSWALK BAR (WHITE) DOTTED LINE (WHITE) ® STOP LINE (WHITE) I I — •u I v f'T"1 223*DO CMWB CHANNELIZING LINE (WHITE) CD DOTTED LINE (YELLOW) ® SOLID LANE LINE (WHITE) I U 4T-.....,( D FEET �Dort, CHANNELIZING LINE (YELLOW) 1:1;)EDGE LINE RIGHT (WHITE) ® YIELD LINE (WHITE) I I ' J ' CROSSWALK LINE (WHITE) ® -EDGE LINE LEFT (YELLOW) I I_ -) If O 0 0 0 0 0 + + + + + + N r) U) N 00 O O 0 0 0 0 O 0 0 0 0 0 CD CD CD CD C0 CD 0 0 N 4112, SYCAMORE ST I I 1 I i 1 1 I I I I I I 1 I 1 1 Z I I I ® `r N o 11 i----1 \ REMOVE AND REINSTALL EZ15TNG WAS FROM STA.6003.48. \\\1 FANO 6001.57.6003.74 a [////////////7//////I NO REMOvE ,ND RENS'AL, • 0sMU�-_ SPEED ANY Ex6nNC. SIGNS FROM w11-9 LIMIT TIME STA 6002.40 30'% 30- R7-I'2' X la 0 2 !://// 24"X JO" / REMOVE AND RENSTAL. _ 4�� � . • STOP ' EXISTNG SIGNS FROv / STA.6001.50 , . . r /"C40. i i . b`4 \ / II At R1-1 N-00 Z E0A X ELW4 REMOVE AND REINSTALL EXISTING SIGNS FROM 5TA.6007.88 0 20 A FEET PROJECT NO: 111002-00 DESIGNED BY: S. SOVERS NO DATE BY REVISION DESCRIPTION ¶IE NO PROJECT DATE: 06/30/2011 CHECKED BY: - Fot � US HIGHWAY 6 AND SYCAMORE STREET SYCAMORE ROAD AND HIGHWAY 6 CAD DATE: 2/17/2012 10:40:59 AM DRAWN BY: - INTERSECTION IMPROVEMENTS K.02 CAD FILE: XACR\1E\2011\111002-00\CAOWIena\111002-00-K02.eht v CITY OF IOWA CITY,IOWA PAVEMENT MARKING AND TRAFFIC SIGNING II - !V - ' C:=) Q N .a-' 2 -T1 m 0 0 0 0 0 c; -+C, �' ow 0 0 0 0 0r� + + + + + `rn CD N CO Q' O J-w- .-. Ca I.N (1L- Ni N Si N -'7. • (V STA. 216+10.00. 39.00' LT STA. 217+10.00 39.00' LT ENO HMA OVERLAY RUNOUT BEGIN RMA OVERLAY RUNOUT 10" PCC W/ W8 US HIGHWAY 6 • " OVERLAY O. rs 010) • / /, t� � TRANSITION o . O_ ^'Q BT-3 (TYP.) N If AI a PCC " 7 -' -.-,�r»>•.�:•- ,�9Trl/ ,:+�¢7�: - • 9'7x1 /., - - - - '14 - HiMATCH EXISTING CO JOINTS Q. IY4A. OVE 9L A EB US HIGHWAY 6 11 MATCH EXISTING CO JOINTS PCC BT-3 (TIP.) + 10.0' o� 0 2.2:1 I-.--- 00ZZt ail or 10,1 TAPER - -- - _ - �2� STA. 216.10.00. 39.00' RT STA. 217.10.00. 39.00' RT + = U1��/ END HMA OVERLAY RUNOUT BEGIN HMA OVERLAY RUNOUTSTA. 217+90.00 47.00' RT TAPER CURB -'...1..\-END PAVED SHOULDER TO 6" � - EDGE OF PAVEMENT I '� vl FG ELEV.= 737.02T STA. 218.70.00, 47.00' RT I O +75 BEGIN 10:1 TAPER, CURB STA. 219+40.00. 54.00' RT STA. 221+44.22, 99.00' RT (ML) 11:FG ELEID 736.482 I /END 10:1 TAPER STA. 121+18.25. 67.50' LT (SRIFG ELEV.= 735.512 CENTER OF 45' RADIUS ies PT FG ELEV.= 731.18 STA, 121+93.25. 67,90' LT (SR) 11 EDGE OF9PAVEMENT2.D0' LTlh PT FG ELEV.= 730.56 I /BEGIN 45' RADIUS FG ELEV.= 735.97 , PT FG ELEv.= 730.49 / ,1FG ELEV.. 731.99 © __ .�FGA. EV. 7 6. 15.00' LTi• - 0 STA. 221*89.22. 99.40' RT (4L) FG ELEV.. 736.06* - 2 STA. 121+48.25. 22.50' LT (SRI END 45' RADIUS Q FTA. E 1+77.17. 5.00' RT FG ELEV.= 731.392 STA. 221+51.59. 100.65' RT IL)FG ELEV.= 730.64 STA. 121+46.66. 60.12' LT (SR) STA. 221*91.27, 5.00' RT CENTER OF 31' RADIUS O STA. 217+90.00, 39.00' RT .0 FG ELEV.= 731.102 FG ELEV.= 737.262 STA. 221+94.27, € 111 STA. 221+89.05, 118.02' RT (ML) STA. 217.10.00. 15.00' RT 1 FG ELEV.= 731.01* STA. 121.29.63. 22.50' RT (SR) FG ELEV.' 737.582 ® STA. 221*91.27, 16.99' LT EDGE OF PAVEMENT. MATCH EXISITING O STA. 217+10.00. 13.00' RT FG ELEV.= 731.32* FG ELEV.= 730.882 EDGE OF PAVEMENT wSTA. 221+77.21. 16.83' LT ¢ FG ELEV.= 737.54* FG ELEV.= 731.802 I- (/1 00+j z I 6 STA. 217+30.00, 13.00' RT STA. 221*77.17. 15.00' LT W O BEGIN 10:1 TAPER 1 FG ELEV.= 731.77* o EDGE OF PAVEMENT I STA. 221+77.17. 6.00' LT T FG ELEV.= 737.552 FG ELEV.= 731.39 ,- 7 STA. 219+00.47, 15.00' RT ® STA. 221+65 00. 8.00' LT /'''' rn ��� w FG ELEV.= 736.352 - _ EDGE OF 2' RADIUS © STA. 219.00.47. 9.02' R7 FG ELEV.= 731.53 90'23'13.37" 89"36'46.63" `I� FG ELEV.= 736.30* STA. 221+65.00. 12.00' LT NOTES: O ( \\ STA. 219+40.65. 5.00' RT EDGE OF 2' RADIUS ALL ELEVATIONS ARE FORM GRADE OR TOP OF FG ELEV.= 735.68* FG ELEV.' 731.89 SLAB UNLESS NOTED OTHERWISE. gSTA. 219+40.00. 8.00' LT US HIGHWAY 6 CONTRACTOR TO VERIFY TIE-IN ELEVATIONS. 0 20 EDGE OF PAVEMENT FG ELEV.. 735.42 STA. 222+07.87 (US HIGHWAY 6) = NOTIFY ENGINEER IF ELEVATIONS ARE FjFEET ' STA. 6000+00.00 (SYCAMORE NORTH) DIFFERENT THAN SHOWN. TYPICAL TRANSVERSE "CO" JOINT SPACING IS 15'. PROJECT NO: 111002-00 DESIGNED 8Y: S. SOVERS mlEMIIII REVISION DESCRIPTION US HIGHWAY 6 AND SYCAMORE STREET SHEET NO. ' PROJECT DATE: 06/30/2011 CHECKED BY: - --- US HIGHWAY 6 CAO DATE: 2/17/2012 10:41:49 AM DRAWN BY: --_ CAO FILE: x:\cR\IE\2011\111002-00\CAD\Pwins\11!002-00_LOI.fNt ��� FCit INTERSECTION IMPROVEMENTS L.01 v CITY OF IOWA CITY,IOWA JOINTING,GEOMETRIC&STAKING LAYOUT /L............. Ilk N i .� - ...IIl , 0.7 _-{f� 0 ;; Fri O O CD 0 40 N N N NN N N r) O N N STA. 227.18.00 39.00' LT - - -'m _ - BEGIN HMA OVERLAY RUNOUT STA, 228+18.00 39,00' LT END HMA OVERLAY RUNOUT WB US HIGHWAY 6 • il , 0r- -� MATCH EXISTING CD JOINTS ial° 'T��� eG�f� .q_ PCC - G�f:� - le a UNIFORM a 'i': Q N 'AN /N n c EB US HIGHWAY 6 111141I 03 - - - 11 lit I I 1111111114.111111. .f,, li - , STA. 227+18.00 39.00' RT Q BEGIN HMA OVERLAY RUNOUT -- - f� - - aZI STA.END HMA OVERLAY 3RUNOUT 9.00' TT +54.75 STA. 222+69.43. 76.00' RT (ML) STA. 222+34.05, 118.42' RT (ML) STA. 222+43.97. 12.00' LT STA. 226+98.00. 13.00' LT STA- 222+12.60 (US HIGHWAY 6) STA. 121.72.36. 57.50' RT (SRI © STA. 121+29.63. 22.50' RT (SRI 0 EDGE OF PAVEMENT END (Oil TAPER STA. (22+47.85 (SYCAMORE SOUTH) CENTER OF 35' RADIUS EDGE OF PAVEMENT. MATCH EXISTING FG ELEV.= 730.09 FG ELEV.= 718.811 m (/ PT FG ELEV.= 730.23 FG ELEV. = 730.80± 1h PT FG ELEV.= 729.94 10 STA. 222+43.97. 6.00' LT ® STA. 227+18.00. 13.00' LT US HIGHWAY 6 3/ PT FG ELEV.= 729.63 STA. 222+34.43, 75.69' RT (ML) EDGE OF PAVEMENT FG ELEV.= 718.381 v STA. 121+72.36. 22.50' RT (SRI FG ELEV.= 729.97 © STA, 227+18,00, 15,00' LT 'O v BEGIN 35' RADIUS STA. 222+57.93, 6.00' LT FG ELEV.= 718.441 FG ELEV. = 730.54 11 EDGE OF PAVEMENT STA. 2241 . STA. 222+69.43, 41.00' RT (MLI FG ELEV.= 729.77 ® FE, ELEV.=87.72481715.00' LT 89°29'34.41" 90°30'25.59" +18.75 STA. 122+07.36, 57.19' RT (SR) STA. 222+57.93, 12.00' LT ® STA. 224*87.19, 11.49' LT EDGE OF PAVEMENT, END 35' RADIUS 1 FG ELEV.= 724.09: TA. /+97.11 FG ELEV. = 729.321 EDGE OF PAVEMENT 1- 1 MODULA- : /M FG ELEV.= 729.89 w W RETAINING WALL STA, 222+69.43, 39.00' RT (ML) STA, 2Z2+94.93, 12.00' LT q STA. 224+22.49, 5.00' LT W TOP OF WALL ELEV.= 734.50 Q4 13 FG ELEV.= 725.591 _ _ _ _ STA. 122+09.36. 57.17' RT (SRI EDGE OF 3' RADIUS �^ CC +95.69 - EDGE OF PAVEMENT FG ELEV.= 729.02 ® STA. 223+06.02. 5.00' LT �: cn e. FG ELEV.= 729.401 FG ELEV.= 728.641 0 STA. 222+94.93, 6.00' LT a W _. STA. 222+62.81, 12.00' RT 14 EDGE OF 3' RADIUS STA, 223+06.02. 15.00' LT c: • Q '' FG ELEV.= 728.82± N N 0 EDGEE, E OF 2' RADIUS.54FG ELEV.= 728.94 STA. 222+48.08. 15.00' LT �f 0 m , FG ELEV.= 729.54 X A FTA. EV.. 7 0.4 15.00' RT FG ELEV.= 730.161 `'' • V � TI © STA, 222+62.81, 8.00' RT � FG ELEV.. 730.11: Y STA. 121+82.00 EDGE OF 2' RADIUS STA. 222+48.10. 16.92' LT STA. 224+88.00. 15.00' RT (n :EGIN MO.UL • :L. K FG ELEV.= 729.39 I6 FG ELEV.= 730.181 NOTES: RETAINING MALL FG ELEV.= 724.321 I STA, 222+40.93, 6.00' LT STA. 222+30.39, 16.93' LT ALL ELEVATIONS ARE FORM GRADE OR TOP OF TOP OF WALL ELEV.= 734.50 07 STA. 224+88.00, 12,00' RT ® SLAB UNLESS NOTED OTHERWISE. EDGE OF 3' RADIUS © FG ELEV.= 730.581 FG ELEV.= 730.16 EDGE OF PAVEMENT TA. (20+77,69 FG ELEV.= 724.23 ,, STA. 222+30.39, CONTRACTOR TO VERIFY TIE-IN ELEVATIONS. 0 20 BEGIN SIDEWALK 8 STA. 222+40.93. 12.00' LT STA, 224+88.00. 8.00' RT FG ELEV.= 730.321 NOTIFY ENGINEER IF ELEVATIONS ARE FEET EDGE OF 3' RADIUS 18 DIFFERENT THAN SHOWN. FG ELEV.= 730.26 EDGE OF PAVEMENT FG ELEV.= 723.49 TYPICAL TRANSVERSE "CD" JOINT SPACING IS 15'. I PROJECT NO: 111002-00 DESIGNEDCKED - SOVERS MIII Sm REVISION DESCRIPTION Foth US HIGHWAY 6 AND SYCAMORE STREET SHEET NO. ' PROJECT DATE: 06/70/2011 CHECKED BY: - �-_ US HIGHWAY 6 CAD DATE: 2/17/2012 10:41:50 AM DRAWN BY: - -_ INTERSECTION IMPROVEMENTS L.02 CAO FILE: X:\CR\IE\2011\!11002-00\CAD\Plane\!1!002 00_L02.ent == 9 CITY OF IOWA CITY,IOWA JOINTING,GEOMETRIC&STAKING LAYOUT • - © STA. 6000.41.55, 95.77' RT (ML) O STA. 6000.88.48, 12.50' LT ML) NOTES: y- % STA. 223.03.92, 40.90' LT (SRI STA. 221.95.97. 88.56' LT (SRI ALL ELEVATIONS ARE FORM GRADE OR TOP OF FG ELEV.= 728.82 BEGIN 50' RADIUS SLAB UNLESS NOTED OTHERWISE. ELEV.: 729.36 O Ili STA. 6000+4(.46, 82.20' RT (MLI CONTRACTOR TO VERIFY TIE-IN ELEVATIONS. STA. 222.90.35. 40.90' LT (SRI STAFG , 6000+40.58. 48.18' LT (ML) NOTIFY ENGINEER IF ELEVATIONS ARE ' BEGIN 70' RADIUS © STA. 221+59.97. 40.90' LT (SRI DIFFERENT THAN SHOWN. • , FG ELEV.= 729.15 ENO 50' RADIUS TYPICAL TRANSVERSE "CO' JOINT SPACING IS 15'. FG ELEV.. 732.18 I - D O STA. 22213771, 29.22' RI (S STA. 222+37.7.77, 100.61' LT (SRI O STA, 6000.40.48, 62.18' LT (ML) f.) 1 END 70' RADIUS STA. 221+45.97, 40.90' LT (SRI O I BEGIN 8:1 TAPER FG ELEV.: 732.56 --.- N FG ELEV.= 728.27 G _n � , 0 STA. 6001+38.58, 24.50' RT (ML) ` i"Ti • f END 8:l TAPER i%.j ICIW„W4 FG ELEV.. 726.61 _ T11 - m 22 1+00 •�� --- 1 ' ill 0 o 0 0 0 0 . -. ;, -T, cl N • E O E O 0 0 N s (D .1 W (0 ( '• ' m _ - m ' - STA. 6000+88.48, 62.50' LT ML) x x O ^ --- STA. 221+45.97, 88.90' LT (SRI �CD _ u _ CENTER OF 50' RADIUS 1/ PT FG ELEV,= 730.04 ' _ I PT FG ELEV.= 730.67 21 . 11' PT FG ELEV.= 731.42 STA. 6004.30.00 12.50' LT igl I x BEGIN CONSTRUCTION 1 �„ MATCH EXISTING PCC PCC = 1 111; I x x 0% - _ STA. 6000.83.83. 55.00' RT (ML) x x --_ �� ,,,y- L - i v, -'�. I CENTER OF 96,RADIUS LT (SR) O g UII = • ` pp�1�'` 2 i. I/_ 05 ':1 SYCAMORE STREET UNIFORM TRANSITION \{r "- KT-2 L-2 ,[P4- '., --- ^ _ ,� Vs NIFORM TRANSIT ION I I oI - I 112.5' I k I I (IONSTANTISLOPE-1- 2i,W \1I -__�,�^..�m 'AN'. . ],. .75'1 L-2 (T P,I I I • (2.4' ry • 8r L-2 (T P.) I 8+ ni L \o • ' -Ur( I/ _ I ' - _ UNIF oI •2 5 `-'ice TA SLOPE '_��I IF ORM TRANS TION ^_� ` N I IMIFORM TRANSIT N - TRANS I KT-2 (TYP.) I \I I 1 I I 13.0' I 13.0' I 13.0' I� 15,0'1 I KT-2I(TYP.) I ONS NTi I 15.0' I_ I I I _ I 1 a 1♦�. - _ _ '�• _. (1 YPJ IT YP,I (TY� �w KT-2I/L 2 IN I :,� o I o I I f I I I I I 112, I t- I I I ■� \ c.01-0-:i ^ 9" 10".\ :n -- ---- 15:1 TAPER 1!L/Ll! B 'PCC PCC .....-` _-_ __-- --..-___.__ !_� - io- I _ 8:1 TAPER ® rC'� - c' I O STA. 6004+30.00. 12.50' RT N J ^ _ BEGIN CONSTRUCTION O ENO 15:1 TAPER • ry ,„ ,d� _> - STA. 6002+50.00. 24,50' RT N MATCH EXISTING ��y --7 PROPOSED RETAINING WALL , BEGIN 15:1 TAPER �' _ -- \ (REFER TO U-SHEETS) N FG ELEV.= - d \ o " I P 0 G D N / -, I 43 1 1 i ° '6 m I ' m IB ©1 STA 6003+ 0.00. 58.23' RT FG ELEV.= 6p99,``44 - ® MATCH 6001+71.91. 1+71NGI. 121.45' RT 1© FGA.E0027o 0, 61.50' RT © STA,MATCH EO%IST1 INC, 68.56' RT FG ELEV.. 699.26! FG ELEV.. 6p9p8.5p0. STTA.A. 223+07.29.,).)98.82' RILT (ML)SR) .O O MATCH E011.57.41, 121.45' RT IB STING MATCH EEO!700�01l0. 76.00' RT Q FGRE 6EV�'+�$d�P' 54.11' RT - CENTER OF 70' RADIUS FG ELEV.= 700.08! Vi PT FG ELEV.= 729.62�b PT FG ELEV.= 729.96 0 STA. 0X11.71.91. 76.00' RT © FGAE EV..6002+50.00,.161.50' RT MFA TCELEV.:01S11MG 6164.44' RT MAT PT FG ELEV.= 729.28 FG ELEV.= 700.91! HORIZONTAL STA. IBENd. MACH EXISTING STA. 6004+50.00 49.99' RT FG ELEv.. 699.34 STA. 6001+47.78 134.50' RT 11 FGAE 0001+707i4�i 76,00' RT FG ELEV.= 699.28= Ali, CENTER OF 96' RADIUS • STA. 6001+71.921 61.50' RT HORIZONTAL a STA. OI BEND 61.50' RT - `'' Z G ELEV.= 701.35 FG ELEV.. 699.86 I STA. 6001+57,41. 61.50' RTSTA. 6003+51.18, 72.68' RT _ - • FG ELEV.. 701.57 ® MATCH EXISTING FG ELEV.= 698.86! 0 20 FEET - 274+n PROJECT N0: 111002-00 DESIGNED BY: S. SOVERS NO GATE BY REVISION DESCRIPTION SHECT NO. PROJECT DATE: 06/30/2011 CHECKED BY: - US HIGHWAY 6 AND SYCAMORE STREET CAD DATE: 2/17/2012 10:41:51 AM DRAWN BY: - _ INTERSECTION IMPROVEMENTS SYCAMORE STREET L.03 CAD FILE: X:\CR\IE\2011\111002-00\CAO\Plans\11I002-00_L03.,Ht • 9 F0�h CITY OF IOWA CITY,IOWA JOINTING,GEOMETRIC&STAKING LAYOUT J J . =-) ... SPRUCE STREET ry 0 ) tV T1 rn rn ' ' L:.v ..,,,sera :.--).-<: __ Geer -i7 m ^.) t O O O O + + + + n) _LO„ O Q' O 7 _ 0 CD CO CDi 1 x�--x STA. 6007+58.66, 10.00' RT • END CONSTRUCTION i Cli-i MATCH EXISTING FG ELEV.: 704.94 / SYCAMORE STREET 1 I I 1 ` 1 1 1 1 1 1 ( I I 1 ` 1 I 1 1 I I_ I 1 l I 1 F 1111 TAPER N I . Ln , Ir I•, o"'a,67 104' 0A 1, Al 0 I c\... ,04.77 130 Ilk © 3 _ — + iii` 'os m - 4s M AF4i•21 N 1� \` // CENTER STA. O08OF+2667+01.50 RT 104'k� Y.�'� \NL' I MFx/St/,� MATC1460E0, EOXI5T3NG6 1s 0 II 1© U 1/2 PT FG ELEV.: 704.97 0 STA. 6007+58.66. 38.50' RT STA. 6009+24.15. 40.00' R7 I I m 0 BEGIN CONSTRUCTION BEGIN CONSTRUCTION MATCH EXISTING MATCH EXISTING STA. 6007+07.66, 38,50' RT FG ELEV.: 704.81 STA. 6511+12.'5 BEGIN Sla CENTER OF 26' RADIUS 1/2 PT FG ELEV.: 705.50 Q BEG! 6267 RADI07.E S 12.50' RT 5Q MATCH STA. 6QEX1STIN�B. 60.31' RT I1 MATCH EXISTA. STI N00. 51,62' RT LI III .\----, MATH EXISTING FG ELEV.: 699.89± FG ELEV.: 702.62± ELEV.. 705.43: 0 STA. 6005+Q000.00. 45.86' RT Q STA. 6006+50.00, 37.12' RT E FG ELEV.: 703.20 ENDtri\ STA.26'07+33.66 . 38.50' RT gQ 5 5 MATCH EXISTING 0 MATCH EXISTING 1.18' 56.19' RT I� MATCH 60E0XISTIN7+00G0, 51.62' RRT FG ELEV.: 704.792 FG ELEV.= 701.00± FG ELEV.: 703.462 3 STA. 6007+83.66, 38.50' RT O STA. 6905+$9.00, 41.74' RT STA. 6007+00.00 37.12' RT n BEGIN 26' RADIUS GEL Y.: 701.58 14 FG ELEV.: 703.90 �4�` MATCH EXISTING STA. 6996+06.44, 51.64' RT P FG ELEV.= 704.822 HORIZONTAL SEW. MATCH EXISTING a MATCH EXISTING 51.62' RT STA. 6008+09.66. 12.50' RT FG ELEV.= 701.98± FG ELEV.= 703.91± NOTES: O ALL ELEVATIONS ARE FORM GRADE OR TOP OF END 26' RADIUS 0 STA. 60 6+05.84. 37.14' RT STA. 6007+21.24. 37.12" RT SLAB UNLESS NOTED OTHERWISE. MATCH EXISTING HORIZONTAL BEND FG ELEV.: 704.35 FG ELEV.: 704.642 FG ELEV.: 702.56 CONTRACTOR TO VERIFY TIE-IN ELEVATIONS. 0 20 NOT IEY ENGINEER IF ELEVATIONS ARE FEET DIFFERENT THAN SHOWN. TYPICAL TRANSVERSE "CD" JOINT SPACING IS 15'. PROJECT NO, 111002-00 DESIGNED BY: S. BONERS NO DATE BY REVISION DESCRIPTION US HIGHWAY 6 AND SYCAMORE STREET «.-1 Nn PROJECT DATE: /202/2011 CHECKED81: - e Fothc+2 +TE: :717/z01Dz 121411s+ AM DRAWWBN 6Y: INTERSECTION IMPROVEMENTS SYCAMORE STREET L=04 CAD FILE: X:\CR\1E\:011\111002-00\CAD\Plans\111002-0D_L04.sht CITY OF IOWA CITY,IOWA JOINTING,GEOMETRIC&STAKING LAYOUT I _543 2.00% ` MID I� .rl 0 I "! 1am• ,(. ..).........., . 2.00-/. I Point Station Offset Elevation L501 221+74.53 79.80 731.14 N I I // _502 __221+77.49 77.11 731.10 N L503 221+61.25 71.19 731.18 1 L504 221+66.08 68.79 731.20 I L505 221+61.09 69.18 731.15 I I L506 221+60.70 64.19 731.07 1 L507 221+65.69 63.81 731.12 I L508 221+72.06 68.33 730.74 I I L509 221+71.67 63.34 730.64 � =1 L510 221+76.81 67.96 730.55 I- L511 221+76.43 62.97 730.62 IN N! L512 221+84.92 67.33 730.49 I L513 221+84.53 62.34 730.59 I L514 "221+94.42 66.59 730.46 I L515 221+94.03 61.61 730.54 I I L516 222+12.07 65.23 730.68 I I EASTBOUND US HIGHW. Y 6 L517 222+12.07 60.21 730.67 I _518 222+36.81 63.30 730.26 L519 222+36.43 58.32 730.21 L520 222+39.75 63.07 730.23 -=. N L521 222+39.36 58.09 730.13 2.00% e _ --n `` , f� '- _522 222+45.73 62.61 730.51 -11 1523 222+45.34 57.63 730.41 -'--.1 U.2 L524 222+48.55 62.39 730.68 ....me L525 222+48.41 78.39 731.00 I s')-4� -_ L526 222+56.41 78.46 730.84 I - r� L527 222+56.55 62.46 730.56 N L528 222+56.59 57.44 730.46 I� hl `,i ~, � L529 222+48.59 57.37 730.58 16 l - Z --] 1 m1 -� i i L530 222+48.63 53.81 730.30 I L531 222+56.62 53.89 730.23 I .- _ r L532 222+56.68 47.89 729.83 1 L533 222+48.68 47.82 729.821 I •� L534 222+48.70 43.34 729.93 (_537}\ �(L536) r., _535 222+56.72 43.39 729.77 - \ , 2.00% _ L536 222+56.76 39.00 729.88 L537 + 38.95 730.04 N N L538 222+56.81 26.96 729.99 IN L534� oil 41219 L539 222*48.80 26.91 730.15 L540 222+56.91 7.97 729.59 2.00% -- -- __ L541 222+48.90 7.92 729.75 -_ L542 222+56.95 0.00 729.70 •I. - - - _ L543 222+48.95 0.00 729.86 .; �°n 05 '. IN 0.24% XL532) 122+00 1533 m m ;c CO (L 531 L530 0.85% _I. 3.3' m L529) `N m 2.9. 6' 1.50% CO 24.4' .% 7.9' _ _ - - - .727' L528 18.1'6 - _ - L519 .•CIS _ _ - - 1.90% /\ - L321) m B N 9.5' _ - - - 8.1' _ _ - - 4% �L517) "i L524 rv� N m 6 _ - �'' N'1 �,ST_2 ��-{� 0.39% _ - \ 0.58% ® - - - 6.20% 1.50% SID i �_ �� ® 0.39% ® N R.64'/. 12 8 8.00% L50q m 'm 1.71 _ _ - - �1 1.00% N m ,c, CD - _ L507 m m ,.1. N _ 1.2 - - - _520 • 41 N 0.32%_ _ - - - _ �L516) '�' iS L505 - 0.73_%_ - 1.00% 7.58% 3 9� - ivisi MB ;1• ®''' _508 m n - 0N els. /s. • L502) LLJ `01• (L525 2.004 I- (f) L526) 0_501 W� N 0 I' Q >- 0 5 FEET I l PROJECT NO: 111002-00 OESIGNED BY: 5. SOYERS NO DATE BY REVISION DESCRIPTION SHCEI Ni. 9 Foth US HIGHWAY 6 AND SYCAMORE STREET PROJECT DATE: 06/3072011 CHECKED BY: - INTERSECTION IMPROVEMENTS SYCAMORE STREET CAD DATE: 2/17/2012 10:41:55 AM DRAWN BY: - -O\ PEDESTRIAN RAMP LAYOUT L.05 \2011\111002-00\CAPlarn\111002-00_L05.sht CITY OF IOWA CITY.IOWA 222+00 I 0 0 + 0 0 (.0 SYCAMORE STREET L602) 1 1543 - 9.7' 1.43'7. .0� '. 121'/. 1.08% 0.18% 2.99'/. 1 67'6 2.00% 4.33% - N N N L604 N ® L608 r•.;� Gm ® ® L618 N N M m 8 O N �`� N Fa m O eJ ♦ I9 -� N <9 O m L603 QED L607 L609 CID ® 41314 _1.43% _ _2_00'/. 1.21'/. 1.25% 0.28% 0.314 1.007. 2.00% 5,00% NL542) L601� 9,7' 6' 8• L6' Point Station Offset Elevation M L601 222+56.99 -6.00 729.79 CO L602 222+48.98 -6.00 729.95 --a L03 CO L604 222+49.02 -12.00 730.07 0 L605 222+57.10 -26.93 730.09 CL606 222+49.10 -26.89 730.25 Z /,, L607 222*57.16 -38.90 729.94 L608 222+49.17 -38.90 730.12 L609 222+57.28 -59.84 730.00 L6101 222+49.29 -59.89 730.16 C C 161! 222+57.34 -69.50 730.03 L612 222+49.34 -69.55 729.87 I L613 222+57.38 -75.50 730.09 2 L614 222+49.38 -75.55 730.09 �'� 1615 222+57.44 -83.50 729.93 - - `'r Z 1616 222+49.44 _-83.55 729.93 I L617 222+56.32 -99.44 729.13 - _L618 222+48.40 ---98.27 729.29 D 0 5 Cr) FEET . PROJECT N0: 111002-00 DESIGNED BY: S. SOVERS NO DATE BY REVISION DESCRIPTION S* CT N . PROJECT DATE: 06/30/2011 CHECKED BY: - U S HIGHWAY 6 AND SYCAMORE STREET INTERSECTION IMPROVEMENTS SYCAMORE STREET L.06 CAD DATE: :\CR\lE\2 10:41:56 AM\P DRAWN 2 0 - 4Foth CITY OF IOWA CITY,IOWA PEDESTRIAN RAMP LAYOUT ^x^FILE: X:\CR\lE\2011\111002-00\CAD\Plans\11[002-00_LO6.sht v NJ rJ O 0 C) 1'V + + _-"C, O 0 C",-‹ -- a. CO (D - J -:.1--- - 1711 X W ICI 1 SYCAMORE STREET • - 16' I Ev I 6 I 6.5' I 27.9' I 27.9' 6.5' 8.2' 16.4' �/ 2.00% 2.00'% 8.00% 0.96% 0.96% 0.58% '0.58% 6.50% 0.50% \\.( /70 (L703 L705 �L 709) (L71/ (L713/ 0.507, (L727 L715 ® L719 mm m ' m m m a� i$-- a /;702) 0_704)\ (.786} (L708 L710 (1.712N ® ----,i L716 d Cs, 1.50% 1.00% \ 5.33% 1.087 0.93% 0.93% 0.93% 3.83% 0.50% L722 - 1.01% _ /////////t///////// ..„,,,, Point aiotion L701 650t0 86 10.5Off0 set 706.44Eleva L702 6006+94.28 26.50 706.28 L703 6007+10.28 18.50 706.12 L704 6007*10.28 26.50 706.04 L705 6007+18.28 18.50 705.96 L706 6007+18.28 26.50 705.96 L707 6007+24.28 18.50 705.48 L708 6007+24.28 26.50 705.64 L709 6007+30.73 18.50 705.42 L 710 6007+30.73 26.50 705.57 . L711 6007+58.66 18.50 705.15 ‘:-......---------__ .----/ k j _712 L713 L714 6807+58.66 26.50 705.31 6007+86.60 18.50 704.99 � 6007«86.68 26.50 705.05 _716 6807+93.85 18.50 705.11 - MIL_716 6887+93.05 26.58 705.11 Z _717 L718 6087+99.05 18.50 705.34 ''0 6007+99.05 26.50 705.34 L719 6888+07.25 18.58 705.38 L720 6008+06.85 26.50 705.30 L721 6008+23.57 20.13 705.30 L722 6008+22.77 28.09 705.14 0 5 FEET PROJECT N0: 111002-00 DESIGNED BY: S. SUERS NO GATE BY REVISION DESCRIPTION l SHEET NO. US HIGHWAY 6 AND SYCAMORE STREET PROJECT DATE: 06/30/2011 CHECKED BY: - - Fo t hINTERSECTION IMPROVEMENTS SYCAMORE STREET CAD FATE: 2/17/2012 10:00\C AM DRAWN 2-O - - PEDESTRIAN RAMP LAYOUT L.07 CAO FILE: %:\pi\IE\2011\I 1Io02-W\CAD\Plena\111002-00_L07.�t v CITY OF IOWA CITY,IOWA CLLI O 8 O O o 0 0 0 0 < 0 00 p + < N 1 i < 1[f i n O CO O O w O O O O O o Z o - N t.1 ia le., A.., I♦4;1 ,,,!`` II SYCAMORE ST ...w_ w_ �_ !!! ♦!!Illpr !! .#. ! ►!!! ♦♦ ♦! NI, .‘, V "Ir V. V 1. 1, V. V V V Vr V V. Vr V.llwwlir �A� '� '��w -� �'��_ w_�_ �_ _►�_► 410e Or 0 ;��, r . t y-I .w._ STA. 11+14 3. ROUTE AND SEAL W ALL TRANSVERSE AND - <I --I BEGIN JOINT ROUTING AND SEALING LONGITUDINAL JOINTS ° o ..3 F • i a W i J .. l.9 -'N3 z iriN 0 30 FEET oO 0 0 00 0 cc$ g + Z r 8 8 = OO.� -- J — — — _. �^ mmN N N 0 IL ce -J i -J `i _ . Ni'..1 4, f N 110111'. 411' • * ,INItit ..** #i Sr. ' ill' 1110" . Ammtts_ 1.P. t6 411111111' ' . " .. 111111r NM 1 • Ali ir W 1ROUTE AND SEAL ALL TRANSVERSE AND < O LONGITUDINAL JOINTS 0 ' J 5 m cc OO - - t O J Z LL -J /1\ _ '\N Z LEGEND 0 30 PCC PAVEMENT JOINT FEETo6- CROUTING AND SEALING PROJECT DA110 DESIGNED Y: S. SUERS NO DATE BY REVISION DESCRIPTION Fbt h US HIGHWAY 6 AND SYCAMORE STREET SHED NO. PROJECT DATE, 06/30/2011 C\IIIOOD BY: - INTERSECTION IMPROVEMENTS SYCAMORE STREET CAD GATE: 2/17/2012 10:41:58 AM DRAWN BY: - L.08 CAO FILE: X:\CR\IE\2011\111002-00\CAO\Piens\111002-00-LOB.sh[ -- - - 9 CITY OF IOWA CITY,IOWA PCC PAVEMENT JOINT ROUTING AND SEALING — 221+00 p 0 8 8 8 O O o o —ti_.)—ti_.) J O O O 0 8 O ? p N — ^ c(0 t0 40 J ... ... N - Ci ›- • L.,______ --;:.:CI rri .....iii STA. 121+29.63 a".:,.....1 . '37 END JOINT SEALING . _ ( I ..111.1.°---1/1)/ •— —C. J '����'- �� ' '�v�' ' '���������'�'�'�' '�'�'�'�'�'� 222.00 111 ..........,..�.�.�.�.�.�.�.�.�.�.�.�.�.�.`c SYCAMORE S t _L_ _._L_A___k_\_ ALAR_&_L_��_l_&- - - - --=---=-=- ROUTE AND SEAL ALL TRANSVERSE AND - LONGITUDINAL JOINTS — 223.00 II Ilk its Z LEGEND 0 30 PCC PAVEMENT Fu ROUTING AND SEALING �J PROJECT N0: 111002-00 DESIGNED BY: S. DOPERS NO GATE BY REVISION DESCRIPTION SHELI N . PROJECT DATE: 0ei30/2011 CHECKED BY: - Foth US HIGHWAY 6 AND SYCAMORE STREET CAD DATE: 2/17/2012 ]0:4200 AM DRAWN BY: INTERSECTION IMPROVEMENTS SYCAMORE STREET L.09 CAD FILE: XACa\IE\2011\111002-00\CAD\Plana\111002-00_L09.fht CITY �owAC�TY.IOWA PCC PAVEMENT JOINT ROUTING AND SEALING TRAFFIC SIGNAL PROJECT NOTES SIGNAL LEGEND 1. THE CONTRACTOR SHALL NOTIFY THE CITY AT LEAST 48 HOURS PRIOR TO SALVAGING ANY EXISTING TRAFFIC SIGNAL AND STREET LIGHTING EQUIPMENT SYMBOL/LABEL DESCRIPTION ( INCLUDING SIGNAL HEADS. POLES. MAST ARMS. CABLES. ETC. 1 FOR THE PURPOSE OF COORDINATING THE EQUIPMENT TO BE SALVAGED AND THE DESIRED PICK UP TIME. THE CITY WILL THEN PICK UP THE SALVAGED EQUIPMENT. EQUIPMENT NOT WANTED BY THE CITY SHALL BE DISPOSED OF BY THE CONTRACTOR. $ POWER SOURCE (MAY BE POLE OR PEDESTAL) 2. ALL QUANTITIES SHOWN IN THE PLANS AND SPECIFICATIONS ARE FOR INFORMATIONAL AND ESTIMATING PURPOSES ONLY. THE CONTRACTOR'S LUMP SUM BID FOR THIS PROJECT SHALL INCLUDE ALL LABOR. TOOLS. EQUIPMENT. AND MATERIALS NECESSARY TO PROVIDE A COMPLETE AND FUNCTIONAL TRAFFIC CABINET, CONTROLLER, AND CONCRETE PAD SIGNAL INSTALLATION. IN CONFORMANCE WITH THE PLANS AND SPECIFICATIONS. 3. THE PLAN LOCATIONS OF UNDERGROUND UTILITIES ARE APPROXIMATE ONLY. THE CONTRACTOR SHALL NOTIFY ALL PRIVATE AND PUBLIC UTILITIES O O TRAFFIC SIGNAL POLE, FOOTING, AND IDENTIFYING NUMBER PRIOR TO EXCAVATION ON THE PROJECT. 4. THE LOCATIONS OF ALL FOOTINGS. HANDHOLES. AND CONDUIT ARE TO BE COORDINATED WITH THE ENGINEER AND ARE SUBJECT TO ADJUSTMENT IN THE @ O PEDESTAL POLE, FOOTING, AND IDENTIFYING NUMBER FIELD BY THE ENGINEER. HANDHOLES SHALL NOT BE PLACED IN DITCH BOTTOMS. 81 TRAFFIC SIGNAL HEAD AND IDENTIFYING NUMBER 5. THE CONTRACTOR SHALL INSTALL ONE SIGNAL CABLE FROM EACH SIGNAL HEAD TO THE BASE OF THE POLE. A 4-CONDUCTOR CABLE SHALL BE USED FOR IU 3-SECTION HEADS. A 7-CONDUCTOR CABLE SHALL BE USED FOR EITHER A 4 OR 5 SECTION SIGNAL HEAD. AND A 9-CONDUCTOR CABLE SHALL BE USED FOR 25 PEDESTRIAN HEAD AND IDENTIFYING NUMBER THE PEDESTRIAN SIGNAL HEADS AND PUSH BUTTONS PER SIGNAL POLE. _ tv 6. NO LANE CLOSURES WILL BE PERMITTED BETWEEN THE HOURS OF 7:00-8:30 AM. OR BETWEEN THE HOURS OF 4:00-6:00 PM. t" PEDESTRIAN PUSHBUTTON IDENTIFYING NUMBER 7. ALL VEHICLE SIGNAL HEADS SHALL COME FURNISHED WITH BACK-PLATES. y 8. FOR TRAFFIC SIGNAL APPLICATIONS. SCHEDULE 80 PVC MAY BE SUBSTITUTED FOR HDPE CONDUIT WHEN NECESSARY TO FACILITATE INSTALLATIONS IN --� ��• O MAST ARM MOUNTED SIGN AND IDENTIFYING NUMBER •~ TIGHT LOCATIONS. ALL PUSHED CONDUIT SHALL BE HOPE. - @ / VIDEO DETECTION CAMERA AND IDENTIFYING NUMBER -'<4�{ '0 66 9. ALL STREET LIGHT LUMINAIRE ARMS MOUNTED ON THE TRAFFIC SIGNAL POLES SHALL BE LOCATED AT 315 DEGREES TO THE POLE ACCESS HANDHOLE MEASURED CLOCKWISE FROM THE CENTERLINE OF THE MAST ARM UNLESS OTHERWISE NOTED. LUMINAIRES MOUNTED ON THE TRAFFIC SIGNAL POLES SHALL LUMINAIRE HAVE A 30' MOUNTING HEIGHT. 10. FOR STREET LIGHTING POWER FEEDS. THE CONTRACTOR SHALL INSTALL FLOOD-SEAL IN-LINE AND WYE FUSED AND NON-FUSED KITS. I - 42 - VIDEO DETECTION AREA AND IDENTIFYING NUMBER N 11. RUNS FOR VIDEO CAMERA POWER AND COAXIAL CABLE SHALL BE CONTINUOUS WITHOUT SPLICES FROM THE VIDEO CAMERA TO THE CONTROLLER. 12. TRAFFIC SIGNAL POLES SHALL BE GALVANIZED. ILI 4 17'x30" POLYMER CONCRETE STYLE (TYPE I) HANDHOLE AND IDENTIFYING NUMBER 13. THE STATIONS AND OFFSETS LISTED ON THE SIGNAL PLANS ARE TO THE CENTER OF THE ITEM UNLESS OTHERWISE NOTED. ppon1 30"x48" POLYMER CONCRETE STYLE (TYPE 2) HANDHOLE AND IDENTIFYING NUMBER 14. A #6 A.W.G. BARE COPPER GROUND WIRE SHALL BE INSTALLED IN ALL CONDUITS THAT CARRY 120 VOLT SIGNAL CABLES. ALL POLES. PEDESTALS. AND THE CONTROLLER CABINET SHALL BE BONDED TO FORM A CONTINUOUS SYSTEM AND BE EFFECTIVELY GROUNDED. BONDING JUMPERS SHALL BE #6 A.W.G. O 121 24" HANDHOLE (TYPE 3) AND IDENTIFYING NUMBER BARE COPPER WIRE CONNECTED BY APPROVED CLAMPS. - - - - TRAFFIC SIGNAL/INTERCONNECT CONDUIT 15. TRAFFIC SIGNAL TIMINGS SHOWN ON THE PLANS ARE SUGGESTED TIMINGS ONLY. CONTRACTOR SHALL VERIFY SUGGESTED TIMINGS WITH CITY OF IOWA CITY ENGINEERING DEPARTMENT. LABELS WITH AN IDENTIFYING NUMBER FOLLOWED BY THE LETTER "E" 16. TRAFFIC SIGNAL MAST ARM LENGTHS SHOULD EXTEND PAST THE OUTER MOST SIGNAL HEAD BY TWO FEET TO ALLOW FOR ADJUSTMENTS IN THE FIELD. REPRESENT EXISTING EQUIPMENT. THE PLANS REFLECT THE ADDITIONAL TWO FEET. 17. THE CITY SHALL WIRE THE TRAFFIC SIGNAL CABINET AND CONFIGURE THE VIDEO DETECTION. -- tE EXISTING TRAFFIC SIGNAL POLE, FOOTING, AND IDENTIFYING NUMBER 18. THE TRAFFIC SIGNAL CABINET AND CONTROLLER SHALL BE FIBER READY. e [4E1 EXISTING HANDHOLE AND IDENTIFYING NUMBER 19. THE CONTRACTOR SHALL COORDINATE THE SERVICE CONNECTION FOR THE PROPOSED TRAFFIC SIGNAL WITH MIDAMERICAN ENERGY. -TS- EXISTING SIGNAL CONDUIT 20. TRAFFIC SIGNAL SERVICE: 100 AMP SERVICE. 120 VOLT - 2 WIRE ABBREVIATIONS LIGHTING CIRCUIT FOR LIGHTING ON TRAFFIC SIGNAL POLES: SIG SIGNAL HEAD CABLE 20 AMP CIRCUIT BREAKER PED PEDESTRIAN HEAD AND PUSHBUTTON CABLE 21. SIGNAL POLE #5 SHALL HAVE A SPECIAL FOOTING DUE TO THE PROPOSED FILL AND SLOPE. SEE ADDITIONAL NOTES IN MAST ARM POLE FOOTING CNTLT SIGNAL UG CONTROLLERPOWER CABLE DETAIL ON SHEET N.10. ALSO SEE INFORMATION LISTED UNDER MAST ARM LENGTH "SPECIAL" IN THE MAST ARM POLE FOOTING SCHEDULE ON SHEET N.10. STR GTREET LIGHT POWWER CABLE GR GROUND WIRE 1cN6 TR TRACER WIRE 1c#10 22. VIDEO DETECTION CAMERAS ARE ANTICIPATED TO BE INSTALLED ON RISERS MOUNTED TO THE TRAFFIC SIGNAL MAST ARMS. THE CITY HAS INDICATED PT PULL TAPE THEIR PREFERENCE TO UTILIZE THE STOP BAR VIDEO DETECTION CAMERAS FOR DILEMMA ZONE DETECTION AS WELL. AS A RESULT. A 4 CAMERA VIDEO Y1 FUSED WYE CONNECTOR FOR STREET LIGHTING DETECTION SYSTEM IS SHOWN IN THE PLANS. THE CONTRACTOR SHALL COORDINATE VIDEO DETECTION CAMERA OPTIONS AND CAPABILITIES FOR DILEMMA Y2 NON-FUSED WYE CONNECTOR FOR STREET LIGHTING ZONE DETECTION WITH THE MANUFACTURER AND THE CITY. Y3 NON-FUSED WYE CONNECTOR FOR STREET LIGHTING L1 FUSED IN-LINE CONNECTOR FOR STREET LIGHTING 23. THE NEW CABINET/CONTROLLER LOCATION AND ROADWAY IMPROVEMENTS REQUIRE MODIFICATIONS TO THE EXISTING INTERCONNECT CONDUIT AND L2 NON-FUSED IN-LINE CONNECTOR FOR STREET LIGHTING SPLICING OF THE EXISTING 1-12SM/12MM FIBER OPTIC CABLE. THE CONTRACTOR IS TO SUPPLY AND INSTALL WATER PROOF SPLICE ENCLOSURES AND HH HANDHOLE SPLICE ALL FIBERS. SEE SHEET N.04 FOR MORE DETAILS. VIDEO COAX, P/F VIDEO DETECTION COAXIAL AND POWER/FOCUS CABLE FO FIBER OPTIC CABLE 24. THE EXISTING TRAFFIC SIGNAL SHALL REMAIN IN OPERATION UNTIL THE PROPOSED TRAFFIC SIGNAL IS INSTALLED AND OPERATIONAL. THE SM SINGLE mm FIBER OPTIC B CONTRACTOR SHALL PROTECT EXISTING AND PROPOSED TRAFFIC SIGNAL EQUIPMENT NEEDED TO MAINTAIN CONTINUOUS TRAFFIC SIGNAL OPERATIONS. SEE J MM MULTIMODE FIBER OPTIC CABLE SHEETS FOR CONSTRUCTION STAGING. I hereby certify that this engineering document was prepared by me or under 25. THE TRAFFIC SIGNAL POLES SHALL BE SUPPLIED BY THE CITY AND INSTALLED BY THE CONTRACTOR. THE SIGNAL POLES INCLUDE ANCHOR BASES. Emy ngineer unerthetrsonal awsosbeStaehofIt I amadulylicensedProfessional Engineer under the laws of the State of Iowa. PEDESTAL BASES. VERTICAL SHAFTS. MAST ARMS. LUMINAIRE ARMS. ANCHOR BOLTS. AND ALL HARDWARE FOR POLE ASSEMBLY. THE CONTRACTOR SHALL USE OFESS1O CARE NOT TO DAMAGE POLE FINISH. THE CONTRACTOR SHALL COORDINATE THE PICKUP AND DELIVERY OF THE SIGNAL POLES WITH THE CITY. THE QF` ti9 CONTRACTOR SHALL BE RESPONSIBLE FOR THE LOADING AND DELIVERY OF THE SIGNAL POLES FROM THE CITY'S STORAGE FACILITY TO THE PROJECT SITE. O !� SL _;i THE CONTRACTOR SHALL BE RESPONSIBLE FOR ASSEMBLY AND INSTALLATION OF THE SIGNAL POLES. JONL. JO SLER,P.E. •Ly E w RESLER zumber:16911 U 16911 m cense renewal date Is DECEMBER 31.2013. Pages or sheets covered by this seal: FOWP G N.01-N.12 PROJECT NO: 111002-00 DESIGNED BY: J. RESLER NO DATE BY REVISION DESCRIPTION 5'IF.LI NO. USHIGHWAY6ANDSYCAMORESTREET . PROJECT DATE: 06/30/2011 CHECKED BY: J. RESLER FtIi US HIGHWAY 6 AND SYCAMORE STREET CAO SATE: 2/17/2012 12:28:40 PM DRAWN BY: � INTERSECTION IMPROVEMENTS N.01 CAO FILE: X:\CR\IE\2011\111002-00\CAD\Plans\111002-00_NOLsht CITY OF IOWA CITY,IOWA TRAFFIC SIGNAL PROJECT NOTES/LEGEND O. oB (:::::D> -** ' . 1 TP I L - — - 9 . * * * --- - I I LU I I R/W o - R/W 00+'�;,009 R/wr�?�>> — _ 4 GV W2 , — — 0 T G O O , ryO 03 T `� r� Li • O O lT ( �� I `' I „ kl I r I Rt.....1 tM ....,.... CV N `'-. ri ,� � I L k,N*_., v 0 kl= N d UB � cn 6E I I 1111----0 \ r-- EXISTING -�-IC J EXISTING F w I PEDESTAL POLE/FOOTING l rril r . MAST ARM POLE/FOOTING �.7 5E j zo (REMOVE) O (REMOVE) - - - - �� _ :1--1 E EXISTING %A I - - N HANDHOLE %A - -I- — — - - - - - - -r 9- - (REMOVE) EXISTING - HANDHOLE (REMOVE) US HWY 6 EXISTING I MAST ARM POLE/FOOTING (REMOVE) - Lu 3E 0 al 4E ---a-- St.S. - 7E I I I nn�rnnna I I ► e I - _ , I I • J EXISTING T I EXISTINGHANDHOL - r MAST ARM POLE/FOOTING T (REMOVE) _ 6E I (REMOVE) EXISTING HANDHOLE w I EXISTING EXISTING (REMOVE) PEDESTAL POLE/FOOTING EXISTING INTERCONNECT AND CONDUIT _ (REMOVE) INTERCONNECT AND CONDUIT (MODIFY) EXISTING (MODIFY) SEE SHEET N.04 I EXISTING HANDHOLE SEE SHEET N.04 HANDHOLE I (REMOVE) I (REMOVE) EXISTING _ _ __ _ _n 4 7 T _ -) (REMOVE) pr- - -_ , - - - - - stcN I _ _ _ _ 2E 1E _ E-I = - - — 1 • I I \ F v1 s EXISTING ?- ��� MAST ARM POLE/FOOTING wri— St.S. - - - — - — - — - TRAFFIC SIGNAL FACES TRAFFIC SIGNAGE y� /� I 3 \ LI\ I _ _ STREET NAME SIGNS 0 0 L.TP I I i i , 0 0 0 41111 � LU R am LEFT TURN I ,J 1 1 - 1 YIELD y / I Hwy 6 Sycamore s1 SI' 1� ® I3 ON NYELLOWNG /� ~ I 'I I \ �i--c-c4; � 48"x18' 72"x18„ Y Y II G)_ (2-REO'D) (2-RE0'0) F- NO. 43,44 © ONLY ONLY ! G �O Q \. J/,G v w2 -� '1 o GREEN BACKGROUND GREEN BACKGROUND LETTERS ® ' FLY 4110 45,46,64,65 RIO SPECIAL R3-SL R3 SR I (6-REO'D) 30"X36" 30"X36" 30"X36" / \ /j� (5-i 0 - - INTENTION OF SIGN DETAIL ONLY TO SHOW SIGN WORDING 12 (4 REO'D) (4-REO'D) (1-REO'D) I ! + ( Q /' I r} + AND APPROXIMATE SIGN BLANK GENERAL DIMENSIONS. N0. 63 N0. 21,22, m /� E- .--� •,1 �� f' r• y 32 ri STREET NAME SIGNS SHALL BE SUPPLIED AND INSTALLED (] REO'D) 41,42,61, '- TI 1 ' N ri G / I J �, (5 BY THE CONTRACTOR, SIGNS SHALL CONSIST OF CLEARVIEW 62'81.82 (V `..,`` r rl • (\l �'i 1, O 4' (� FONT. CONFIRM SIGN LETTERING AND TEXT HEIGHT WITH CITY. NO. 11.31. (8-REO'D) N Td '` /I I- -- •r NU w ^ ,\I (-� N 51.71 ALL INDICATIONS SHALL BE LED ! �J�_ `5 (4 REO'D) I OI I I I O \< 1 \ CD\ r�SPECIAL FOOTING _ 5 I I I \ °� ( 43 7r't 3 "�1„..,../w 181 1311 I 19,... ,.,. TT r. _ I` / IV471\\:\\mi, 1i I 11 --i C'i --1 00 c, _,,,. _ nri_ _ _ ---,,,,L5-0 C.) 1 ablipoi.,---- _ . , ASIGNAL POLE #5 SHALL HAVE A SPECIAL FOOTING DUE TO THE 67' MAST ARM 122 122 , r.,....„ L 124 I PROPOSED FILL AND SLOPE. SEE ADDITIONAL NOTES IN MAST ARM- - --r _1 USS HWY 6 J POLE FOOTING DETAIL ON SHEET N.10. ALSO SEE INFORMATION1 LISTED UNDER MAST ARM LENGTH "SPECIAL" IN THE MAST ARM + l 23 POLE FOOTING SCHEDULE ON SHEET N.10. 1211 L J IV251 9 /////, - / / //////// '/ 44 \ Q;' 16 _ 402 lam-'--q 8 ED � n E -S Q 1 45 -Wu �s ////////j/////// /////// //li///l/i//t/ //////-(777�r//( < 0w////// ///1i// / l3 11w WE _ \ A;=IL11[B 164-I I 61 i r 11/161 - -I - - = CSI I I-6575� �_ 1 _ _ I 62 - I I 67' MAST ARM A ////////////////// ///////// 46// i / // / A imin ITEM STATION,OFFSET ELEVATION T� O_ O ®- -- / - �r Z E __IN.. ! rte.. Sle,.: _ _ _ _ - __ E.: •• Jai CONTROLLER(CENTEROFCABINET) _I /•� .� © u• Q CONTRACTOR SHALL MOUNT PTZ TRAFFIC MONITORING CAMERA AND IV -� __ b �`' 1 RUN CATS CABLE AS DIRECTED BY CITY TRAFFIC. LIKELY CAMERA SYCAMORE 222+71.8,90.9'RT - �.5 0 • :_ ,��v - _ ... .„...,:„.„ . ____ I I 1� LOCATION IS EITHER SIGNAL POLE #1 OR SIGNAL POLE #3. POLES(CENTER OF FOOTING) _ ,-. __. `.I;� 81 II ■ V ■ ■ ■ ■ K,� - - - - --- _ - 1 222+80.8,84.5'RT 728.83' ---- +� 0 _ ` ' ' .....,.,3,44:310,,a-- _ - 2 222+57.6,57.TRT 730.47' t, �..-`t- 4 :A�i!! I - � .. 11 1_: IMF� 1 / 3 221+75.2,88.3'RT 731.55 ' � 1 X38 I PEDESTRIAN PUSHBUTTON 4 221+62.4,72.T RT 731.30' DETECTION ZONES ,111 I 2; O3 ,tl a - AND SIGNAL FACE MOUNTING 5 221+63.8,64.5 LT 731.38' �'V 11 1-- v) - I jr_:--:------_,^- 11 (LEADINO EDGE CLOSEST TO INTERSECTION) l l / 6 222+56.9,78.0'LT 730.09' 1 r 1 Q O - aV V V V V e�, 11 221+64.9,1.0'LT s .W I ' ------- - -- - O 1 O 7 222+58.9.8.5'LT 730.33' r JUNCTION BOXES(CENTER OF JUNCTION BOX) 21 722+63.1,21.0 LT } r I 22 272+83.1,33.0'LT - OHE / / 1 N 1 222+84.8,90.9 RT 31 222+14.2 49.0 LT o W T2 0,T 11.,ar' ,,r SAM, WAr I I J ') 2 222+74.1,53.2'RT 41 222+25.7,71.0 RI' - I I �! �' J I 0 _ �!; / Ilk V 11-00 3 222+89.0,81.3'RT 51 222+82.9,1.0'12T I o I ( I , fr ' I 1 4 221+70.1,78.3'RT 81 221+64.9,21.0 RT 5 221+73.0,130.8'LT 82 221+85.0,33.1'RT I I SI ' 41. I - - 8 222+70.8,60.T LT 63 221+83.1,48.5'RT I I -.1, C3 UE - OHE t © O FE15 ET II 7 222+78.4,81.7 LT 71, 222+12.0,70.9'RT I. L, }, "I 0 �����►��e� 4-- 8 222+70.1.8.9'LT 81' 222+02.2,49.1'LT I 1 PROJECT NO: 111002-00 DESIGNED BY: J. RESLER NO DATE BY REVISION DESCRIPTION --- - PROJECT DATE: 06/30/2011 CHECKED BY; J. RESLER V Foth US HIGHWAY 6 AND SYCAMORE STREET INTERSECTION IMPROVEMENTS US HIGHWAY 6 AND SYCAMORE STREET N.03 CAD DATE: 2/17/2012 12:15:44 PM DRAWN BY: TRAFFIC SIGNAL LAYOUT CAD FILE: XACR\IE\2011\111002-00\CAD\Plans\111002-OD_NO3.shc CITY OF IOWA CITY,IOWA N ) JA , N ITEM STATION,OFFSET DISTANCE FROM STOP BAR ITEM STATION,OFFSET --- —� -- -- 1llk _ __ _ 414 — — (W DETECTION ZONES JUNCTION BOXES(CENTER OF JUNCTION BOX) C!) '"i I (LEADING EDGE,CLOSEST TO INTERSECTION) 7E1 218+66.0,51.6'RT R * "WO( 1111111.111. N N / � 64 219+98.0,21.0'RT 165' 67' MAST ARM o 15 FEET 65 219+98.0,33.0'RT 165' 66 219+03.0,21.0'RT 260' US HWY 6 6T 219+03.0,33.0'RT 260' //////, _- ��f.1� tfifirrillil111 66-I 641 I 61 -- = INSTALL WATER PROOF SPLICE ENCLOSURE - -' '- - --I - - -- -J .....m HH 7E (BURIED) _ _ ^� SPLICE ALL FIBERS ��� 111 62 -- , i - -- - - - "ice ��+z7� � � 1..._, u S,:,N it 7........gmlei! ---I___. /1 _ _ _ _ __ _ EXISTING CONDUIT 7E - - N �`�!, ,� - ' EXISTING 1-12SM/12MM FO .4 ;-,5. - -- - - - 5•:.S. - ' - - -- St.S. — - - - ■'^i, N.'�' �„ ►. 1 410' OF 2" HOPE ABANDON EXISTING INTERCONNECT AND CONDUIT 1 HH 7E (BURIED) TO HH 2 HH 7E (BURIED) TO HH 8E (BURIED) I �,�u 1 1-12SM/12MM FO I e ._ �' I - l-TR/I-PT II A e\ _ , \, 0 -- 0 li \'' '� I 0 STATION,OFFSET DISTANCE FROM STOP BAR ITEM STATION,OFFSET 0 O B AUTOMATIC Ff �,• + + TRAFFIC RECORDER \ \• I / CO) DETECTION ZONES JUNCTION BOXES(CENTER OF JUNCTION BOX) I 0 _ — _ r• -- --N - 8E 225+33.6,53.7'RT — — N - - -- _ _-- _ - (0N -1 C .—(LEADINGEDGE,CLOSESTTOINTERSECTION) _ - N -/- — 10 226+21.7,5.1'RT I . _ •.�- - 23 224+30.0.21.0'LT 165' .A4001111111" -- -- -- - _ _, i / 24 224+30,1,33.0'LT 165' — — '— — — EXISTING CONDUIT 22 25 225+24.7,21.7 LT 260' 24 - -- • - i 26 225+24.6,33.1'LT 260 --1 L2J EXISTING WESTBOUND DETECTOR WIRE - - DO NOT DISTURB 21 1 - j 23 1 L2 J EXISTING WESTBOUND DETECTORS 4I `-` . / / ' '/ i////,/,/./// i. ,./ 00 NOT DISTURB \ \ , 0 „, 2II11IIII1I1i - 75' OF 2' HD'— - i - .��� EXISTING EASTBOUND DETECTOR WIRE 1 em1: _- I TR/PR - I l3 , I A[ 1 r 4 / EXISTING CONDUIT - OF US HWY 6 EXISTING EASTBOUND DETECTOR WIRE 1 67' MAST ARM ABANDON EXISTING INTERCONNECT AND CONDUIT EXISTING CONDUIT EXISTING EASTBOUND DETECTORS , I , HH 7E (BURIED) TO HH 8E (BURIED) EXISTING 1-12SM/12MM FO DO NOT DISTURB N _ 14 l ' THE CONTRACTOR SHALL PULL THE EXISTING - .01* - Alf/l w --4- _ _ _ _ _ _ _ _ __ _ - -- -- -- - -- -- - - - - - - ` EASTBOUND LOOP DETECTOR WIRE BACK TO THE SPP -r - _ - - - — - ___� ` — — .... EDIAN FROM THE TRAFFIC RECORDER. INSTALL M 1 �� '�' _ — Ems- THE HANDHOLE. SPLICE ANO RELOCATE THE W 260' OF 2” HDPE EXISTING CONDUIT TO THE NEW HANDHOLE.BORE 7 / U HH 2 TO HH 8E (BURIED) INSTALL WATER PROOF SPLICE ENCLOSURE ANEW 2' HOPE CONDUIT FROM THE HANDHOLE ° FT:Ira 1-12SM/12MM FO HH 8E (BURIED) 8E TO THE EXISTING TRAFFIC RECORDER.AND; �S % i 1-TR/1-PT SPLICE ALL FIBERS REINSTALL THE EXISTING EASTBOUND DETECTOR 1 • •--- '-i WIRE BACK TO THE TRAFFIC RECORDER, PROJECT NO: 111002-00 DESIGNED BY: J. RESLER NO DATE BY REVISION DESCRIPTION SHEET NO. • PROJECT DATE: 06/30/2011 CHECKED BY: J. RESLER Foth US HIGHWAY 6 AND SYCAMORE STREET CAD DATE: 2/17/2012 12:15:46 PM DRAWN BY: INTERSECTION IMPROVEMENTS US HIGHWAY 6 AND SYCAMORE STREET N.04 CAO FILE, %:\cR\IE\2011\111002-00\CAD\Plein\111002-00 M04.ent v CITY OF IOWA CITY,IOWA ADVANCED DETECTION I IT INTERCONNECT SUGGESTED TIMINGS AM PEAK (SECONDS) ABBREVIATIONS I - US HIGHWAY 6 AND SYCAMORE STREETw SIG SIGNAL HEAD CABLEcr PHASE 1 2 3 4 5 6 7 8 PED PEDESTRIAN HEAD AND PUSHBUTTON CABLE 1 3 AT 945' EACH, 2" HOPE MINIMUM GREEN 5.0 10.0 5.0 7.0 5.0 10.0 5.0 7.0 CNTRL SIGNAL CONTROLLER POWER CABLE 0I- HH 7 TO HH 9 PASSAGE • 3.0 3.0 3.0 _ 3.0 3.0 3.0 3.0 3.0 STLT STREET LIGHT POWER CABLE II J_I 1-TR/3-PT MAXIMUM I 5.0 21.5 5.3 18.2 8.5 18.0 10.0 13.5 GR GROUND WIRE 1c#6 Q w TR TRACER WIRE 1c/j10 U \ MAXIMUM II PT PULL TAPE YELLOW CHANGE 4.0 4.0 _ 3.5 3.5 4.0 4.0 3.5 3.5 Y1 FUSED WYE CONNECTOR FOR STREET LIGHTING >-I- RED CLEARANCE 2.0 2.0 3.0 3.0 2.0 2.0 3.0 3.0 Y2 NON-FUSED WYE CONNECTOR FOR STREET LIGHTING \ WALK _ 7 7 Y3 NON-FUSED WYE CONNECTOR FOR STREET LIGHTING a \ PEDESTRIAN CLEARANCE16 19 L1 FUSED IN-LINE CONNECTOR FOR STREET LIGHTING _ ADDED INITIAL L2 NON-FUSED IN-LINE CONNECTOR FOR STREET LIGHTING U \ 1-LI TIME TO REDUCE HH HANDHOLE f 1 g \ I-L2 20' OF 3" HDPE VIDEO COAX, P/F VIDEO DETECTION COAXIAL AND POWER/FOCUS CABLE 321 7c (SIG) TIME BEFORE REDUCTION FO FIBER OPTIC CABLE 1 J40 O I-4c (SIG) c_-3 1-9c (PED) MINIMUM GAP SM SINGLE MODE FIBER OPTIC CABLE ® + \ 1-VIDEO COAX, P/F -- I^.-.1 MM MULTIMODE FIBER OPTIC CABLE 41' 2-Ic#10 (STLT) C.1 SUGGESTED TIMINGS OFF PEAK (SECONDS) 1I-�z OEil I I I °� \ 1 GR/1 TR/1 PT � :�7 ��� US HIGHWAY 6 AND SYCAMORE STREET - _ _ L I- 1- � a3 7 ^„�� - ��Y. PHASE 1 2 3 4 5 6 7 8 81 31 �!C^) MINIMUM GREEN 5.0 10.0 5.0 7.0 5.0 10.0 5.0 7.0 10' OF 3" HOPE I 1 1311 ��)" 42 6 2 Y3 PASSAGE 3.0 3.0 3.0 3.0 3.0 3.0 3.0 3.0 1-7c (SIG) ° IV47 h1 ""f7s „ 1 4c (SIG) LI L I I 55' OF 4" HDPE MAXIMUM I 7.0 21.5 5.3 16.2 8.5 20.0 8.0 13.5 2-7c (SIG) ;- w - MAXIMUM II 2-Ic#10 (SILT)1-VIDEO COAX, P/F 71 T 41 2-4c (SIG) \I I t TR/32PT EACH. 2" HOPE YELLOW CHANGE 4.0 4.0 3.5 3.5 4.0 4.0 3.5 3.5 1-GR/1-TR/I-PT OE 1-9c (PED) 100' OF 3" HOPE • 2-VIDEO COAX, P/F 1 N) RED CLEARANCE 2.0 2.0 3.0 3.0 2.0 2.0 3.0 3.0 2-1c#10 (STLT) + _ WALK 7 7 1 7c (SIG) 1-GR/1-TR/1-PT I PEDESTRIAN CLEARANCE 16 19 67' MAST ARM 22 1-4c (SI COAX, P/F -- + J ADDED INITIAL ' 2-Ic#10 (SILT) 2T T TIME TO REDUCE - 1 GR/I TR/1-PT PT 15' OF 2" HDPE r + r - 1 TIME BEFORE REDUCTION 21 19c (PED) I 21 J ® 1-GR/1-TR/1-PT - 1- -1-- - MINIMUM GAP $ , : O Y® I US H W Y 6 -1 I. r8i SUGGESTED TIMINGS PM PEAK (SECONDS) t - - _Q �7 US HIGHWAY 6 AND SYCAMORE STREET 6' 1 721 1 -11 - ® 51 I -1_5 - • PHASE 1 2 3 4 5 6 7 81 1 - ,_ _ i MINIMUM GREEN 5.0 10.0 5.0 7.0 _ 5.0 10.0 5.0 7.0 I '-'� 8' I��'--Z4 -�I PASSAGE 3.0 3.0 3.0 3.0 3.0 3.0 3.0 3.0 75' OF 4" HOPE O O 51 2-7c (SIG) e✓ MAXIMUM I 10.0 21.2 5.3 13.5 8.5 22.7 5.3 13.5 2-4c (SIG) MAXIMUM II - 1 2-9c (PED) 1 IE YELLOW CHANGE 4.0 4.0 3.5 3.5 4.0 4.0 3.5 3.5 -61 2-VIDEO COAX, P/F B1 1 - J 2-lc#10 (SILT) RED CLEARANCE 2.0 2.0 3.0 3.0 2.0 2.0 3.0 3.0 1-GR/I-TR/1-PT I I r WALK 7 7 PEDESTRIAN CLEARANCE 16 19 I 62 1 46 62 1 67' MAST ARM ADDED INITIAL - - - - J TIME TO REDUCE 410' OF 2" HOPE TIME BEFORE REDUCTION HH 7E (BURIED) TO HH 2 - - MINIMUM GAP 1-12SM/12MM FO I 63 1 65 64 , 63YeI 120' OF 2"MM FO HOPE1 TR/1 PT2 1-TR/I PT o _Q 31 -a 4c SIGNAL WIRE COLOR CODE 7c SIGNAL WIRE COLOR CODE _\ _ _ _ _ - - - - - - � 2 � 1-LI 10' OF 2" HDPE 1 L2 INSULATION STRIPE SIGNAL INSULATION STRIPE SIGNAL I-9c (PED) O260' OF 2" HDPE 7 COLOR COLOR INDICATION COLOR COLOR INDICATION 1-GR/I-TR/1-PT 15' OF 2" HDPE7....k\il ' HH 2 TO HH 8E (BURIED) O & 1I 1 1-GR/ITR)/I PT 15' OF 3" HDPE i 12SM/12MM FO GREEN - GREEN BALL GREEN - GREEN BALL o81 / 1 TR/1 PT BLACK - YELLOW BALL ORANGE - YELLOW BALL ir • 171 1 I41 I ' 2 7c (SIG) RED - RED BALL RED - RED BALL - _ 1-4c (SIG) 10' OF 3" HDPE - 1-VIDEO COAX, P/F WHITE - COMMON BLUE - <-G(5-SEC) 1-7c SIG a V _ I - 1 ' i 2-Ic#10 (SILT) BLACK - FYA(4-SEC) 1-4c (SIG) l-LI V38 I I 1 1 - 1 GR/1 TR/1 PT WHITE - COMMON I-VIDEO COAX, P/F O l-L2 Q 9c SIGNAL WIRE COLOR CODE WHITE BLACK COMMON 2-Ic#10 (SILT) r 1-GR/1-TR/1-PT a '/ Q1 30' OF 4" HDPE 4-7c (SIG) INSULATION STRIPE SIGNAL SIGNAL & VIDEO CABLE DESIGNATION m r I 2 AT 10' EACH, 4" HOPE 3-4c (SIG) COLOR COLOR INDICATION p 72 5-7c (SIG) 3-9c (PED) 1 TAPE = LEFT TURN SIGNALS L_ 1 4-4c (SIG) / 2 lc#10 COAX. GREEN - W-MAIN ST 2 TAPES = THRU SIGNALS 4-9c (PED) / I N RED - DW-MAIN ST 3 TAPES = RIGHT TURN SIGNALS 4-VIDEO COAX, P/F 2-12SM/12MM FO GREEN BLACK W-SIDE ST 100' OF 3" HOPE 4-Ic#10 (SILT) / 1 1-GR/I-TR/l-PT - �) RED - BLACK DW-SIDE ST TAPE INTERSECTION 1-7c SIG 1-4c (SIG) 2 l2SM/12MM FO WHITE - - PED COMMON COLOR CORNER 2-GR/2-TR/2-PT / 317,0" ''..j 1-9c (PED) ORANGE - PB-MAIN ST BLUE NE 1-VIDEO COAX. P/F / 50' OF 2" HOPE 2-1c#10 (STLT) 2-Ic#3 (CNTRL/STLT) BLACK - PB-SIDE STORANGE SE 1-GR/1-TR/1-PT , I 1-TR/1-PT WHITE BLACK PB COMMON YELLOW SW Q PROVIDE SINGLE PHOTOCELL ON OUTSIDE OF TRAFFIC SIGNAL CABINET D FEET 5 BLUE - SPARE _ GREEN NW TO CONTROL LUMINAIRES MOUNTED ON TRAFFIC SIGNAL POLES. 3 AT 125' EACH, 2" HOPE G� SEE POWER SERVICE DETAIL ON SHEET N.11. HH 2 TO HH 9E 1-TR/3-PT ' PROJECT NO: I1I002-00 DESIGNED BY: J.RESLER NO DATE BY REVISION DESCRIPTION SHEET NO. US HIGHWAY 6 AND SYCAMORE STREET - PROJECT DATE: 06/30/2011 CHECKED BY: J.RESLER - CAD GATE: 2/17/2012 12:15:47 PM DRAWN BY: GFoth INTERSECTION IMPROVEMENTS US HIGHWAY 6 AND SYCAMORE STREET N,05 WIRING DIAGRAM CAD FILE: X:\CR\IE\2011\111002-00\CAO\Plans\I II002-00_N05.sl:t CITY OF IOWA CITY,IOWA TRAFFIC SIGNAL POLE DATA DETECTOR SUMMARY 10 TRAFFIC SIGNAL ® TRAFFIC SIGNS © VIDEO CAMERAS ® FOOTING z HEADS ON ARM ON ARM ON ARM LUMINARE ARM DIMEFSIONS o POLE POLE TOTAL 1-- I-- o Li NO. TYPE MAST ARM LENGTH LOCATION LOCATION LOCATION MOUNTING (ORIENTATION DIA. DEPTH MISCELLANEOUS QUANTITY ''' `'' (FT.) ON ARM ON ARM ON ARM SPREAD HEIGHT Z QTY. QTY. QTY. QTY. (DEGREES) (FT.) (FT.1 (FT.) (FT.) (FT.) (FT.) (FT.) CO0] w Z z COMBINATION DETECTOR N I a x m o v1 COMMENTS 1 65.0',43.0', 63.0',61.0', NUMBER U w - w SIGNAL/LIGHTING 67' 4 31.0',18.0' 4 24.0',14.0' 1 50.0' 1 15' 30' 315 3' 16.0' GALVANIZED STEEL 1 N aw w y O w 2 PEDESTAL POLE 2' 3'— 10' PEDESTAL HEIGHT 1 as o 2 i w o z BREAK AWAY BASE a a a o z 3 COMBINATION 37.s',22.0' 36.5',33,5'. SIGNAL/LIGHTING 40' 2 3 12.0' 1 31.0' 1 15' 30' 315 3' 10.5' GALVANIZED STEEL 1 71 VIDEO 4 7,4 1 4 PEDESTAL POLE10' PEDESTAL HEIGHT 1 72 VIDEO 7 7 1 2' 3 BREAK AWAY BASE 81 VIDEO 8 8 5.0 1 5 COMBINATION 65.0',43.0', 63.0',61.0', i 1 VIDEO 6 1.6 1 SIGNAL/LIGHTING 67' 3 31.0' 3 22.0' 1 50.0' 1 15' 30' 315 3' 20.0' GALVANIZED STEEL 1 12 VIDEO 1 1 1 COMBINATION 44.0',41.0', 21 VIDEO 2 2 1 ry 6 SIGNAL/LIGHTING 47' 2 45.0',29.5' 3 18 0, 1 35.0' 1 15' 30' 315 3' 11.5' GALVANIZED STEEL 1 22 VIDEO 2 2 1 23,24 VIDEO 2 2 1 X ry _ 10' PEDESTAL HEIGHT - 7 PEDESTAL POLE 2' 3' 1 25,26 VIDEO 2 2 1 X C"'. 11 BREAK AWAY BASE " 1002 AND©LOCATION REPRESENTS APPROXIMATE LINEAR DISTANCE FROM POLE MEASURED OUTWARD TO END OF ARM. 31 VIDEO 8 3,8 1 �i r,y [yJ ®ORIENTATION OF LUMINARE ARM REPRESENTS A CLOCKWISE ANGLE MEASURED FROM THE CENTERLINE OF THE MAST ARM. 32 VIDEO 3 3 1 _ US HIGHWAY 6 AND SYCAMORE ST 41 VIDEO 4 4 5.0 1 -- --J PHASE SEQUENCE NOT ALLOWED 401,402,403 X 4 --e r-51 PROPOSED FLOW DIAGRAM FROM TO 51 VIDEO 2 5.2 1 -f-, 'b US HIGHWAY 6 AND SYCAMORE STREET 02+06 02+05. 01+06 6152 VIDEO 5 5 1 , _- ) - ---9 61 VIDEO 6 6 1 C) r '� 0 > o D 03+08 e > 04+08 03+08. �4+� 62 VIDEO 6 6 1 �\ DUAL ENTRY PHASES 63 VIDEO 6 6 1 �" 01+05 ,�= 5 �' '( \- 0,07 �, 02+06. 04+08 64,65 VIDEO 6 6 1 X t+-111110- 02+06 03+07 04+08 66,67 VIDEO 6 6 1 X /� 0 /� /� �/ CONTROLLER/BACK 601.602 X 6 4 ® ® 4 ® 4 ® �— ® 44 ' PANEL DATA FLASHING OPERATION PROPOSED SIGNAL HEAD LOCATIONS --10110— INDICATES FLOW PATH WITH ALL PHASES DEMANDED PHASES USED 8 US HWY 6 RED 0 INDICATES OPTIONAL FLOW PATHS WHEN SOME PHASES EXPANSIBLE TO: 8 SYCAMORE RED 5 i— r ♦ ARE NOT DEMANDED AT THE SAME TIME OF RIGHT-OF-WAY TRANSFER PROPOSED PHASE SEQUENCE CHART MINIMUM QUANTITY OF 16 PEDESTRIAN DARK ♦ PT US HIGHWAY 6 AND SYCAMORE STREET BACK PANEL POSITIONS: I Ai ui 03+08 ' N ® zsz _ i ® 03 08� A N 0 � /1\ - Av. .41 ®I + 7 04+07 04 1 e o I I; 01+05 01+06 02+05 02+06 03+07 04+07 03+08 04+08 APPROACH SIGNAL HEAD NO. W CLEAR TO 0 CLEAR TO 0 CLEAR TO 03 CLEAR TO 0 CLEAR TO 0 CLEAR TO 0 ; CLEAR TO 0 3 CLEAR TO 0f #-4 0 1+62+5 A0 0 1+51+52+6 A0 A0 1+52+6 A0 a A0 A0 a 4+73+8 A0 3+73+74+8 A0 A0 w 3+74+8 A0 w w a D: A0 A0 1 0 WESTBOUND 51 <6 4Y• <6 < <R x-ft <6 4* ** ‹r-rfrr hr <x <ft <ft <it <It <It- LEGEND 21,22 RRRR RRRRRRGYGY G G Y RRRR RRRRRRRRRR R R R —► ACTUATED VEHICULAR MOVEMENT US HIGHWAY 6 —D NON-ACTUATED VEHICULAR MOVEMENT — —► PARTIALLY RESTRICTED VEHICULAR MOVEMENT D ACTUATED PEDESTRIAN MOVEMENT EASTBOUND 11 <G 46 (Y- 4W <6- <G E6 4* <G <Y- <R <R <R <R Err`<FY- A` <R <R <R <R <R <R <R <R < . <R <R <R <R <R <R <R <R — —I> NON-ACTUATED PEDESTRIAN MOVEMENT - - - - - - R/W RIGHT OF WAY INTERVAL 61,62 RRRR G ' G Y G G Y R R R R G G Y R R R R R R R R R R R R R R R R R _ 0 TRAFFIC PHASE US HIGHWAY 6 63 RRRR GGYGGYRRRR G G Y 6>R/R,/R� R R�R�Rl R ^l R R R R R R R R CIRCULAR RED ��'/�' /T' /� Y CIRCULAR YELLOW 64,65 DW DW DW DW W FDW DW W FDW DW DW DW DW DW W FDW DW DW DW DW DW DW DW DW DW DW DW OW DW DW DW DW DW DW G CIRCULAR GREEN NORTHBOUND 71 <R <R <R <R <R <R• if if if if if <R if <R if <R if <6 46 A- 4* <6 46 <6 , <6 - <R <R <R <R <FY <rr- <'f S GREEN STRAIGHT AHEAD ARROW - <R RED LEFT ARROW 41,42 RRRR RRRRRRRRRR R R R RRRR GGYGGYRRRR G G Y +n FLASHING YELLOW LEFT ARROW SYCAMORE STREET 43,44,45,46 DW DW DW OW OW I DW DW DW OW DW DW OW BW DW DW DW Dw DW DW DW OW W FDW DW W FOW DW Dw Dw Dw DW W FDW Dw 4W YELLOW LEFT ARROW - - — <6 GREEN LEFT ARROW -Y-> YELLOW RIGHT ARROW SOUTHBOUND 31 <R <R <R <R <R <R <t <R <R <R <R. <R <R <R <t <R <R 46- <Y- <6 H< <R <R <R <R <R <R <G <6 4Y• <f't<flr 4* G> GREEN RIGHT ARROW - - - - - - W WALK 81,82 RRRR RRRRRRRRRR R R R RRRR RRRRRROYGY G G Y DW DON'T WALK FDW FLASHING DON'T WALK SYCAMORE STREET AZ ALL OTHER PHASES PRI PREEMPT UI PROJECT NO: 111002-00 DESIGNED BY: J. RESLER NO DATE BY REVISION DESCRIPTION SHEET NU. PROJECT DATE: 06/30/2011 CHECKED BY: J. RESLER CAD DATE: 2/17/2012 12:15:47 PM DRAWN BY; \ / Foth US HIGHWAY 6 AND SYCAMORE STREET v INTERSECTION IMPROVEMENTS US HIGHWAY 6 AND SYCAMORE STREET N.06 ', r '�',,,-,,.:ll002-DD\CAD\Plarn\111002-00-Ro6.. - CITY OF IOWA CITY,IOWA SIGNAL INFORMATION 4. { ,. \ �. O O O ITEM STATION,OFFSET I , i I ■ ! ",� QI" 0 0 . N; I i g N �� x M ) I ______A 1 JUNCTION BOXES(CENTER OF JUNCTION BOX) I• - .:'u O • - I II 9E 120.73 7,43.5'RT _ — — I • • co co cR 1 J l moi, 9I } - T`=��,_, rt' l 4 10' OF 2" HDPE I • 1 • I ',a = '* O Q c; I 1 • d HH 7E (BURIED) TO HH 24t.:11_ ` s 6 -1 1 125M/12MM FO :, I iI I� i 7l — - -_ `�� R/W _ 1-TR/1-PT 2 /, I■J' © �"�`Ti 1 -p R/W - R/W -. - R/W `4� �.�� Ia T1 — — — — T1 — — _ OHE --.:1-- Y, ® iiis d o fy— LIT---:_,_: - - F0 ORE - - - - OHE- � �. _ • -. . . i ri ki f i . v . • _ _ _ _ _ _ _ _ _ _ _ _ =__ ,___ ___ ,_ _ _ _ _ _ _ _,_, _ _____, _________ ___ ____ _ _ _ __ _____ _ _ ____ 214 222+0' SYCAMORE STREET ._.`V 'V V '_ 'V h 3 AT 945' EACH 2" HDPE v> Ci.alb' II • 3 AT 120' EACH 2" HDPE m HH 7 TO HH 9 �♦♦ I 1-TR/3-• — _ — _ 1-TR/3-PT ' ,,,..... Alo II ~J o — St.S. a ►la li - E 'i�':�► © _ -- OHE — ORE Q - .. OHE ��© �i .• /OHE A r ----� ,i!L -- OHE -- OHE n Y ^ r,. _ -/ / OF 4" HDPE /4\ 2 AT 10' EACH, 4" HOPE wt �O _ il 1 ° ` HH TO HH 3 ` a HH 1 TO Cp1RL «o= ■ © - -�- — _4=7 /N(SIG) 5-7c (SIG) _ _ o /, 3-4c (5[G) 4-4c (SIG) , A 11, —►�� �, A 3-9c (PED) 4-9c (PEO) ■ —► 260' OF 2" HDPE 2 10' OF 2" HOPE 3-VIDEO COAX. P/F 4-VIDEO COAX. P/F 1�\ 0 FEET 20 3 AT 125' EACH 2 HDPE HH 2 TO HH 8E (BURIED) HH 2 TO HH 3z 1-TR/3-PT X 1 ; a ® 2-1c#10 (SILT) 4-1c#10 (SILT) \/ X 1; - � 1-12SM/12MM FO 2-12SM/12MM FO ' ■ © 1Li II I 1-TR/1-PT 1 TR/l PT 2 12SM/12MM FO 2 12SM/12MM F0 r 1-GR/l-TR/l PT 2-GR/2-TR/2-PT o o O 0 O O + + + + + + to I, co G. 0 ** (Ox® to toto 0 toD Ar * x x 6 ITEM STATION,OFFSET I. JUNCTION BOXES(CENTER OF JUNCTION BOX) C) 91 8009+88.2.25.7'RT x + _ * O A x x ^�-1- p/ OHE --- .. - - - IB�•..+�+•'•R-r =311'tl[ nuc H/w- f1H& - - OHF - 'I 1W-0 - - - _ R/W OHE R/W __ -_- a 3 AT 945' EACH 2" HDPE n HH 7 TO HH 9 FUTURE CONDUITS ir._ - ------ — - —----------------—— ---- -Ti _- TABULATION OF MAJOR SIGNAL EQUIPMENT CONDUIT QUANTITIES • LOCATION EQUIPMENT Video Detection System From To 2"Dia 3"Dia 4"Dia HOPE NEMA Solid State NEMA Cabinet and Accessories HDPE HOPE INTERSECTION w/Meter Socket 24"Cabinet Riser UPS Concrete Cabinet 4 Cameras, 1 PTZ Traffic Monitoring Camera, Controller and Accessories System Footing and Pad Cat5 Cable,Cabinet Accessories,Hardware, US HIGHWAY a AND SYCAMORE ST 2 Breaker Disconnect _ Brackets,Camera Risers and Misc.As Needed Controller Service 50 Controller Handhole No.1 20 US HIGHWAY 6 AND SYCAMORE ST 1 1 1 1 1 1 Handhole No.1 Handhole No.3 _ 30 TOTAL= 1 1 1 1 1 1 Handhole No.1 Handhole No.4 100 Handhole No.3 Signal Pole No.1 15 p" FOOTING AND HANDHOLE QUANTITIES Handhole3 Signal Pole No.2 15 _ `- STREET LIGHT QUANTITIES Handhole No.3 Handhole No.8 �- m Concrete Handhole Handhole WYE CONNECTORS LUMINAIRES Handhole No.4 Signal Pole No.3 _;`�0 r-r e 11 Item/Location Footings Type 1 Type 3 COMMENTS 120 Volt/250 Watt NPS g r 17"x30' 24" LOCATION L1 L2 Y3 Cutoff Style Cobra Head Handhole No.4 Signal Pole No.4 10 - ..., US HIGHWAY 8 AND SYCAMORE ST Handhole No.5 Signal Pole No.5 C -. 10 US HIGHWAY 8 AND SYCAMORE ST Handhole No.5 Handhole No.6 —i!�b0 J Signal Pole No.1 1 3.0'Diameter X 16.0'Deep Footing At Handhole No.3 2 `;'1 Fri -�r y - Handhole No.6 Signal Pole No.6 r..-7- -.7.- i Signal Pole No.2 1 2.0'Diameter X 3.0'Deep Footing At Handhole No.6 2 Handhole No.6 Handhole No.8— SEs-- Signal Pole No.3 1 3.0'Diameter X 10.5'Deep Footing At Signal Pole No.1 1 1 1 Handhole No.86 Signal Pole No.7 15 - Signal Pole No.4 1 2.0'Diameter X 3.0'Deep Footing At Signal Pole No.3 1 1 1 Handhole No.10 Traffic Recorder 75 Signal Pole No.5 1 3.0'Diameter X 20.0'Deep Footing At Signal Pole No.5 1 1 1 fss: SUBTOTAL= 165 255 180 Signal Pole No.6 1 3.0'Diameter X 11.5'Deep Footing At Signal Pole No.6 1 1 1 EXTRA= 8 13 9 Signal Pole No.7 1 2.0'Diameter X 3.0'Deep Footing TOTAL= 4 4 4 4 TOTAL= 173 268 189 Handhole No.1 1 Handhole No.3 1 Handhole No.4 1 SIGNAGE QUANTITIES Handhole No.5 1 LEGEND LETTER A B C D E Handhole No.6 1 SIGN TYPE Left Tum Yield On Left Tum Only Right Tum Only Hwy 6 Sycamore St Pedestrian PB Sign Handhole No.8 1 Flashing Yellow Arrow ' Handhole No.10 1 SIZE 30"x36"R1OSpecial 30"x36"R3-5L 30"x36"R3-5R 48"x18" 72"x18" Self Adhesive TOTAL= 7 5 2 MOUNTING LOCATION Horizontal Arm Horizontal Arm Horizontal Arm Horizontal Arm Horizontal Arm Vertical Shaft INSTALL ONLY TRAFFIC SIGNAL POLE QUANTITIES US HIGHWAY 8 AND SYCAMORE ST INSTALL ONLY Signal PoleNo.1 1 1 1 1 Signal Pole No.2 2 Mast-Arm Signal Pole No.3 1 1 1 Pole Ped No. Length Pole Remarks Signal Pole No.4 1 Feet Signal Pole No.5 1 1 1 US HIGHWAY 8 AND SYCAMORE ST Signal Pole No.6 1 1 1 1 1 67 Include 15'single tapered style luminaire arm with 30'mounting height,anchor base,galvanized Signal Pole No.7 1 2 X Pedestal pole for mounting pedestrian head(side-of-pole mount)and pushbutton,10'height TOTAL= 4 4 1 2 2 5 3 40 Include 15'single tapered style luminaire arm with 30'mounting height,anchor base,galvanized WIRE QUANTITIES IN FEET 4 X Pedestal pole for mounting pedestrian head(side-of-pole mount)and pushbutton,10'height 5 67 Include 15'single tapered style luminaire arm with 30'mounting height,anchor base,galvanized From To Pull lc#10 #6 Bare 1c#3 lc#10 Coax/Power/Focus Ped Tape Tracer Copper Service Street Light Video Cable 9c#14 4c#14:7c#14 6 47 Include 15'single tapered style luminaire arm with 30'mounting height,anchor base,galvanized 7 X Pedestal pole for mounting pedestrian head(side-of-pole mount)and pushbutton,10'height US HIGHWAY 8 AND SYCAMORE ST Service Controller 120 Controler Signal Pole No.1 160 80 80 160 TRAFFIC SIGNAL HEAD QUANTITIES Controller Signal Pole No.2 80 5-Sect.12"Cluster Mounting Controller Signal Pole No.3 _ 290 145 145 145 Pole Signal Head 3-Sect. 4-Sect.12'RYFYG Arrows 12"Dual Unit Pedestrian Back w/Yellow&Green Controller Signal Pole No.4 145 No. Number 12"RYG w/Flashing Left Turn Arrow Right Tum Arrows Countdown Hand/Man Pushbuttons Plate OH Side Controller Signal Pole No.5 320 320 320 US HIGHWAY 8 AND SYCAMORE ST Controller Signal Pole No.6 225 225 225 225 1 11 1 1 1 Controller Signal Pole No.7 180 1 6152 2 2 2 Handhole No.3 Signal Pole No.5 540 1 63 1 1 1 Handhole No.6 Signal Pole No.6 70 2 46,64 2 2 2 At Signal Pole No.1 110 80 134 143 3 31 1 1 1 At Signal Pole No.2 _ 20 3 81,82 2 2 1 1 At Signal Pole No.3 110 61 72 68 4 65 1 1 1 At Signal Pole No.4 20 5 51 1 1 1 At Signal Pole No.5 110 80 134 95 5 21,22 2 2 2 At Signal Pole No.6 110 65 20 80 75 6 71 1 11 At Signal Pole No.7 _ 20 6 41,42 2 2 11 1 Throughout 600 600 550 - 6 43 1 1 1 SUBTOTAL= 600 600 550 120 1500 1056 , 690 1190 1231 7 44,45 2 1 2 _ EXTRA= 12 12 17 4 45 32 21 36 37 TOTAL= 8 4 1 6 5 13 11 8 TOTAL= 612 612 567 124 1545 1088 711 1226 1268 PROJECT NO: 111002-00 DESIGNED BY: J. RESLER NO DATE BY REVISION EESCRIPTION _ Si-.EET ND. PROJECT DATE: 06/30/2011 CHECKED BY: J. RESLER IOtIi US HIGHWAY 6 AND SYCAMORE STREET CAD DATE: 2/17/2012 12:15:50 PM DRAWN BY, 9Foth INTERSECTION IMPROVEMENTS US HIGHWAY 6 AND SYCAMORE STREET N.08 CAD FILE: X:\CR\IE\2011\111002-00\CAD\Plans\111002-00-N08.sht CITY OF IOWA CITY,IOWA TRAFFIC SIGNAL QUANTITIES IT!INTERCONNECT HANDHOLE/SPLICE ENCLOSURE QUANTITIES Handhole Water Proof! item/Location Type 2 Splice COMMENTS C=+ 30'X48" Encbsure I G rV U9 HIGHWAY 0 AND SYCAMORE ST cj T1 Handhole No.2 1 I Handhole No.7 1 Handhole No.9 1 , r Handhole No.7E 1 --{C":/ $ Handhole No.8E 1 ��. TOTAL= 3 2 C:z N IT!INTERCONNECT CONDUIT QUANTITIES From To 2"Dia HDPE US HIGHWAY 8 IT!INTERCONNECT Handhole No.2 Handhole No.3 10 Handhole No.2 _ Handhole No.7E 410 Handhole No.2 Handhole No.8E 260 SYCAMORE STREET IT!INTERCONNECT Handhole No.2 Handhole No.7 360 Handhole No.2 Handhole No.9E 375 Handhole No.7 Handhole No.9 2835 SUBTOTAL= 4250 EXTRA= 85 TOTAL= 4335 IT!INTERCONNECT WIRE QUANTITIES IN FEET 12SM/12MM From To Pull 1c#10 Fiber Optic Tape Tracer Hybrid Cable US HIGHWAY 6 AND SYCAMORE ST Throughout 4250 1870 770 SUBTOTAL= 4250 1870 770 EXTRA= 85 37 15 TOTAL= 4335 1907 785 PROJECT N0: 11[002-00 DESIGNED BY: J. RESLER NO DATE BY REVISION DESCRIPTIONUS HIGHWAY 6 AND SYCAMORE STREET SHEET NO. PROJECTOADATE:2/ 06/30/20111CHECKED BY: J. RESLER F' tI INTERSECTION IMPROVEMENTS US HIGHWAY 6 AND SYCAMORE STREET CAD DATE: :\CR\I0 I2 12:10\C \PPM ORAWN IT/INTERCONNECT QUANTITIES N.09 CAD FILE: X:\CR\IE\2011\111002-00\CAD\Plans\111002-00 NOR.sht CITY OF IOWA CITY,IOWA • Anchor nut covers as specified by pole monufacturer. MAST ARM POLE FOOTING SCHEDULE Anchor bolt projection as specified by pole manufocturer. MAST ARM FOOTING DEPTH Leveling nuts under pole bose for LENGTH DIAMETER (L) V BARS "S" BARS 2"0 Spore Conduit raking pole. PEDESTAL — (Threaded and capped) Metal strips for skirt. BASES 2-0" 3'-0" NO STEEL REQUIRED NO STEEL REQUIRED -, { 1/2" expansion material. Unpaved Areo _ 20' OR LESS 3'-0" 7'-6" 8 - I7 BARS x 7'-0" 8 - #4 BARS ® 12"MA% 3'-0" Finish Grade U Paved Areo iv M 22' - 28' 3'-0" 8'-6" 8 - N7 BARS x 8'-0" 9 - N4 BARS 012"MAx .. �? Finish Grade (2) Additional Ties 6„ Lui.J _� ������� on Top for "SPECIAL" Footing 30' - 44' 3'-0" 10'-6" 8 - 17 BARS x 10'-0"11 - I{4 BARS 0 12-MAX �1- ■1111111111 111111111.11m (See Footing Schedule) - ■1111111111■�� (Signal Pole Footing #5) 46' - 48' 3'-0" 1 1'-6" 8 - I7 BARS x 11'-0"12 - 14 BARS U 12"MAX E �11►►I11111■y Mounting Plate for Luminaire. _ mn _ Factory drill bolt pattern. r_•:frilli.i 50' - 55' 3'-0" 12'-0" 8 - 17 BARS x 11.-6"16 - N4 BARS U 12-MAX Position Mounting Plate to • be 27'± from pavement surface. o y Anchor bolts as specified Signal Head Signal Head o ° '��' L by pole manufacturer 56' - 60' 3'-0" 14'-0" 8 - 17 BARS x 13'-0"I6 - 14 BARS U 12"MAX centered on centered on m "„ 61' - 70' 3' 0" 16'-0" 8 - N7 BARS x 15'-0"`6 - #4 BARS 012"Max opposing opposing 5/8" Copperweld ground rod. t_, lane Traffic lane Street Nome w L? 1■�i SPECIAL ZZ- /4030"0 012"OC Sin3'-0" 20' 0" 8 19 OARS x 19' 6" Control Sign 9 I 'V" Bars VerticallySIGNAL POLE FOOTING #5 MA7( + 2 AD ,p�T TOP (Typical) Spaced Equally 6 1 / +_._ MAST ARM POLE FOOTING SCHEDIJLEl: Varies � "�-�'.._-� � �•--� �� 0 0 L ? N E NOTES: --i 31 ii .:.<., I O O M f 1. GROUNDING SHALL BE IN ACCORDANCE' WI•T I'SEC-4N 2523,0.4• O 0 — AND ELECTRICAL TESTS PERFORMED IN ACCORDANCE WITH' _, SECTION 2523.21 OF IOWA D.O.T. STANDARD-.SPECIEIICATIONS -__..,/ FOR HIGHWAY & BRIDGE CONSTRUCTION..: - GALVANIZED "5" BARS 2. TOP AND BOTTOM "S" MAY BE WELDED TO "V" BKA�y. fPOLE • REMAINING "S" BARS SHALL BE WIRED TO "V" BAR. V" BARS 3. IN PAVED AREAS, TOP 6" OF FOOTINGS SHALL BE FORMED IN A 3' x 3' SQUARE. EXPANSION MATERIAL SHALL BE PLACED • BETWEEN FOOTING AND PAVED AREA. 4. SPARE CONDUIT IS INCIDENTAL TO THE POLE FOOTING. o - _ o ,. PEDESTRIAN O ti RS SIGNAL MAST ARM POLE FOOTING RS ±19'-O" z PEDESTRIAN ❑ 15'-6" 25.6' PUSH BUTTON i Min. Max` SIGN Ioa'� „ i No. 6 BARE COPPER GROUND CONDUCTOR FROM INTERNAL IF A 1/2" OR GREATER • GROUNDING NUT TO CLAMP GAP EXISTS BETWEEN THE iiBASE OF THE POLE AND 10'-0" Normal ON GROUND ROD FOOTING, THE CONTRACTOR PUSH , $'-6" MinimumLj. SHALL INSTALL EXPANSION BUTTON�0 14'-6" Maximum GROUT AND A WEEP HOLE m'.;T ,r._:.. PEDESTRIAN • .=1-_11-11- al">.-"'`%`' ?I1-1f Service Disconnect. Provide 2 Single-Pole Circuit Breakers, MAIN STREETSIDE Meter One for Traffic Signals, One for Lighting. In NEMA 3R Enclosure. `�•Controller - 44" - Cabinet - / Intermatic K4121 Photocell, or Equal I Meter r _ / - See Note 4 �',.._.i- Jo!!! Iv 3.. — Junction Box NOTE: See plan for conduit sizes. U --r1 � r, rn ir __LI— IL _ _r I� �H-1— _-:-1_,-1 6.5" to 8" ---1 C7—4#10. 3#14(Photocell), 1#10G. 1"C NOTES: 1I1I1II _ 0 _ �I�I�I� 1. Unused stubs will be threaded-Qircoppacb to See Note 4 I I I with threaded metol pipe cops. r' _ 2. All used stubs will have metal gSouriding�' r'-i il p 32" I bushing with #6 wire. - C•) 3"� �3" ^ 3. Minimum clearance between conduits will lie 2". `/ ` 4. Minimum clearance from sides will be 1� NNI 1. 5. Unused stubs will extend out beyond the LL _ , - _ _JJ 5/8" Copperweld base not less than 18". Ground Rod Power 6. All stubs extending up to the surface of the Supply base shall not be less thon 1.5" and not be more than 3" above the surface of the base. Controller Location• 7. Pipes and cops shall be held in place with Station on approved Ge bar before the base is poured. 8. Forms made of suitable material to maintain • the dimensions of the base shall be used. 9. All stubs extending above and below the base shall have the pipes copped before pouring the 11 i #8 Bore Copper in Some base, except where the pipe stub is to be used. 36" Conduit as Supply Conductors. Those stubs used shall be connected to the conduit Connect to Neutral. network and copped on the ends extending up to Bose Bose the surface of the base before the base is poured. 5/8"x10' Ground Rod 10. Conduit connected to the conduit system shall • in Controller Base be connected by o threaded coupling such os that NOTES: - supplied with conduit or on Erickson type connection - or approved equal. No set screw type connector will t 1. METER SOCKET & DISCONNECT MOUNTED TO SIDE OF CABINET WITH NO PENETRATION THRU CABINET SIDEWALL FOR WIRE LEADS. be allowed. lE Outside Dimensions of POWER SERVICE 4" P.C. Concrete Sidewalk Controller Cabinet CONTROLLER CABINET PLAN NEUT PHOTOCELL ON OUTSIDE OF THE 5 AMP Go CONTROLLER CABINET 1■1 PHOTOCELL. 1.5" ml n. 3" max. Il� Placement of anchor LFF " n FTt I H , bolts per manufacturer's requ rements "AUTO" • •4" OOX .,LC„ ti • 411)I LIGHTING CONTACTOR. LIGHTING CIRCUIT BREAKER ON THE X00 I OUTSIDE OF CONTROLLER CABINET PROVIDE 4 TERMINALS 12" min. - -_ I �- EACH WIRE 20A III _-1' L..) 0 Li :-- 30"000 48"± 12OV �' 0• I - TYPICAL LIGHT 18" .. 18"+ NEUTRAL B min. + t NOTES: 4' O" min, \\_. 1. PROVIDE ENGRAVED LEGEND PLATES FOR DEVICES WITH WORDING AS INDICATED IN QUOTES. 2. PROVIDE TERMINAL BLOCKS FOR LIGHTING CIRCUIT. 1//i3/4" Stone Provide smooth firm subgrade 5/8" Copperweld TYPICAL LIGHTING CONTACTOR Ground Rod (10' min.) SCHEMATIC DIAGRAM CONTROLLER CABINET SECTION NO SCALE PROJECT NO: 111002-00 DESIGNED BY: J. RESLER NO DATE BY REVISION DESCRIPTION SHEET NO. • PROJECT DATE: 06/30/2011 CHECKED BY: J. RESLER e v it h US HIGHWAY 6 AND SYCAMORE STREET US HIGHWAY 6 AND SYCAMORE STREET CAO DATE: 2/17/2012 12:15:56 PM DRAWN BY: INTERSECTION IMPROVEMENTS N.11 CAO FILE: K:\CR\fE\2011\111002-00\CAD\Plans\111002-00-N11.sht CITYOFIOWACITY,IOWA DETAILS 3/8-16 UNC STAINLESS STEEL ` INSTALL NEW GROUNDING BUSBAR. HEX HEAD BOLT SUPPORT FROM HANDHOLE WALL WITH W/ WASHER (2) BOLT, NUT, FLAT WASHERS AND LOCK 30 TYPICAL CONCRETE POLYMER HANDHOLE WASHER. ALL FASTENING HARDWARE 1 SHALL BE STAINLESS STEEL. CENTER 5/ (P/ 65 �8"142110 (1 • 9 1 rp:r S'0,,in) 18, ,31 \ BETWEEN WALLS. <I( a 4tb� �,6 1248 - ,' Tn)\ rr'm) ' o 't , ( 4 1iRA •�ss�R kk/(222 I I , , 1�2" (13 mm) X 1121 N�) 6 3� EXTEND HDPE DUCTS INTO HANDHOLE 4 (102 mm) 1� 121 8'"-12" (MINIMUM). EXTEND DUCTS SKID RESISTANT PULL SLOT OP / THROUGH OPEN BOTTOM. TYPICAL FOR ALL DUCTS ENTERING HANDHOLE. SURFACE POLYMER TONGUEINSTALL GEOTEXTILE WOVEN FABRIC. 2-SECTION COVER REQUIRED AND GROOVE e" EXTEND GEOTEXTILE 12" {MINIMUM) EXTENSION II� /I/ OUTSIDE PERIMETER OF HANDHOLE. (203+mm 49,5I�m (8�6 1,8, a 3/4' (727 mm) ��- 1" (25 mm) X21 31.1111";_ ► qhh X 4 3/4" (121 mm) ( ) KNOCKOUTS (8) 1 r✓,1•,5% ♦ y "yy _ e to /g+ qw a r �r• .:aFP�r, , 45 >i, 5I�,m IN - tv ,59 4 i :....7.,O _.... _. �..WN , ...,,Vrte: 33•' (838 mm) GRANULAR GRAVEL BASE. EXTEND FILL ii ,, ,..„ -_----- if6)..,.. 6" OUTSIDE PERIMETER OFE HANDHOLE C3 .,! • HANDHOLE TYPE 2 (MINIMUM). SMOOTH WASHED GRAVEL =IC,FILL TO DEPTH OF 6" (MINIMUM) >; @ 2 JEXTEND FILL MINIMUM OF 6" OUTSIDE �'`t-rl • "T7 1 4" (102 mm) X 4" (102 mm) litillif (51 mm) I I` PERIMETER OF HANDHOLE ALL SIDES. 3-- => � MOUSEHOLES (2) �.) BOX • N GENERAL NOTES: DETAILS HEREON ARE FORA PRECAST HANDHOLE 3/8-1 6 UNC FOR INSTALLATION OF ELECTRICAL WIRING AND I STAINLESS STEEL HANDHOLE TYPE 3 CONDUIT. LOCATION AND OTHER DETAILS WILL BE HEX HEAD BOLT SHOWN ON PROJECT PLANS. W/ WASHER (2) CONDUIT ACCESS SHALL BE GROUTED WITH MORTAR AFTER 1) NECESSAORY CONDUITS ARE INSTALLED. 30 1��) X445 Ism 1 Af A} ORB MAY BEK NSTALLED AS PRECAST NECESSARY BY DAHMETHOD I 2 �� 1�8 (41? )4 / IIAPPROVEDBYTHEENGINEER. CABLEHOOKSSHALL<1:115 /�(S1 ro <„,,,,,(18e�) t,:'1� gym) tn�) CAST IRON FRAME AND LIDASTM E OA D1SP3PED GALVANIZED IN ACCORDANCE WITH � � , 30�,) ���91 d/g� (222 MIN. WT. 1 65LBS. TYPE "C' BODY OF HANDHOLE SHALL COMPLY WITH THE 1 2 13 mm X j21 m ��) g 3�4 (CHECKERED TOP) LID. `� { ) �� PROVIDE SPECIAL LETTERING REQUIREMENTS OF IDOT STANDARD ROAD PLAN RF-1 4' (102 mm) FOR CLASS 2000D CONCRETE PIPE INSOFAR AS HANDHOLE LOCATION STATION "TRAFFIC SIGNALS" AND SKID RESISTANT PULL SLOT I/ MANUFACTURER'S NAME APPLICABLE. SURFACE / ON TOP OF LID. I 1/z" 26 1/2" WHEN PRECAST HANDHOLE IS PLACED IN SIDEWALK OR z2 1/a�{ I �/ 8 - -+ - - --1- - - - DETAIL "A" PAVEMENT, THE FRAME SHALL BE INVERTED FROM (203 mm THE ORIENTATION SHOWN ON THIS DETAIL. v � EXTENSION / __r� ���.���.�\� i;r�„r,_, .- 4" ,9il I •IIL=1 tel//moi\\\�11=t1_ THE TOP OF THE FRAME SHALL BE FLUSH WITH 32 1/i) (ag9 1/a, 4 3/4” (121 mm) _ IIf 1" (25 mm) \ 10' IE-1 20 1/2" ' J THE SIDEWALK OR PAVEMENT ELEVATION. X 4 5/8" (1 17 mm) _ 819 a17► mm) KNOCKOUTS I-II CABLE HOOKS ( ► is �a_ 24" �8" GALVANIZED STEEL ROD ,�2• (39q I/Z+ 12" MIN. - Ian *V (4 REQUIRED) 284 RIS) n1D1 i (0) 30" MAX. T o: t 36" MIN. - I EXCAVATED MATERIAL (j2 , (162 1 �_ SHALL BE DEPOSITED & \ /.-- / i 3p EARTH BACKFILL UNIFORMLY SPREAD AROUND 28" (711 mm) II HANDHOLE AS INDICATED EXCAVATION LINE . . NORMAL SLOPE _L 6" MIN, 1/2" JI 1 R.S. CONDUIT / --, III' 4" (102 mm) X 4" (102 mm) ` (13 mm} I 18" MIN. .71: MOUSEHOLES (2) BOX } l' ' -.-._ _. _, EXCAVATION LINE CONCRETE COARSE AGGREGATE EARTH BACKFILL DETAIL "A" I.D.O.T. 4109 GRADATION N0. 5 SECTION A—A HANDHOLE TYPE 1 SUPPLEMENTAL SPECIFICATIONS 1048 SLOPING GROUND INSTALLATION LEVEL GROUND INSTALLATION PROJECT NO: 111002-00 DESIGNED BY: J. RESLER NO DATE BY REVISION DESCRIPTION _ SHEET NO. • PROJECT GATE: 06/30/2011 CHECKED BY: J. RESLER CAD DATE: 2/17/2012 12:15:57 PM DRAWN BY: ` --/ Foth US HIGHWAY 6 AND SYCAMORE STREET- v INTERSECTION IMPROVEMENTS US HIGHWAY 6 AND SYCAMORE STREET N.12 CAD FILE: X:\CR\IE\2011\111002-0D\CAD\Plans\111002-00_N12.sht —-" CITY OF IOWA CITY,IOWA DETAILS TABULATION OF TEMPLATE QUANTITIES AND ADJUSTMENTS 107-29 Refer to Standard Plan RL-IA and RL-IB TOPSOIL CLASS 10 TOTAL TOTAL CLASS 10 CLASS 10 ADJUSTED TOTAL SUITABLE FILL �iATION CUT SAVED SUITABLE CLASS 10 FILL + 30% WITH • SYCAMORE(N) -C CUT TOTAL SHRINK SHRINK __ 6000+50.00 123 65 58 58 306 398 398 6001+00.00 166 87 79 79 824 1071 1071 6001+50.00 174 71 103 103 697 906 906 6002+00.00 149 42 107 107 322 419 419 6002+50.00 135 42 93 93 323 420 420 6003+00.00 112 41 71 7! 339 441 441 6003+50.00 89 38 51 51 282 367 367 6004+00.00 44 20 24 24 116 151 151 6004+30.00 21 14 7 7 62 81 81 6004+50.00 29 29 114 148 148 6005+00.00 26 26 67 87 87 6005+50.00 21 21 33 43 43 0 6006+00.00 20 20 23 30 30 w 6006+50.00 CJ -T120 20 23 30 30 .r n 1-r1l 6007+00.00 - >--i w ......� SYCAMORE(S) �j-„ -- 105 ]05 --it") SE QUADRANT 257 335 335 ; i 11: o o O Y i00 o ` :Io s Q,., p p O 1,..3N i rpfy' ` • 1 1 I ' T� O W r, — _ — Izi ! 1st fss * r0 O # p ( O o� to s + + r• PA ® co :'•' . trn'7. �R/Y - - - - to -V. -ri q i; st.) s� / I N — `�i _ ° R/Y 0 - Rn c.ER.YSC° O • r 1 - - a. \ -G >� `+ �y °—'S'��� _y scs.- - - - - - - - art saF ; nI I— - - — - — - - ---_ _— --n— - - —______ •-__ - - - - "I.,- I , . • SYCAMORE STREET 1 I • ` I -- - - g -, - - - Y 8006+08.4 8007+02.0 - - • it - A I �- __ M - - - - - - - - - _ .� - - ■ . - _ _ _ - - - — - — ' � _ Alt 0 'ssy� � uc — � �'• 0 cot — n.e # o� 8003+10.3 I ---'-0� L �� 8001+55.4 11 I 'I - - - - - - --- ''I �I \ �'r2� I T MQRARY S SsiEN1. — — — — ;' Y — — — 8005+87.4. 25.5' RT 8007+11.3, 27.1' RT ® _/- 0 '-8001+35.2, 20.2' RT PROPOSED MODULAR BLOCK 8003+74.6, 25.5' RT Y, li m I RETAINING WALL (HEAVY) p V'e II o I I 8007+11.3, 37.1' RT a' LI o111 i o ` \ I I 8000+76.0 1 I)lb. I. II I o 1 — \(/ z o II I I II 8000+73.7, 4.2' LT I - SYCAMORE MALL 0 OI--�30 FEET 11 8000+73.7. 20.9' RT o I I 720 .:Ai1li .:.' ■._ II 720 ../ illi1 11111 -.... INISH t-ADE 715 ���� 11111111111P------ T BACK Of WAL 71.5 .115 11111i11ii:.!II... P 7 i ;��a EXISTING GROUN (((Iiia.._ 710 .d/. Al® FACE OF WALL 111111iiIIL-..o. ..11' 11111G;:L ..l!' 11111111 IIIIIIiie:.,_....... 70 ;1' _ IIII11ie iiiitl1111iliiiiillm iiiiiiitiiiiimmi11iiimmiiimii iiiiiiiii�— 7 ►, ■ ����"::=N iiiiiii1111 IIIIMMINkariiimmiliiiiiiiiiiiiii�..� - 7„ 7�� �1 _ _ _ ���_.■■■iii111111111111� `. 111 III( 1111 i_-----•• •I• _:...■�.....ii_--- FORM GRADS OF SY1AMORE- 695 HALL PARK NG LOt 695 694 690 +50 +75 8001+00 +25 +50 +75 8002+00 +25 +50 +75 8003+00 +25 +50 +75 8004+00 +25 +50 +75 8005+00 +25 +50 +75 8006+00 +25 +50 +75 8007+00 +25 +50 'ROJECT N0: 111002-00 DESIGNED BY: S.SOVERS NO OATE BY _ REVISION DESCRIPTION SHEET N0. `4, FOt�1 US HIGHWAY 6 AND SYCAMORE STREET • 'A0 DAT DATE: 06/30/2011 DRAWNCHECKED BY: - _ INTERSECTION IMPROVEMENTS SYCAMORE STREET U.01 'AO DATE: 2/17/2012 l0:O3\13 AM DRAWN 2-O l r CITY OF IOWA CITY.IOWA RETAINING WALL DETAILS -nn �•!r: x.\CR\IE\20t1V u002-oO�CaD‘Piern\tu0D2-00_u0l.aht FENCE PLAN NOTES 1. MEASUREMENT&PAYMENT • THE RAILING IS TO BE BID ON A UNEAL FOOT BASIS MEASURED 32'-6' 154'-0" 124'-0` 2µ•_O- FROM CENTERLINE TO CENTERLINE OF END POSTS. THE BID PRICE SHALL BE FULL COMPENSATION FOR LABOR, ' 22'-0' 22'-0' 22'-0` I 22'-0` I 22'-0` I 22'-0` I 22'-0' 34- 0- I 30'-0- I 30'-0" I 30'-0` EQUIPMENT, AND MATERIALS TO PROVIDE AND INSTALL THE FENCING INCLUDING SHIM PLATES AND ANCHOR BOLTS. 2. ALTERNATE DESIGN ©_ ©, A AN ALTERNATE DESIGN AND LAYOUT MAY BE SUBMITTED FOR IIJJ APPROVAL.ALTERNATE FENCE SUBMISSIONS SHALL BE SUBSTANTIALLY EQUAL TO THE DETAILED FENCE AND SHALL MEET OR EXCEED THE LOAD CAPACITY AND SURFACE FINISH O PLAN VIEW SPECIFICATION PRESENTED ON THIS PLAN.ALTERNATES SHALL BE ^ . 1 A SCALE,HOME DESIGNED AND FABRICATED TO COMPLY WITH AASHTO STANDARD SPECIFICATIONS FOR HIGHWAY BRIDGES,2009 EDITION. r+1 3. FIELD VERIFICATION OF GEOMETRY O NOTE: THE CONTRACTOR SHALL HAVE FULL RESPONSIBILITY FOR FIEL -; VERIFICATION OF AS-CONSTRUCTED GEOMETRY OR THE WALL _„1 _ CONTRACTOR SHALL VERIFY ALL EXISTING SYSTEM FOR PROPER FABRICATION AND INSTALLATION OF,THE., e RAILING SYSTEM.FIELD CUTTING OR MODIFICATION:QP PANELS'._'.1 CONDITIONS AND SHALL BE PROHIBITED. w”' -'J DIMENSIONS PRIOR TO FABRICATION OF FENCE _ 4. SHOP DRAWINGS — ' )- a DIMENSIONS SHOWN ARE APPROXIMATE FOR COMPLETE SHOP DRAWINGS SHALL BE SUBMITTED F914 2WEVIEW BY ESTIMATING PURPOSES THE ENGINEER.FENCING MATERIALS SHALL NOT BE ORDERED _, `7 j i! 3 ACTUAL FIELD VERIFIED DIMENSIONS MUST BE USED UNTIL APPROVED SHOP DRAWINGS ARE RETURNED TO-THE __ . FOR FABRICATION CONTRACTOR. 5. MATERIALS 5 A STEEL MATERIALS: _ a. HOLLOW TUBES-ASTM A500,GRADE B 71'-0' 32'-6 b. PLATES,BAR STOCK-ASTM 36 6'-0' 6'-0` 6'-0" 6'-0' 6'-0" 6'-0' 6'-0" 6-0` 6-0" 6-0" (FIELD VERIFY) c. WELD ELECTRODES-AWS E70 (Ff10 VERIFY) * TYPICAL — B. FINISH-ALL COMPONENTS-HOT DIP GALVANIZED IN TYPE t.... — ACCORDANCE WITH ASTM A123-MINIMUM ZINC COATING • - ---- --- -- - - - -- - --'�m.-.*,-ter THICKNESSG85-20Z/SF -..-.�. — C. ANCHOR BOLTS-STAINLESS STEEL ADHESIVE to* 1 -" a. ADHESIVE EPDXY ADHESIVE COMPLIANT WITH ASTM ,�....-^. < ... ..-.,rte C881,TYPE I TO IV,GRADE 3,CLASS B OR C �.,^ •• .......E�� . J b. RODS-TYPE 304-ASTM F 593 _ -,�,�� �,, c. WASHERS-ANSI 304-ASTM A240 -....,......m......... �.1 ! d. NUTS-ASTMA594 r�r�i G z 9 O ELEVATION VIEW SCALL 3/16'-1'-0' 6. ASTALLATION ��..-...,ti-.-�---F ERECT RAIL POST VERTICALLY PLUMB IN ALL DIRECTIONS yr1----,,,, B. ERECT RAILS HORIZONTALLY LEVEL C. INSTALLANCHORBOLTSTOFULL DEPTH EMBEDMENTAS�� 111 NOTED ON PLANS IN ACCORDANCE WITH MANUFACTURER �� "��1 RECOMMENDATIONS. ELEVATION VIEW D. TIGHTEN ANCHOR BOLT NUTS TO MANUFACTURER --"'�I 1 SCALE: -1'-0 RECOMMENDED TORQUE ---1 154'-0" 22'-0` 22'0` 22-0" 22-0` 22-0` 22-0` 22'-0" .-r (FEELD VENFY) TYPICAL l . , - — I--, - .ori- - - - ELEVATION VIEW L 0 SCAE 3/1e•-1'-0- 'x- 124'-0" (FIELD VERIFY) FOCAL ........_________________ ....., ..........., I - .. _.,r_.. I _ �.,__ O 111111 4 I �—�ELEVATION VIEW t SCALE:3/16'-1'-0' 244'-0' (FIELD VERIFY) IYPIC+LL n. , ,..__ t✓_ CDELEVATION VIEW SCALL 1/6'-1'-0' PROACT NO: 111002-00 DESIGNED BY: - NO DATE BY REVISION IlESC81PT10N US HIGHWAY 6 AND SYCAMORE STREET SHEET NO. CAT DAIS 06/30/2011 CHECKEDIBY:: - �- CAD Fot h INTERSECTION IMPROVEMENTS SYCAMORE STREET DATE 7/7/2011 DRANK U.02 CAD FILE: CITY OF IOWA CITY,IOWA RETAINING WALL FENCE DETAILS Feb 15 2012-130pm do X\ONME\2011\111002-00\t1000 Plan and Span\U.02.dag VARIES - S E ELEVATI•NS VARIES VARIES HSS 4"x4"x3(e" I \ ❑ POST HSS 1J¢"x1)¢"x)(e, RAIL - ONR•si6..___________...MMIM,1 "21•11•1. 111.07••••rlIMIEWC:= li4" MAX (TYP) SQUARE SOLID BAR C:1r 'rt0 1 8"x8"x XZ" PICKETS SPACED EQUAL!: L �_ BASE PLATEHSS 17¢"x 1 "x3f e" SEE DETAILLRAIL THIS C "‹. — p_ SHEET -•„S d 8"x8"x X" 3" --1 n BASE PLATE T–" SEE DETAIL THIS 1"x1"x3(e" HSS FENCE 7 rn 'n ii-J , SHEET TUBE SEE SHEET U.02 -.- 36"O x 9" EMBED •• : CA) CD 0 1 TYPICAL FENCE PANEL DETAIL (PLAN VIEW) TYPE 304 SS I" dorLE 3/4'-e-I ADHESIVE ANCHOR BO;TS -- 4 PER PLATE PRESSED STEEL HSS 4"x4"x3(6" CAPSTONE POST CAP (TYP) POST HSS 1)¢"x1 "x3(e" ❑ rg] BASIS OF DESIGN: R&B WAGNER 5120 HSS 1XZ"x1)¢"x3{6" RAIL OR EQUAL RAIL X" SQUARE SOLID BAR $ (TYP) PICKETS SPACED EQUALLY I—I __MAX 1 _ f - - -I tosco iE I 1 RETAINING WALL ^� '�•�� > N1 BLOCK SYSTEM r� -_� MI > wo HSS 7)¢"x1)¢"x3(g" 1id ct / , .S.W.a `� �� RAIL r...e... j.�.4.� �8"x8"x V ...,,d,:...44����~ BASE PLATE - l •�•�•� r�ll7' SEE DETAIL THIS :.;..-1 .: SHEET e 1,10 O2 TYPICAL FENCE PANEL DETAIL {_ELEVATION) 8"x8"xkt" lett ea* SCALE 10/4 "v-c PLATE 4x4x3(e" POST SEE ELEVATIONS FOR • • LOCATION ON PLATE E ••• • � �� 1"x1"A6" HSS o TUBE �.�.'. ){e"0 HOE LL ! (4 PER PLATE) 8" � ; . `, PLATE" 1i" 5i" 1i" `: L_U L.- l z, c -Id e d 1 d TYPICAL FENCE PANEL CONNECTION a CO W o4 TYPICAL FENCE PANEL CONNECTION TO TOP OF WALL r0 . A - 1)(e"0 HOLE 4x4x3(6" POST (4 PER PLATE) SEE ELEVATIONS FOR LOCATION ON PLATE . OBASE PLATE DETAIL Be.N.B s. r-r PROJECT Kt 111002-00 DESCNED BY: - NO DATE BY MISCH DESCRP1101 FOth US HIGHWAY 6 AND SYCAMORE STREET SHEET NO PRO,ECT DATE 00/30/2011 CHECKED BY: — SYCAMORE STREET CAD DA1E 77/2011 DRAWN BY — INTERSECTION IMPROVEMENTS U.03 CAD FIE: v CITY OF IOWA CITY.IOWA RETAINING WALL FENCE DETAILS Fab 15,2012-151pm rfc XAD11JE',2011\l1 -03\11D00 Plan and specs .0l.e.g 5• 4• 3• 2• 1 • R 1 • 2. 3• 4• 5• • 0 7• g111. 2• 1 • R 1 • 2• 3• 4• 5• .• e 84 is. I EPEE! is4 111 NI mien I NM 6801 50. 10 6.00 .50.10 X2:.50 II 7 3• z N=�rll�-���.� -...°Z _ . _....__"-m•wwwwmovni..IBMINjilLil II -'° z.o U._____________ `1_ L.-1 my/ tii................. \ -NINE ■ III iimminaliimionnTiiiiiimi_ 1_,Tar,....iiiiiwii........ .2 728.g 710 iIuuu!. iIII IlL1116 11111 � •� • B 0 0 1111 .88 III 74 e L...............-..„,kAjiminu m! .2.a• . ��f�F,� 610 0 40. •0 NM , .,,, , IIII e%IIII 11 N �:.>�� 2.87. c morqui ill • -.. .....mivimmmiiiii....IMMIN MIME .11.1111.111.1111.1=111.=1.1.11.11li NNE II 111 Immo _ _ _ I 5• 4• 3• 2• 1 • R 1 • 2• 3• 4• 5;i:• • : • 0 20 3• 40 50 60 7• :s N 'ROJECT N0: 111002-00 EE7 BY: 5. SOYERS NO DATE BY REVISION DESCRIPTION 410��� US HIGHWAYAND GANS BY:CAO DATE: 2/17/2012 10:43:37 AM : - SYCAMORE CAD FILE: XACR\IE\2011\111002-00\CAO\Plans\xs_Sycamoro_N_WOl.sAt • • • 50 40 30 20 10 0 10 20 30 40 50 610 70 80 40 30 20 10 0 10 20 30 40 50 60 70 80 • II ,....3d 6002+50.C`0 N 725 72 . 18 725 './ rri --. CO ini L, D� ,x 2.0% 6003+50.00 , -, - 72n / 2''•=I�`� 720 720 715 86 <F 720 i , r,.1 --o 7 N 1 / N . A 7��. '° / 42 2.02 4J _715-. 7- N .2J)7 715 • '_i N __ _ __ \ :X. V \ r,. N ' W / N / \ 710 N 710 71n — - — — 1 \\ 1 71n N \ 705 705 705 \ EX. 705 0 nn Inn s2;7_7 700-. 70 695 695 3.0 - 60-0-2+00.CO - 13.0 72 .84 725 725 725 0r 6303-i-00.00 725 ip2- '_ TD2.--T- 2.d_� 4. "X / �. 4� 71 .52 720 770 7 N 720 720 z ox / N 715 N i/ W 715 715 / / / - - - - \\ - - 715 N N 7 \ \ N -' — — / 710 \ 710 710 \ ; 60 50 40 30 20 10 0 10 20 30 40 50 60 60 50 40 30 20 10 0 10 20 30 40 50 60 6005+50.00 71n 71n N ` / �_ 4/ E x. W - -r - - - R 7n5 _ 7.0.5_ \ o r. 700 -- rte'. ■ 5_m >--I ' ....... 6004+30.00 - .../ n 715 71 .61 715 -' i 2.1% 3.1% ?. oy� 710 *'i 710 715f.,a______115 - - —_ __ \ _ _ _ _ _ am \\ 6305+00.00 705 \ E \ kir 705 710 710 4% 21 � � L _—- - - o,,...._ 700 1 &)/<w 7n5 \ : �W 7_05_Lel 4 .r , r 695 ,________69_5_7110 Lzs—_____1 inn 695 695 770 6004+00.00 770 71320 0 6004+50.80 715 715 715 7155_ 2.01 ill z.0x 55_ +• 2.02 ar/ mss 710. \ 71n 710 :.. / — _____rt----.— 710 _ --- - - - - - - --� �— \ _,, \ _7II5 \ Ex. 705 705 \\ "-kw 7_05_ \ RN Inn II ii o• \ \ Im.. 695 6.a.5________695 6955_ 60 5,0 40 30 20 10 0 10 20 30 4• 50 60 60 50 40 30 20 10 0 10 20 30 40 50 60 PROJECT 111002-00 DESIGNED BY: S. SOVERS NO DATE BY REVISION DESCRIPTION US_ HIGHWAY 6 AND SYCAMORE STREET PSHEET NC. PROJECT DATE: 06/30/2011 CHECKED BY: - O � t INTERSECTION IMPROVEMENTS SYCAMORE STREET W.03 CAD DATE: 2/I7/20 12 10:43:41 AM DRAWN BY:D -A, -" -: K:\CR\IE\2011\111002-00\CAD\Plans\xs_Syca.ore.N_WV Ol.sht CITY OF IOWA CITY.IOWA CROSS-SECTIONS 60 50 40 30 20 10 0 10 20 30 40 50 60 •t t . • -rI cri 6,1 CO) 710 6007+00.00EX. 710 R/W • 705 i . -�r 705 700 700 710 6006+50.00 EX. 710 R/W :::_ 705 705 700 700 710 6006+00.00 710 EX. 47. 2 R/W 705 ' 705 • 7O2 • 700 • • • • 60 50 40 30 20 10 0 10 20 30 40 50 6.0 PROJECT N0: II1002-00 DESIGNED BY: S. BONERS NO GATE BY REVISION DESCRIPTION SHEET NO. PROJECT DATE: 06/30/2011 CHECKED 8Y: - ���� US HIGHWAY 6 AND SYCAMORE STREET CAD DATE: 2/17/2012 10:43:42 AM DRAWN BY: INTERSECTION IMPROVEMENTS SYCAMORE STREET W.04 CAD FILE; X:\CR\IE\2011\111002-00\CAD\Plans\xs_SycamoreN_WOI.sht - CITY OF IOWA CITY,IOWA CROSS-SECTIONS Prepared by: Dave Panos, Civil Engineer,410 E.Washington St., Iowa City, IA 52240(319)356-5145 RESOLUTION NO. 12-67 RESOLUTION SETTING A PUBLIC HEARING ON MARCH 6, 2012 ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE U.S. HIGHWAY 6 AND SYCAMORE STREET 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. WHEREAS, funds for this project are available in the Sycamore Street - Highway 6 to City Limits account# 3811. 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 6th day of March, 2012, at 7:00 p.m. in Emma J. Harvat Hall, City Hall, Iowa City, Iowa, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. 2. That the City Clerk is hereby authorized and directed to publish notice of the public hearing for the above-named project in a newspaper published at least once weekly and having a general circulation in the City, not less than four (4) nor more than twenty (20) days before said hearing. 3. That the copy of the plans, specifications, form of contract, and estimate of cost for the construction of the above-named project is hereby ordered placed on file by the City Engineer in the office of the City Clerk for public inspection. Passed and approved this 21st day of February , 2012. Mayor ATTEST: s�,�/ -Y044_1City erk Y Approved by: a(a 1,1.Q/..44,tr -/ 4141-e/ City Attorney's Office,40101_ Resolution No. 12-67 Page 2 It was moved by Champion and seconded by Throgmorton the Resolution be adopted,and upon roll call there were: AYES: NAYS: ABSENT: x Champion x Dickens g Dobyns x Hayek _ Mims x Payne Throgmorton Prepared by Dave Panos,Public Works,410 E.Washington St, Iowa City, IA 52240 (319)356-5145 RESOLUTION NO. 12-100 RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF CON- TRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE U.S. HIGHWAY 6 AND SYCAMORE STREET INTERSECTION IMPROVEMENT PROJECT, ESTABLISHING AMOUNT OF BID SECURITY TO ACCOMPANY EACH BID, DIRECTING CITY CLERK TO PUBLISH NOTICE TO BIDDERS, AND FIXING TIME AND PLACE FOR RECEIPT OF BIDS. WHEREAS, notice of public hearing on the plans, specifications, form of contract and estimate of cost for the above-named project was published as required by law, and the hearing thereon held; and WHEREAS, funds for this project are available in the Sycamore Street - Highway 6 to City Limits account# 3811. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA THAT: 1. The plans, specifications, form of contract and estimate of cost for the above-named project are hereby approved. 2. The amount of bid security to accompany each bid for the construction of the above- named project shall be in the amount of 10% (ten percent) of bid payable to Treasurer, City of Iowa City, Iowa. 3. The City Clerk is hereby authorized and directed to publish notice, not less than 4 and not more than 45 days before the date for filing the bids, for the receipt of bids for the construction of the above-named project in a newspaper published at least once weekly and having a general circulation in the city. 4. Sealed bids for the above-named project are to be received by the City of Iowa City, Iowa, at the Office of the City Clerk, at the City Hall, before 10:00 a.m. on the 28th day of March, 2012. At that time, the bids will be opened by the City Engineer or his designee, and thereupon referred to the City Council of the City of Iowa City, Iowa, for action upon said bids at its next regular meeting, to be held at the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, at 7:00 p.m. on the 3r day of April, 2012, or at a special meeting called for that purpose. Passed and approved this 6th day of March , 20 12 MAYOR Ap•roved b 1 / • ATTEST: 24?-iGg�G) 2 2'L i/' re111 � --� CITY'CLERK City A me ..b pweng/res/Hwy 6—Sycamore 2.24.2012 — Resolution No. 12-100 Page 2 It was moved by Champ ion and seconded by Payne the Resolution be adopted,and upon roll call there were: AYES: NAYS: ABSENT: x Champion x Dickens x Dobyns x Hayek x Mims x Payne g Throgmorton Printer's Fee$ oD i-at) CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY,SS: OFFICIAL PUBLICATION THE IOWA CITY PRESS-CITIZEN NOTICE OF PUBLIC HEARING ON PLANS,SPECIFICATIONS, FED.ID#42-0330670 FORM OF CONTRACT AND ESTIMATED COST FOR THE --SYCAMORE STREET AND U.S. I sAksR _SI.dPcQ.T z- IHIGHWAY 6 INTERSECTION MPROVEMENT PROJECT IN THE CITY OF IOWA CITY,IOWA TO ALL TAXPAYERS OF THE CITY being duly sworn,say that I am OF IOWA CITY,OTHER INTERESTED PERSONS:IOWA, AND : the legal clerk of the IOWA CITY hbicLiceIsh giathat e ic ofthe hereby ofIowa •PRESS-CITIZEN,a newspaper City, y,i Iowa, will conduct cpublic hens, published in said county,and form of contract and estimated cost for the construction of the that a notice,a printed copy of Sycamore and U.S. Highway 6 Intersection Improvements Project which is hereto attached,was In said city at 7:00 p.m.on the 6th published in said paper day of March,2012, said meeting to be held In the Emma J. Harvat ty 410 time(s),on the following date(s): Washingtoall in n Street in said city,orif said meeting Is cancelled, at the Feag ij1 IL— next meeting of the City Council thereafter as posted by the City Clerk. / Said plans, specifications, form i / �jof contract and estimated cost are -now on file in the office of the City Clerk In the City Hall in Iowa City, Iowa,and may be inspected by any Legal Cl.. interested persons. Any Interested 'persons may ' appear at said meeting of the City Subscribed and sworn to Council for the purpose of making objections to and comments con- b fg org me this ^`.,/4�uay of corning said plans, specifications, <, Q �7 A.D.20 contract or the cost of making said 1'Jly�per;}' ---��-' 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 Notary PubliLINDAKROTZc PC-5000003274 February 27,2012 aa.�e a Commis ion Number 732618 • MyCommissionEJtpires • o"• _ January 27,2014 OFFICIAL PUBLICATION The successful bidder will be o NOTICE TO BIDDERS required to furnish a bond in an Printer's Fee$ -4-R--. D U.S.Highway 6 and Sycamore Street amount equal to one hundred per- cent(100%)of the contract price, Intersection Improvements said bond to be issued by a • Sealed proposals will be received responsible surety approved by the CERTIFICATE OF PUBLICATION by the City Clerk of the City of Iowa City, and shall guarantee the City,Iowa,until 10:00 A.M.on the prompt payment of all materials 28th day of March, 2012. Sealed and labor, and also protect and STATE OF IOWA, proposals will be opened nginee- save harmless the City from all atelythereafterbythbe City claims and damages of any kind or designee.Bids submitted by fax caused directly or indirectly by the JOHNSON COUNTY,SS: "sealed eti d alfor purl not poses es of th s • operation of the contract,and shall P also guarantee the maintenance of - Project. Proposals received after the improvement for a period of THE IOWA CITY PRESS-CITIZEN this deadline will be returned to the five (5) year(s) from and after Its bidder unopened. Proposals will completion and formal acceptance be acted upon by the City Council by the City Council. FED.ID#42-0330670 at a meeting to be held in the The following limitations shall Emma J. Horvat Hall at 7:00 P.M. apply to this Project: S1 f� on the 3rd day of April,2012,or at Specified Start Date: April 30th, O&E special meeting called for that pur- 2012 I, pose. Completion Date: September being duly sworn,say that I am The Project will involve the follow- 14th,2012 The construction of intersection ing: Liquidated Damages:$500.00 per the legal clerk of the IOWA CITY improvements for U.S. Highway 6 day The plans,specifications and pro- and Sycamore Street. Project posed contract documents may be PRESS-CITIZEN,a newspaper includes all materials, labor and examined at the office of the City equipment necessary for the com- published in said county,and Clerk. Copies of said plans and pletion of the project. Approximate specifications and form of proposal project quantities Include: 5,350 - blanks may be secured at the that a noticea Yint¢d CO of CY of excavation and embank- office of the City Engineer of Iowa r P Pyment,4,154 SY of 9"PCC and 10" City 410 East Washington Street, PCC roadway pavement, 916 SY Iowa City, Iowa 52240, by bona which is hereto attached,was of 6" PCC sidewalk pavement, -tide bidders. published in said paper subdrain, storm sewer, 6 storm A $75.00 refundable fee is P P sewer structures, 910 LF of 12" required for each set of plans and water main, traffic signalization, - specifications providedo to bidders time(s),on the following date(s): 1435 TONS of 4" HMA Overlay, or other intersted persons. The , modular block retaining wall struc- Al Al£14 /7 j fee shall be in the form of a check, lure (heavy), pavement markings, made payable to: Treasurer of the y 229`' erosion control, seeding, traffic City of Iowa City,Iowa. The refund control and miscellaneous related will be issued If re-useable plans �-�//j work. and specifications are returned to i All work Is to be done in strict the City of Iowa City within two r compliance with the plans and weeks of the bid opening. specifications prepared by Foth Prospective bidders are advised Legal Cl-= LLC,of Cedar Rapids,Iowa,which Infrastructure and Environment, that the City of Iowa City desires to employ minority contractors and have heretofore been approved by subcontractors on City projects.A the City Council,and are on file for listing of minority contractors can Subscribed and sworn to public examination in the Office of i be obtained from the Iowa of a me this Qay of the City Clerk. Department of Economic Each proposal shall be completed Development at (515) 242-4721 A.D.20 Imo- on a form furnished by the City and and the Iowa Department of must be accompanied in a sealed Transportation Contracts Office at envelope, separate from the one (515)239-1422. containing the proposal, by a bid Bidders shall list on the Form of �.� t bond executed by a corporation proposal the names of persons, authorized to contract as a surety firms, companies or other parties In the State of Iowa,in the sum of with whom the bidder Intends to Notary Public 10% of the bid. The bid security subcontract.This list shall include shall be made payable to the the type of work and approximate TREASURER OF THE CITY OF subcontract amount(s). LINQAKROTZ IOWA CITY, IOWA, and shall be The Contractor awarded the con- tract forfeited to the Cityof Iowa City in ComJanua y 27 2x73269 act shall submit a list on the Form i the event the successful bidder of Agreement of the proposed My Commission Expires fails to enter Into a contract within subcontractors, together with • • _January 27,2014 . I ten(10) calendar days of the City quantities, unit prices and extend- . award of the contract ed dollar amounts. . and post bond satisfactory to the By virtue of statutory authority, City ensuring the faithful perfor- preference must be given to prod- ' mance of the contract and mainte- ucts and provisions grown and nonce of said Project, if required, coal produced within the State of pursuant to the provisions of this Iowa, and to Iowa domestic labor, notice and the other contract to the extent lawfully required documents.Bid bonds of the low- under Iowa Statutes. The Iowa est two or more bidders may be reciprocal resident bidder prefer- retained for a period of not to ence law applies to this Project. exceed fifteen (15) calendar days The City reserves the right to following award of the contract,or reject any or all proposals,and also until rejection is made. Other bid reserves the right to waive techni- bonds will be returned after the calities and irregularities. canvass and tabulation of bids is Published upon order of the City completed and reported to the City Council of Iowa City,Iowa. Council. MARIAN K.KARR. ' PG6000009960 March 13,2012 Prepared by: Dave Panos,Civil Engineer,410 E.Washington St., Iowa City, IA 52240(319)356-5145 RESOLUTION NO. 12-147 RESOLUTION RESCINDING RESOLUTION NO. 12-100 WHICH INCLUDED APPROVING PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE U.S. HIGHWAY 6 AND SYCAMORE STREET INTERSECTION IMPROVEMENT PROJECT, ESTABLISHING AMOUNT OF BID SECURITY TO ACCOMPANY EACH BID, DIRECTING CITY CLERK TO PUBLISH NOTICE OF SAID PLANS, AND FIXING TIME AND PLACE FOR RECEIPT OF BIDS. WHEREAS, plans, specifications, form of contract and estimate of cost for the above-named project were approved for letting and a notice to bidders to fix time and place for receipt of bids was published; and WHEREAS, the City of Iowa City has canceled the bid letting for the U.S. Highway 6 and Sycamore Street Intersection Improvement project; and WHEREAS, in light of such cancellation, the Resolution No. 12-100 should be rescinded. NOW, THEREFORE, BE IT RESOLVED BY THE COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT: 1. Resolution No. 12-100 is hereby rescinded in its entirety Passed and approved this 3rd day of April , 2012. itqAA �=\ Mayor ATTEST: 24/9/„„7?fl e. 70z'd City'Clerk Approved by: )(AA 0 411,1/1/i/trWl .114:4.11/1 ''City Attorney's Office 3)a.7/I01, Resolution No. 12-147 Page 2 It was moved by Mims and seconded by Champ ion the Resolution be adopted,and upon roll call there were: AYES: NAYS: ABSENT: x Champion x Dickens x Dobyns x Hayek x Mims Payne x Throgmorton Specification No: Plans, Specifications, Proposal and Contract For U.S. HIGHWAY 6 AND SYCAMORE STREET INTERSECTION IMPROVEMENTS Iowa City, Iowa al.itir,4147, 'Nkt f�t' I1. Q -- b i CITY OF IOWA CITY -- r m —n M City of Iowa City Engineering Division — Public Works 410 East Washington Street Iowa City, Iowa 52240 Phone: 319-356-5140 Fax: 319-356-5007 Contract Documents Prepared By: F°t hv Foth Infrastructure&Environment, LLC 3950 River Ridge Drive NE,Suite A Cedar Rapids,IA 52402-2515 Phone:319-365-9565 Fax:319-385-9631 OPINION OF COSTS Foth Sycamore Street and U.S.Highway 6 ft \ Intersection Improvements _i \\- Iowa DOT No. UST-006-7(82)-4A-52 +,~-g_ ' ii City of Iowa City No.3 811-43 471 0 ^'� o -"aa4� e ` CITY OF IOWA CITY Bid Date:Ju 19th.2012 DIVISION 1(CITY 1-USTEP) DIVISION (tl'I'$0-WA /R1j, 6MSIONB(11301,1R-PART) TOTAL ITEM NO. ITEM CODE ITEM DESCRIPTION UNIT UNIT PRICE QUANTITY I SUBTOTAL OUANTI 'f' SUBTOTAL' QUANTITY' I SUBTOTAL QUANTITY I TOTAL 1 2102.0425071 1 SPECIAL BACKFILL CY 3 35.00 354 $ 12,390.00 $ - $ - 354 $ 12,390.00 2 2102-2710070 EXCAVATION,CL 10,RDWY+BORROW CY $ 8.00 5350 $ 42,800.00 _$ - s,t..•: $ - 5350 $ 42,800.00 3 2102-2710080 EXCAVATION,GL 10,UNSUITIUNSTABLE MAIL CY $ 60.00 500 $ 30,000.00 _ $ i- koL L-tt 3 4 $ - 500 $ 30,000.00 4 2105-8425015 TOPSOIL,STRIP,SALVAGE+SPREAD CY $ 7.00 536 $ 3752.005 - rt •I'"'"‘'e I. '{r' $ - 536 $ 3,752.00 5 2115-0100000 MODIFIED SUBBASE CY $ 35.00 406 $ 14,210.00 119 ,J-3 ..:4.16540 I_ ;,'„$ - 525 $ 18,375.00 6 2122-5500060 PAVED SHLD,HMA,6' SY $ 26.00 $ - $ - 2192 $ 56.992.00 2192 $ 56,992.00 7 2123-7450020 SHLD FINISH,EARTH STA $ 300.00 20 $ 6,000.00 $ - $ - 20 $ 6,000.00 8 22123070310 PATCH.FULL-DEPTH REPAIR SY $ 70.00 $ - $ - 150 $ 10,500.00 150 $ 10,500.00 9 2212-5070330 PATCH BY COUNT(REPAIR) EACH $ 225.00 $ - $ - 10 $ 2,250.00 10 $ 2,250.00 10 2301-1033090 STD/S-F PCC PAVT,CL C CL 3,9' SY 5 40.00 460 $ 18.400.00 1641 $ 65,640.00 $ - 2101 $ 84,040.00 11 2301-1033100 STD/S-F PCC PAVT,CL C CL 3,10" SY $ 45.00 2053 $ 92,385.00 S - $ - 2053 $ 92,385.00 12 2301-4875006 MEDIAN,PCC,6" SY $ 50.00 225 S 11,250.00 $ - $ - 225 $ 11,250.00 13 2301-6911722 PCC PAVT SAMPLE LS $ 3,000.00 0.5 $ 1,500.00 0.5 $ 1,500.00 $ - 1 $ 3,000.00 14 2301-7000110 PAY ADJ ID-PCC PAVT THICKNESS EACH $ 5.300.00 0.5 $ 2,650.00 0.5 $ 2,650.00 $ - 1 $ 5,300.00 15 2303-0041500 HMA(3M ESAL)BASE,1/2" TON $ 60.00 $ - $ 334 $ 20,040.00 334 $ 20,040.00 16 2303-0042500 HMA(3M ESAL)INTERMEDIATE,112" TON $ 40.00 $ - $ - 534 $ 2t360.00 534 $ 21,360.00 17 2303-0043503 HMA(3M ESAL)SURF,112'.FRIC L-3 TON S 60.00 $ - $ - 567 $ 34,020.00 567 $ 34,020.00 18 2303-0245000 ASPH BINDER.PG 64-28 TON $ 600.00 $ - $ - 87 $ 52,200.00 87 $ 52,200.00 19 2303-6911000 HMA PAV'T SAMPLE LS $ 3,000.00 S - $ • 1 $ 3,000.00 1 $ 3,000.00 20 2303-9093010 HMA,DRIVEWAY SY $ 35.00 - 5 - 808 $ 28,280.00 $ - 808 $ 28,280.00 21 2316-7000120 PAY ADJ IID-HMA PAVT SMOOTHNESS EACH $ 6,000.00 $ - $ - 1 $ - 6,000.00 1 $ 6.000.00 22 24013750001 REMVL LS 5 10,000.00 0.5 S 5.000.00 0.5 $ 5,000.00 $ - 1 $ 10,000.00 23 2414-6460000 ORNAMENTAL METAL RAIL LF $ 300.00 $ - 628 $ 187,800.00 $ 626 $ 187,800.00 24 2416-0100024 APRON,CONC,24" EACH $ 2000.00 S - 1 . $ 2,000.00 $ - 1 S 2,000.00 25 2430-0000100 MODULAR BLOCK RETAIN WALL SF $ 25.00 $ - 30 $ 750.00 $ - 30 $ 750.00 26 2435-0140148 MANHOLE.STORM SWR,SW-401,48" EACH S 2,000.00 $ - 1 $ 2,000.00 $ - 1 $ 2,000.00 27 2435-0250700 INTAKE,SW-507 EACH $ 2500.00 $ - 2 5 5,000.00 $ - 2 $ 5.000.00 28 2435-0250800 INTAKE.SW-508 EACH S 2,500.00 $ - 2 $ 5,000.00 $ - 2 $ 5,000.00 29 2435-0250804 INTAKE,SW-508,TOP AND INSERT ONLY EACH S 1,500.00 $ - 1 S 1,500.00 $ - 1 $ 1,500.00 30 25024212034 SUBDRAIN,LONGITUDINAL,(SHLO)4" LF S 6.00 S - $ - 2500 $ 15,000.00 2500 $ 15.000.00 31 2502-8212036 SUBDRAIN,LONGITUDINAL,(SHLD)6' LF S 8.00 808 $ 6,464.00 5 - $ - 808 5 6,464.00 32 2502-8220193 SUBDRAIN OUTLET(RF-19C) EACH $ 150.00 $ - $ - 1 $ 150.00 1 $ 150.00 33 2502.8220196 SUBDRAIN OUTLET(RF-19E) EACH $ 175.00 2 $ 350.00 $ - 6 $ 1,050.00 8 $ 1,400.00 34 2503-0114215 STORM SWR G-MAIN,TRENCHED,RCP 20000,15' LF $ 35.00 $ - 11 $ 385.00 S - 11 S 385.00 35 2503-0114224 STORM SWR G-MAIN,TRENCHED,RCP 20000,24" LF $ 50.00 $ - 64 5 a200.00 $ - 64 $ 3,200.00 36 2507-6800061 REVETMENT.CLASS E TON $ 35.00 $ - 18 $ 630.00 $ - 18 $ 630.00 37 2510-6745850 RMVL OF PAVT SY $ 8.00 294 $ 2,352.00 1654 $ 13,232.00 $ - 1948 $ 15,584.00 38 2511-6745900 RMVL OF SIDEWALK SY $ 6.00 $ - 460 $ 2,760.00 $ - 460 $ 2,760.00 39 2511-7526004 SIDEWALK PCC,4' SY $ 28.00 22 $ 616.00 $ - $ - 22 $ 816.00 40 2511-7526006 SIDEWALK,PCC.6" SY $ 30.00 36 $ 1,080.00 880 S 26,400.00 $ - 918 $ 27,480.00 41 2511-7528101 DETECTABLE WARNING-CURB RAMP SF $ 35.00 84 $ 2,940.00 $ - $ - 84 5 2,940.00 42 2512-1725256 CURB+GUTTER,FCC,2.5' LF 5 30.00 $ - 661 $ 19,830.00 $ - 661 $ 19,830.00 43 2512-1725308 CURB+GUTTER,FCC,3.0' LF $ 40.00 450 $ 18,000.00 $ - S - 450 $ 18,000.00 44 2515.2475007 DRIVEWAY,PCC,r SY $ 35.00 • $ - 253 $ 8,855.00 $ - 253 $ 8,855.00 45 25156745600 RMVL OF PAVED DRIVEWAY 5Y 5 8.00 S - 1236 S 9,888.00 $ • 1236 S . 9,888.00 46 25184910000 SAFETY CLOSURE EACH 5 200.00 2 $ 400.00 5 - $ • 2 $ 400.00 47 2519-3300600 FENCE,SAFETY LF $ 3.00 $ - 750 S 2,250.00 $ • 750 S 2,250.00 48 25254000100 TRAFFIC SIGNALIZATION LS 5 130,000.00 1 5 130.000.00 $ - $ - 1 $ 130,000.00 49 2525-0000120 RMVL OF TRAFFIC SIGNALIZATION LS $ 3,500.00 1 $ 3,500.00 S - $ - 1 S 3,500.00 50 2526-8285000 CONSTRUCTION SURVEY LS S 10,000.00 0.5 $ 5,000.00 0.25 $ 2,500.00 0.25 $ 2.50000 1 $ 10,000.00 51 2527-9263109 PAINTED PAVT MARK,WATERBORNE/SOLVENT STA 5 30.00 S 14.8 $ 444.00 $ - 14.8 $ 444.00 52 2527-9263117 PAINTED PAVT MARK DURABLE STA $ 90.00 26.1 S 2,349.00 $ - 82.5 $ 7,425.00 108.6 S 9,774.00 53 2527-9263138 PAINTED SYMBOL+LEGEND EACH $ 100.00 5 - 3 5 300.00 $ - 3 $ 300.00 54 2527-9263143 PAINTED SYMBOL+LEGEND,DURABLE EACH $ 205.00 6 $ 1.230.00 $ - 9 5 1,845.00 15 S 3,075.00 55 2528-8445110 TRAFFIC CONTROL LS $ 20,000.00 0.5 $ 10,000.00 0.25 $ 5,000.00 0.25 5 5.000.00 1 S 20,000.00 56 2528-8445113 FLAGGER EACH $ 350.00 10 S 3,500.00 5 $ 1,750.00 5 $ 1,750.00 20 $ 7,000.00 • 57 25334980005 MOBIUZATION LS $ 80,000.00 0.5 $ 40,000.00 0.25 $ 20,000.00 0.25 $ 20,000.00 1 $ 80.000.00 58 2542-1006010 CRACK&JOINT CLEAN&SEAL(PCC PAVT) MILE $ 45,000.00 $ - 0.42 $ 18,900.00 $ - 0.42 $ 18,900.00 59 2542-1007000 SEALER MATERIAL(PCC PAVT) LB $ 1.00 $ - 1975 $ 1,975.00 $ - 1975 $ 1,975.00 60 2554-0112012 WATER MAIN,TRENCHED,DIP,12' LF $ 75.00 $ - 910 $ 68,250.00 $ - 910 $ 68,250.00 Fah Infrastructure and Ens ronment,LIE 3950 River Ridge Dive NE.Sole A Cedar Rapids,Iowa 52402 Dote Prepared:02/09/2012 Phone'319.365.9565 Paps 1 Data Printed:6142012 Fac 310.365.9631 X:1CR\I020111111002-00\12000 Design Data and Calcs\EsUmat..last-2012-0804 HwyBSycamaeale 1 DIVISION 1(CITY 1-USTEP) DIVISION 2 CITY II-NON-PARTL DIVISION 3(IDOT 3R-PART) TOTAL ITEM NO. ITEM CODE j ITEM DESCRIPTION UNIT UNIT PRICE QUANTITY SUBTOTAL QUANTITY SUBTOTAL QUANTITY SUBTOTAL QUANTITY TOTAL 61 2554-0203000 FITTINGS BY WEIGHT,DI LB $ 5.50 $ - 1112 I$ 6,116.00 $ - 1112 $ 6,116.00 62 ( 2554-0206000 VALVE,BUTTERFLY.DIP,16' EACH $ 2,500.00 $ - 2 _ $ 5,000.00 $ - 2 $ 5,000.00 63 2554-0207012 VALVE,GATE,DIP,12" EACH $ 1,500.00 $ - 5 $ 7,500.00 $ - 5 S 7,500.00 64 2554-0210201 FIRE HYDRANT ASSEMBLY.WM-201 EACH $ 3,500.00 $ - 2 $ 7,000.00 $ - 2 $ 7,000.00 65 2599-9999005 REMOVAL OF FIRE HYDRANT EACH $ 500.00 $ - 2 $ 1,000.00 $ - 2 $ 1,000.00 66 2599-9999005 BUS STOP SHELTER,REMOVE AND REINSTALL EACH $ 5,000.00 $ - 1 5 5,000.00 $ - 1 $ 5,000.00 67 2599-9999005 SUBDRAIN,CLEANOUTS,6 IN.PVC,TYPE A-1 EACH $ 350.00 2 $ 700.00 $ - $ - 2 $ 700.00 68 2599-9999009 REMOVAL OF WATER MAIN LF $ 15.00 $ - 375 $ 5,625.00 $ - 375 $ 5.625.00 69 2599-9999010 MODULAR BLOCK RETAINING WALL(HEAVY) LS $ 370000.00 $ - 1 $ 370,000.00 $ - 1 5 370,000.00 70 2599-9999010 INTERMEDIATE FOUNDATION FOR MODULAR BLOCK RETP LS $ 60,000.00 $ - 1 $ 60,000.00 _$ - 1 9 60,000.00 71 2599-9999010 REMOVAL OF EXISTING RETAINING WALL LS $ 15.000.00 $ - 1 5 15,000.00 5 - 1 $ 15.000.00 72 2599-9999010 IT/TRAFFIC SIGNAL INTERCONNECT LS $ 35,000.00 $ - 1 $ 35,000.00 $ - 1 5 35,000.00 73 2599-9999010 CONSTRUCTION EROSION CONTROL LS $ 5,000.00 0.5 $ 2,500.00 0.25 $ 1,250.00 0.25 $ 1,250.00 74 2601-2634150 MULCH,WOOD CELLULOSE FIBER ACRE $ 1,500.00 0.81 $ 1,215.00, $ - 0.69 $ 1,035.00 1.5 $ 2250.00 75 2601-2636044 SEED+FERTILIZE(URBAN) ACRE $ 2200.00 0.81 $ 1,782.00 $ - 0.69 $ 1,518.00 1.5 $ 3,300.00 76 2601-2638352 SLOPE PROTECTION,WOOD EXCELSIOR SO $ 15.00 175 $ 2,625.00 $ - $ - 175 $ 2,625.00 77 2601-2642120 STABILIZE CROP-SEED+FERTILIZE(URBAN) ACRE $ 1,500.00 0.81 $ 1,215.00 $ - 0.69 $ 1,035.00 1.5 $ 2,250.00 78 2602-0000020 SILT FENCE LF $ 2.00 500 $ 1,000.00 5 - $ - 500 $ 1,000.00 79 2602-0000060 RMVL OF SILT FENCE LF $ 0.50 500 $ 250.00 $ - $ - 500 $ 250.00 80 2602-0000090 CLEAN-OUT OF SILT FENCE LF $ 1.00 500 $ 500.00 I$ - $ - 500 $ 500.00 SUBTOTAL CONSTRUCTION $ 479,905.00 $ 1,036,325.00 $ 265,920.00 $ 1,777,150.00 TOTAL PROJECT COSTS $ 1,777,150.00 rV Py] Iu..-�, m CJ1 ..r..- Nth!aniseeds.and Environment,LLC 3950 River Ridge Drew NE.Suite A Codar Rapids,lave 52402 Date n:319.365.9565 Page 2 Date Print Mane: ed:6/4/2012 Fa[319.365.9631 X:\CR1102011\111002-00\12000 Design Data and Cale s\Esllmateslest-2012-0604-Hwy6Sycamore.As SPECIFICATIONS FOR U.S. HIGHWAY 6 AND SYCAMORE STREET INTERSECTION IMPROVEMENTS IOWA CITY, IOWA FOTH INFRASTRUCTURE AND ENVIRONMENT LLC 3950 RIVER RIDGE DRIVE NE, SUITE A CEDAR RAPIDS, IOWA 52402 1 v; -r-rt -�� m ttttllll►111!1!/I I hereby certify that this engineering document was prepared by me or under my �„...SSIO..... /! under thdirect eyJsawsl supervision and of e State f Iowa. I am a duly licensed Professional Engilneer �* Date: (p if !/Z. =U• SCOTT K. ▪ Scott K.Sovers,P.E. "' SOVERS • = License No.17141 17141 1 g My renewal date is December 31, 2013 % �'• ' \���� Pages or sheets covered by this seal: OW P \\\\ al pages ,//"III1711111111111 0 Ur c r TABLE OF CONTENTS �`- e *11 U.S. HIGHWAY 6 AND SYCAMORE STREET INTERSECTION IMPROVEMENTS •••• C.1 IOWA CITY, IOWA Page Number TITLE SHEET CERTIFICATIONS TABLE OF CONTENTS NOTICE TO BIDDERS NTB-1 NOTE TO BIDDERS NB-1 FORM OF PROPOSAL FP-1 BID BOND BB-1 FORM OF AGREEMENT AG-1 PERFORMANCE AND PAYMENT BOND PB-1 STORM WATER DISCHARGE ASSOCIATED WITH INDUSTRIAL ACTIVITY FOR CONSTRUCTION ACTIVITIES SW-1 TARGETED SMALL BUSINESS (TSB) AFFIRMATIVE ACTION RESPONSIBILITIES ON NON-FEDERAL AID PROJECTS TSB-1 CONTRACT COMPLIANCE (ANTI-DISCRIMINATION REQUIREMENTS) CC-1 GENERAL CONDITIONS GC-1 SUPPLEMENTARY CONDITIONS SC-1 RESTRICTION ON NON-RESIDENT BIDDING ON NON-FEDERAL-AID PROJECTS R-1 TECHNICAL SECTION DIVISION 1 - GENERAL REQUIREMENTS Section 01025 Measurement and Payment 01025-1 Section 01090 Reference Standards 01090-1 Section 01310 Progress and Schedules 01310-1 Section 01570 Traffic Control and Construction Facilities 01570-1 DIVISION 2 - SITE WORK Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2009 DIVISION 3 — SUPPLEMENTAL SPECIFICATIONS Section 02660 Water Distribution 02660-1 Appendix A: Accepted Products for Water Distribution Materials 02660-Al Appendix B: Water Main Testing Procedures 02260-B1 Section 02890 Traffic Signalization 02890-1 Section 17124 Traffic Signal / IT Interconnect 17124-1 Section 20000 Special Provision (Retaining Wall, Heavy) 20000-1 Section 30000 Special Provision (Retaining Wall Intermediate Foundation) 30000-1 APPENDIX GEOTECHNICAL REPORT rv� C:7 ( 1 —1 el.111121.111 r. rnrri -77 r „sJ n v ' c-fl NOTICE TO BIDDERS U.S. Highway 6 and Sycamore Street Intersection Improvements Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 P.M. on the 19th day of July, 2012. Sealed proposals will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 315t day of July, 2012, or at special meeting called for that purpose. The Project will involve the following: The construction of intersection improvements for U.S. Highway 6 and Sycamore Street. Project includes all materials, labor and equipment necessary for the completion of the project. Approximate project quantities include: 5,350 CY r� of excavation and embankment, 4,154 SY of 9" PCC and 10" PCC roadway pavement, 916 SY of `11) . 6" PCC sidewalk pavement, subdrain, storm sewer, 6 storm sewer structures, 910 LF of 12" -_f I =-- water main, traffic signalization, 1435 TONS of 4" — `~ HMA Overlay, modular block retaining wall 77 i structure (heavy), pavement markings, erosion tea;, Fwy control, seeding, traffic control and miscellaneous related work. ' `-n All work is to be done in strict compliance with the plans and specifications prepared by Foth Infrastructure and Environment, LLC, of Cedar Rapids, Iowa, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and mainte- nance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more NTB-1 bidders may be retained for a period of not to exceed fifteen (15) calendar days following award of the contract, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the _ operation of the contract, and shall also guarantee ' = the maintenance of the improvement for a period ' "i of five (5) year(s) from and after its completion and formal acceptance by the City Council. M. s I -11 The following limitations shall apply to this s == F Project: . •. Specified Start Date:August 13th, 2012 Completion Date:April 30th, 2013 Liquidated Damages: $500.00 per day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at the office of the City Engineer of Iowa City 410 East Washington Street, Iowa City, Iowa 52240, by bona fide bidders. A $75.00 refundable fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to: Treasurer of the City of Iowa City, Iowa. The refund will be issued if re-useable plans and specifications are returned to the City of Iowa City within two weeks of the bid opening. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Economic Development at (515) 242-4721 and the Iowa Department of Transportation Contracts Office at(515)239-1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcon- tract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully re- NTB-2 quired under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK C=) PJ '< r 171 NTB-3 NOTE TO BIDDERS 1. The successful bidder and all subcontractors are required to submit at least 4 days prior to award three references involving similar projects, including at least one municipal reference. Award of the bid or use of specific subcontractors may be denied if sufficient favorable references are not verified or may be denied based on past experience on projects with the City of Iowa City. 2. References shall be addressed to the City Engineer and include the name, address and phone number of the contact person, for City verification. 3. Bid submittals are: Envelope 1: Bid Bond Envelope 2: Form of Proposal Envelope 3: Targeted Small Business (TSB) Pre-Bid Contact Information r.� • Ca r-' t7 ` Imo. S1� LJ NB-1 FORM OF PROPOSAL U.S. HIGHWAY 6 AND SYCAMORE STREET INTERSECTION IMPROVEMENTS CITY OF IOWA CITY NOTICE TO BIDDERS: PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED IN THE BOUND VOLUME OF THE SPECIFICATIONS. SEPARATE COPIES OF THIS PROPOSAL ARE CONTAINED WITHIN THE BACK COVER OF THIS DOCUMENT. Name of Bidder Address of Bidder TO: City Clerk City of Iowa City City Hall 410 E. Washington St. Iowa City, IA 52240 The undersigned bidder submits herewith bid security in the amount of $ , in accordance with the terms set forth in the "Project Specifications." The undersigned bidder, having examined and determined the scope of the Contract Documents, hereby proposes to provide the required labor, services, materials and equipment and to perform the Project as described in the Contract Documents, including Addenda , and , and to do all work at the prices set forth herein. We further propose to do all "Extra Work" which may be required to complete the work contemplated, at unit prices or lump sums to be agreed upon in writing prior to starting such work. r Lir ca C (L) FP-1 SCHEDULE OF PRICES EXTENDED TEM NO ITEM CODE DESCRIPTION UNIT TOTAL UNIT COST PRICE 1 2102-0425071 SPECIAL BACKFILL CY 354 $ ____$___ 2 2102-2710070 EXCAVATION,CL 10,RDWY+BORROW CY 5,350 $ $ 3 2102-2710080 EXCAVATION,CL 10,UNSUIT/UNSTABLE MAT'L , CY 500 $ $ 4 21058425015 TOPSOIL,STRIP,SALVAGE+SPREAD CY 536 $ $ 5 2115-0100000 MODIFIED SUBBASE CY 525 $ $ 6 2122-5500060 PAVED SHLD,HMA,6' SY 2,192 $ $ 7 2123-7450020 SHLD FINISH,EARTH STA 20 $ $ 8 2212-5070310 PATCH,FULL-DEPTH REPAIR SY 150 $ $ 9 2212-5070330 PATCH BY COUNT(REPAIR) EACH 10 $ $ 10 2301-1033090 STD/S-F PCC PAVT,CL CCL 3,9' SY 2,101 $ $ 11 2301-1033100 STD/S-F PCC PAV'T,CL CCL 3,10" SY 2,053 $ $ 12 2301-4875006 MEDIAN,PCC,6' SY 225 $ $ 13 2301-6911722 PCC PAV'T SAMPLE LS 1 $ $ 14 2301-7000110 PAY ADJ IID-PCC PAVT THICKNESS EACH 1 $ $ 15 2303-0041500 HMA(3M ESAL)BASE,1/2" TON 334 $ $ 16 2303-0042500 HMA(3M ESAL)INTERMEDIATE,1/2" TON 534 $ -- $ r 17 2303-0043503 HMA(3M ESAL)SURF,1/2',FRIC L-3 TON 567 $ "", $ r--1 18 2303-0245000 ASPH BINDER,PG 64-28 TON 87 $ =--.. r ; $ 1 19 2303-6911000 HMA PAVT SAMPLE LS 1 $ .r_I $ ... 20 2303-9093010 HMA,DRIVEWAY SY 808 $ (-1-':. I $ r21 2317-7000110 PAY ADJ IID-PCC PAVT SMOOTHNESS EACH 1 $ �'C. 4.- $ a 22 2401-6750001 REMVL LS 1 $ - 1 $ 23 2414-6460000 ORNAMENTAL METAL RAIL LF 626 $ • - . $ 1.,,,,,) • 24 2416-0100024 APRON,CONC,24" EACH 1 $ �$ 25 2430-0000100 MODULAR BLOCK RETAIN WALL SF 30 $ c-'$ 26 2435-0140148 MANHOLE,STORM SWR,SW-401,48' EACH 1 $ $ 27 2435-0250700 INTAKE,SW-507 EACH 2 $ $ 28 2435-0250800 INTAKE,SW-50B EACH 2 $ $ 29 2435-0250804 INTAKE,SW-508,TOP AND INSERT ONLY EACH 1 $ $ 30 2502-8212034 SUBDRAIN,LONGITUDINAL,(SHLD)4' LF 2,500 $ $ 31 2502-8212036 SUBDRAIN,LONGITUDINAL,(SHLD)6" LF 808 $ $ 32 2502-8220193 SUBDRAIN OUTLET(RF-19C) EACH 1 $ $ 33 2502-8220196 SUBDRAIN OUTLET(RF-19E) EACH 8 $ $ 34 2503-0114215 STORM SWR G-MAIN,TRENCHED,RCP 2000D,15" LF 11 $ $ 35 2503-0114224 STORM SWR G-MAIN,TRENCHED,RCP 2000D,24" LF 64 $ $ 36 2507-6800061 REVETMENT,CLASS E TON 18 $ $ 37 2510-6745850 RMVL OF PAVT SY 1,948 $ $ 38 2511-6745900 RMVL OF SIDEWALK SY 460 $ $ 39 2511-7526004 SIDEWALK,PCC,4" SY 22 $ $ 40 2511-7526006 SIDEWALK,PCC,6" SY 916 $ $ 41 2511-7528100 DETECTABLE WARNING-CURB RAMP SF 84 $ $ 42 2512-1725256 CURB+GUTTER,PCC,2.5' LF 736 $ $ _ 43 2512-1725306 CURB+GUTTER,PCC,3.0' LF 450 $ $ 44 2515-2475007 DRIVEWAY,PCC,r SY 253 $ $ 45 2515-6745600 RMVL OF PAVED DRIVEWAY SY 1,236 $ $ 46 2518-6910000 SAFETY CLOSURE EACH 2 $ $ 47 2519-3300600 FENCE,SAFETY LF 750 $ $ FORM OF PROPOSAL FP-2 SCHEDULE OF PRICES EXTENDED TEM NO, ITEM CODE DESCRIPTION UNIT TOTAL UNIT COST PRICE 48 2525-0000100 TRAFFIC SIGNALIZATION LS 1 $ $ 49 2525-0000120 RMVL OF TRAFFIC SIGNALIZATION LS 1 $ $ 50 2526-8285000 CONSTRUCTION SURVEY LS 1 $ $ 51 2527-9263109 PAINTED PAVT MARK,WATERBORNE/SOLVENT STA 14.8 $ $ 52 2527-9263117 PAINTED PAVT MARK,DURABLE STA 108.8 $ $ 53 2527-9263138 PAINTED SYMBOL+LEGEND EACH 3 $ $ 54 2527-9263143 PAINTED SYMBOL+LEGEND,DURABLE EACH 15 $ $ 55 2528-8445110 TRAFFIC CONTROL LS 1 $ $ 56 2528-8445113 FLAGGER EACH 20 $ $ 57 2533-4980005 MOBILIZATION LS 1 $_ $ 58 2542-1006010 CRACK&JOINT CLEAN&SEAL(PCC PAVT) MILE 0.42 $ $ 59 2542-1007000 SEALER MATERIAL(PCC PAVT) LB 1,975 $ $ 80 2554-0112012 WATER MAIN,TRENCHED,DIP,12" LF 910 $ $ 81 2554-0203000 FITTINGS BY WEIGHT,DI LB 1,112 $ $ 62 2554-0206000 VALVE,BUTTERFLY,DIP,16" EACH 2 $ $ 63 2554-0207012 VALVE,GATE,DIP,12" EACH 5 $ $ 64 2554-0210201 FIRE HYDRANT ASSEMBLY,WM-201 EACH 2 $ $ 65 2599-9999005 REMOVAL OF FIRE HYDRANT EACH 2 $ $ 66 2599-9999005 BUS STOP SHELTER,REMOVE AND REINSTALL EACH 1 , $ $ 67 2599-9999005 SUBDRAIN,CLEANOUTS,6 IN.PVC,TYPE A-1 EACH 2 $ $ 68 2599-9999009 REMOVAL OF WATER MAIN LF 375 $ $ 69 2599-9999010 MODULAR BLOCK RETAINING WALL(HEAVY) LS 1 $ $ 70 2599-999910 INTERMEDIATE FOUNDATION FOR MODULAR BLOCK WF LS 1 $ $ 71 2599-9999010 REMOVAL OF EXISTING RETAINING WALL LS 1 $ $ _ 72 2599-9999010 IT/TRAFFIC SIGNAL INTERCONNECT LS 1 $ $ 73 I 2599-9999010 CONSTRUCTION EROSION CONTROL LS 1 $ $ 74 2601-2634150 MULCH,WOOD CELLULOSE FIBER ACRE 1.5 $ $ 75 2601-2636044 SEED+FERTILIZE(URBAN) ACRE 1.5 $ $ 76 2601-2638352 SLOPE PROTECTION,WOOD EXCELSIOR SQ 175 $ $ 77 2601-2642120 STABILIZE CROP-SEED+FERTILIZE(URBAN) ACRE 1.5 $ $ 78 2602-0000020 SILT FENCE LF 500 $ $ 79 2602-0000060 RMVL OF SILT FENCE LF 500 $ $ __ 80 2602-0000090 CLEAN-OUT OF SILT FENCE LF 500 $ $ $ $ $ $ TOTAL BASE BID OF ITEMS: $ rV C:_7 Ci; R.J -':::Th r `1a --i t,') ._ 4 r; r 5 i .,w Cys 0 O FORM OF PROPOSAL FP-3 The names of those persons, firms, companies or other parties with whom we intend to enter into a subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract, are as follows: NOTE: All subcontractors are subject to approval by City. The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connection with any other person or persons bidding on the work. The undersigned bidder states that this proposal is made in conformity with the Contract Documents and agrees that, in the event of any discrepancies or differences between any conditions of this proposal and the Contract Documents prepared by the City of Iowa City, the more specific shall prevail. FIRM: By: (Printed Name) (Title) (Business Address) (Bidders Phone Number(s) (Bidders FAX Number(s)) (Bidders Federal Tax I.D. Number) FP-4 BID BOND , as Principal, and as Surety declare that we are held and are firmly bound unto the City of Iowa City, Iowa, hereinafter called "OWNER," in the sum of Dollars ($ ) to pay said sum as herein provided. We as Principal and Surety further promise and declare that these obligations shall bind our heirs, executors, administrators, and successors jointly and severally. This obligation is conditioned on the Principal submission of the accompanying bid, dated for Project. ..-7 NOW, THEREFORE, 1` E (a) If said Bid shall be rejected, or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified, and the Principal shall then furnish a bond for the Principal's faithful performance of said Project, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Project, as agreed to by the City's acceptance of said Bid, then this obligation shall be void. Otherwise this obligation shall remain in full force and effect, provided that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the amount of the obligation stated herein. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in the event that the Principal fails to execute the contract and provide the bond, as provided in the Project specifications or as required by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall in no way be impaired or affected by any extension of the time within which the Owner may accept such Bid or may execute such contract documents, and said Surety does hereby waive notice of any such time extension. The Principal and the Surety hereto execute this bid bond this day of , A.D., 20 . (Seal) Witness Principal By (Title) (Seal) Surety By Witness (Attorney-in-fact) Attach Power-of-Attorney BB-1 FORM OF AGREEMENT THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ("City"), and ("Contractor"). Whereas the City has prepared certain plans, specifications, proposal and bid documents dated the day of , 20 , for the Project ("Project"), and Whereas, said plans, specifications, proposal and bid documents accurately and fully describe the terms and conditions upon which the Contractor is willing to perform the Project. NOW, THEREFORE, IT IS AGREED: 1. The City hereby accepts the attached proposal and bid documents of the Contractor for the Project, and for the sums listed therein. 2. This Agreement consists of the following component parts which are incorporated herein by reference: a. Addenda Numbers b. "Standard Specifications for Highway and Bridge Construction," Series of 2009, Iowa Department of Transportation, as amended; w c. Plans; - d. Specifications and Supplementary Conditions; -� - e. Notice to Bidders; f. Note to Bidders; - o g. Performance and Payment Bond; h. Restriction on Non-Resident Bidding on Non-Federal-Aid Projects; Contract Compliance Program (Anti-Discrimination Requirements); j. Proposal and Bid Documents; and k. This Instrument. The above components are deemed complementary and should be read together. In the event of a discrepancy or inconsistency, the more specific provision shall prevail. AG-1 3. The names of subcontractors approved by City, together with quantities, unit prices, and extended dollar amounts, are as follows (or shown on an attachment): 4. Payments are to be made to the Contractor in accordance with the Supplementary Conditions. DATED this day of 720 �. I 71 City Contractor ` �- --0 rn s=.,'? By By (Title) Mayor ATTEST: ATTEST: (Title) City Clerk (Company Official) Approved By: City Attorney's Office AG-2 PERFORMANCE AND PAYMENT BOND , as (insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and (insert the legal title of the Surety) , as Surety, hereinafter called the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter called the Owner, in the amount of Dollars ($ ) for the payment for which Contractor and Surety hereby bind themselves, their heirs, executors, administrators, successors and assigns,jointly and severally. WHEREAS, Contractor has, as of , entered into a -� (date) -7_ '_ written Agreement with Owner for Project; and WHEREAS, the Agreement requires execution of this Performance and Payment Bond, to be completed by Contractor, in accordance with plans and specifications prepared by , which Agreement is by reference made a part hereof, and the agreed-upon work is hereafter referred to as the Project. NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION are such that, if Contractor shall promptly and faithfully perform said Agreement, then the obligation of this bond shall be null and void; otherwise it shall remain in full force and effect until satisfactory completion of the Project. A. The Surety hereby waives notice of any alteration or extension of time made by the Owner. B. Whenever Contractor shall be, and is declared by Owner to be, in default under the Agreement, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 1. Complete the Project in accordance with the terms and conditions of the Agreement, or 2. Obtain a bid or bids for submission to Owner for completing the Project in accordance with the terms and conditions of the Agreement; and upon determina- tion by Owner and Surety of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available, as work progresses (even though there may be a default or a succession of defaults under the Agreement or subsequent contracts of completion arranged under this paragraph), sufficient PB-1 funds to pay the cost of completion, less the balance of the Contract Price, but not exceeding the amount set forth in the first paragraph hereof. The term "balance of the Contract Price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Agreement, together with any addenda and/or amendments thereto, less the amount properly paid by Owner to Contractor. C. The Contractor and Contractor's Surety shall be obligated to keep the improvements covered by this bond in good repair for a period of ( ) years from the date of formal acceptance of the improvements by the Owner. D. No right of action shall accrue to or for the use of any person, corporation or third party other than the Owner named herein or the heirs, executors, administrators or successors of Owner. IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, in accordance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, firms or corporations having contracts directly with the Principal, including any of Principal's subcontrac- tors, all claims due them for labor performed or materials furnished in the performance of the Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of Iowa, are a part of this bond to the same extent as if it were expressly set out herein. fi . SIGNED AND SEALED THIS DAY OF , 20 IN THE PRESENCE OF: 0 (Principal) Witness (Title) (Surety) Witness (Title) (Street) (City, State, Zip) (Phone) PB-2 Storm Water Discharge Associated With industrial Activity For Construction Activities City Project County Project Number Certification Statement "I certify under penalty of law that I understand the terms and conditions of the general National Pollutant Discharge Elimination System (NPDES) permit that authorizes the storm water discharges associated with industrial activity from the construction site as part of this certification. Further, by my signature, I understand that I am becoming a co-permittee, along with the owner(s) and other contractors and subcontractors signing such certifications, to the Iowa Department of Natural Resources NPDES General Permit No. 2 for "Storm Water Discharge Associated with Industrial Activity for Construction Activities" at the identified site. As a co-permittee, I understand that I, and my company, are legally required under the Clean Water Act and the Code of Iowa, to ensure compliance with the terms and conditions of the storm water pollution prevention plan developed under this NPDES permit and the terms of this NPDES permit." Name Type, Stamp or Print Legibly Title Company Name Address Telephone Number Signed By Date (president, vice-president, general partner of proprietor) SW-1 Targeted Small Business (TSB) Affirmative Action Responsibilities on Non-Federal-aid Projects (Third-party State-Assisted Projects) 1. TSB DEFINITION A TSB is a small business, as defined by Iowa Code Section 15.102(5), which is 51% or more owned, operated and actively managed by one or more women, minority persons or persons with a disability. Generally this is a for-profit small business enterprise under single management, is located in Iowa and has an annual gross income of less than 3 million dollars computed as an average of the three preceding fiscal years. 2. TSB REQUIREMENTS In all State-assisted projects made available through the Iowa Department of Transportation, local governments have certain affirmative action requirements to encourage and increase participation of disadvantaged individuals in business enterprises. These requirements are based on Iowa Code Section 19B.7 and 541 Iowa Administrative Code Chapter 4. These requirements supersede all existing TSB regulations, orders, circulars and administrative requirements. A TSB goal has not be been established for this project. 3. TSB DIRECTORY INFORMATION `= r— Available from:lowa Department of Inspections and Appeals --- Targeted Small Business c--.)–( r Lucas Building --}� Des Moines, IA 50319 rn Phone: 515-281-7102 — '7") r. CA) Website: http://dia.iowa.qov/paqe7.html •• 4. THE CONTRACTOR'S TSB POLICY The contractor is expected to promote participation of disadvantaged business enterprises as suppliers, manufactures and subcontractors through a continuous, positive, result- oriented program. Therefore the contractor's TSB policy shall be: It is the policy of this firm that Targeted Small Business (TSB) concerns shall have the maximum practical opportunity to participate in contracts funded with State- assisted funds which are administered by this firm (e.g. suppliers, manufactures and subcontractors). The purpose of our policy is to encourage and increase the TSB participation in contracting opportunities made available by State-assisted programs. 5. CONTRACTOR SHALL APPOINT AN EQUAL EMPLOYMENT OPPORTUNITY(EEO) OFFICER The contractor shall designate a responsible person to serve as TSB officer to fulfill the contractors affirmative action responsibilities. This person shall have the necessary statistics, funding, authority and responsibility to carry out and enforce the firm's EEO TSB-1 policy. The EEO officer shall be responsible for developing, managing and implementing the program on a day-to-day basis. The officer shall also: A. For current TSB information, contact the Iowa Department of Inspections and Appeals (515-281-7102) to identify potential material suppliers, manufactures and contractors. B. Make every reasonable effort to involve TSBs by soliciting quotations from them and incorporating them into the firm's bid. C. Make every reasonable effort to establish systematic written and verbal contact with those TSBs having the materials or expertise to perform the work to be subcontracted, at least two weeks prior to the time quotations are to be submitted. Maintain complete records of negotiation efforts. D. Provide or arrange for assistance to TSBs in seeking bonding, analyzing plans/specifications or other actions that can be viewed as technical assistance. E. Ensure the scheduled progress payments are made to TSBs as agreed in subcontract agreements. F. Require all subcontractors and material suppliers to comply with all contract equal opportunity and affirmative action provisions. 6. COUNTING TSBs PARTICIPATION ON A PROJECT • TSBs are to assume actual and contractual responsibilities for provision of -'- r". materials/supplies, subcontracted work or other commercially useful function. "ji A. The bidder may count: (1) Planned expenditures for materials/supplies to be obtained from TSB suppliers and manufacturers; or (2) Work to be subcontracted to a TSB; or (3) Any other commercially useful function. B. The contractor may count: (1) 100% of an expenditure to a TSB manufacturer that produces/supplies goods manufactured from raw materials. (2) 60% of an expenditure to TSB suppliers that are not manufacturers; provided the suppliers perform a commercially useful function in the supply process. (3) Only those expenditures to TSBs that perform a commercially useful function in the work of a contract, including those as a subcontractor. (4) Work the Contracting Authority has determined that it involves a commercially useful function. The TSB must have a necessary and useful role in the transaction of a kind for which there is a market outside the context of the TSB program. For example, leasing equipment or purchasing materials from the prime contractor would not count. TSB-2 7. REQUIRED DATA. DOCUMENTS AND CONTRACT AWARD PROCEDURES FROM BIDDERS/CONTRACTORS FOR PROJECTS WITH ASSIGNED GOALS A. Bidders Bidders who fail to demonstrate reasonable positive efforts may be declared ineligible to be awarded the contract. Bidders shall complete the bidding documents plus a separate form called "TSB Pre-Bid Contact Information". This form includes: -� (1) Name(s) of the TSB(s) contacted regarding subcontractable items. r (2) Date of the contract. (3) Whether or not a TSB bid/quotation was received. 6� (4) Whether or not the TSB's bid/quotation was used. -C -„ rri (5) The dollar amount proposed to be subcontracted. B. Contractors Using Quotes From TSBs . o Use those TSBs whose quotes are listed in the "Quotation Used in Bid" column along with a "yes" indicated on the Pre-bid Contact Information form. C. Contractors NOT Using Quotes From TSBs If there are no TSBs listed on the Pre-bid Contract Information form, then the contractor shall document all efforts made to include TSB participation in this project by documenting the following: (1) What pre-solicitation or pre-bid meetings scheduled by the contracting authority were attended? (2) Which general news circulation, trade associations and/or minority-focused media were advertised concerning the subcontracting opportunities? (3) Were written notices sent to TSBs that TSBs were being solicited and was sufficient time allowed for the TSBs to participate effectively? (4) Were initial solicitations of interested TSBs followed up? (5) Were TSBs provided with adequate information about the plans, specifications and requirements of the contract? (6) Were interested TSBs negotiated with in good faith? If a TSB was rejected as unqualified, was the decision based on an investigation of their capabilities? (7) Were interested TSBs assisted in obtaining bonding, lines of credit or insurance required by the contractor? (8) Were services used of minority community organization, minority contractors groups; local, State and Federal minority business assistance offices or any other organization providing such assistance. The above documentation shall remain in the contractor's files for a period of three (3) years after the completion of the project and be available for examination by the Iowa Department of Inspections and Appeals. TSB-3 8. POSITIVE EFFORT DOCUMENTATION WHEN NO GOALS ARE ASSIGNED Contractors are also required to make positive efforts in utilizing TSBs on all State- assisted projects which are not assigned goals. Form "TSB Pre-bid Contact Information" is required to be submitted with bids on all projects. If there is no TSB participation, then the contractor shall comply with section 7C. of this document prior to the contract award. E.: tV 7_ I rr-1 -t7 d - ca TSB-4 Form 730007W P 7-97 Contractor Page# Project# TARGETED SMALL BUSINESS (TSB) PRE-BID CONTACT INFORMATION County City (To Be Completed By All Bidders Per The Current Contract Provision) In order for your bid to be considered responsive, you are required to provide information on this form showing your Targeted Small Business contacts made with your bid submission. This information is subject to verification and confirmation. In the event it is determined that the Targeted Small Business goals are not met, then before awarding the contract, the Contracting Authority will make a determination as to whether or not the apparent successful low bidder made good faith efforts to meet the goals. NOTE: Every effort shall be made to solicit quotes or bids on as many subcontractable items as necessary to achieve the established goals. If a TSB's quote is used in the bid, it is assumed that the firm listed will be used as a subcontractor. A TSB goal has not been established for this project. TABLE OF INFORMATION SHOWING BIDDERS PRE-BID TARGETED SMALL BUSINESS (TSB)CONTACTS SUBCONTRACTOR TSB DATES QUOTES RECEIVED QUOTATION USED IN BID CONTACTED YES/ DATES YES/ DOLLAR AMT. PROPOSED NO CONTACTED NO TO BE SUBCONTRACTED Total dollar amount proposed to be subcontracted to TSB on this project$ List items by name to be subcontracted: TSB-5 UTILIZATION OF TARGETED SMALL BUSINESS (TSB) ENTERPRISES ON NON-FEDERAL AID PROJECTS (THIRD-PARTY STATE-ASSISTED PROJECTS) In accordance with Iowa Code Section 19B.7 and 541 Iowa Administrative Code (IAC) Chapter 4, it is the policy of the Iowa Department of Transportation (Iowa DOT)that Targeted Small Business (TSB)enterprises shall have the maximum practicable opportunity to participate in the performance of contracts financed in whole or part with State funds. Under this policy the Recipient shall be responsible to make a positive effort to solicit bids or proposals from TSB firms and to utilize TSB firms as contractors or consultants. The Recipient shall also ensure that the contractors or consultants make positive efforts to utilize TSB firms as- subcontractors, subconsultants, suppliers, or participants in the work covered by this agreement.. The Recipient's "positive efforts" shall include, but not be limited to: • 1. Obtaining the names of qualified TSB firms from the Iowa Department of Inspections and Appeals (515-281-7102)or from its website at: http://dia.iowa.gov/page7.html. 2. Notifying qualified TSB firms of proposed projects involving State funding. Notification should be made in sufficient time to allow the TSB firms to participate effectively in the bidding or request for proposal (RFP) process. 3. Soliciting bids or proposals from qualified TSB firms on each project, and identifying for TSB firms the availability of subcontract work. 4. Considering establishment of a percentage goal for TSB participation in each contract that is a part of this project and for which State funds will be used. Contract goals may vary depending on the type of project, the subcontracting opportunities available, the type of service or supplies needed for the project, and the availability of qualified TSB firms in the area. 5. For construction contracts: a) Including in the bid proposals a contract provision titled "TSB Affirmative Action Responsibilities on Non-Federal Aid Projects (Third-Party State-Assisted Projects)" or a similar document developed by the Recipient. This contract provision is available on-line at: http://www.dot.state.ia.us/local_systems/publications/tsb_contract provision.pdf b) Ensuring that the awarded contractor has and shall follow the contract provisions. 6. For consultant contracts: a) Identifying the TSB goal in the Request for Proposal (RFP), if one has been set. b) Ensuring that the selected consultant made a positive effort to meet the established TSB goal, if any. This should include obtaining documentation from the consultant that includes a list of TSB firms contacted; a list of TSB firms that responded with a TSB-6 subcontract proposal; and, if the consultant does not propose to use a TSB firm that submitted a subcontract proposal, an explanation why such a TSB firm will not be used. The Recipient shall provide the Iowa DOT the following documentation: 1. Copies of correspondence and replies, and written notes of personal and/or telephone contacts with any TSB firms. Such documentation can be used to demonstrate the Recipient's positive efforts and it should be placed in the general project file. 2. Bidding proposals or RFPs noting established TSB goals, if any. a) The attached "Checklist and Certification." This form shall be filled out upon completion of each project and forwarded to: Iowa Department of Transportation, EEO Administrator, Office of Contracts, 800 Lincoln Way, Ames, IA 50010. 4r. <r-,, rn CD TSB-7 CHECKLIST AND CERTIFICATION For the Utilization of Targeted Small Businesses (TSB) On Non-Federal-aid Projects (Third-Party State-Assisted Projects) Recipient: Project Number: County: Agreement Number: 1. Were the names of qualified TSB firms obtained from the Iowa Department of Inspections and Appeals? [ YES ❑ NO If no, explain 2. Were qualified TSB firms notified of project? ❑ YES 0 NO If yes, by ❑ letter, L telephone, personal contact, or other (specify) If no, explain 3. Were bids or proposals solicited from qualified TSB firms? 0 YES ❑ NO If no, explain 4. Was a goal or percentage established for TSB participation? 0 YES ❑ NO If yes, what was the goal or percentage? If no, explain why not: 5. Did the prime contractor or consultant use positive efforts to utilize TSB firms on subcontracts? YES NO If no, what action was taken by Recipient? C)—•: Is documentation in files? ❑YES NO 6. What was the dollar amount reimbursed to the Recipient from the Iowa Department of Transportation? What was the final project cost? $ What was the dollar amount performed by TSB firms? $ Name(s) and address(es) of the TSB firm(s) (Use additional sheets if necessary) Was the goal or percentage achieved? YES NO If no, explain As the duly authorized representative of the Recipient, I hereby certify that the Recipient used positive efforts to utilize TSB firms as participants in the State-assisted contracts associated with this project. Title Signature Date TSB-8 Contract Compliance Program _____________ iil , __. fir-F.y,7- #A , .4.,-,,---- , .,..._ T:J5111%, CITY OF IOWA CITY SECTION I - GENERAL POLICY STATEMENT It is the policy of the City of Iowa City to require equal employment opportunity in all City contract work. This policy prohibits discrimination by the City's contractors, consultants and vendors and requires them to ensure that applicants seeking employment with them and their employees are treated equally without regard to race, color, creed, religion, national origin, sex, gender identity, sexual orientation, disability, marital status, and age. It is the City's intention to assist employers, who are City contractors, vendors or consultants, in designing and implementing equal employment opportunity so that all citizens will be afforded equal accessibility and opportunity to gain and maintain employment. PROVISIONS: 1. All contractors, vendors, and consultants requesting to do business with the City must submit an Equal Opportunity Policy Statement before the execution of the contract. 2. All City contractors, vendors, and consultants with contracts of$25,000 or more (or less if required by another governmental agency) must abide by the requirements of the City's Contract Compliance Program. Emergency contracts may be exempt from this provision at the discretion of the City. Regardless of the value of the contract, all contractors, vendors, and consultants are subject to the City's Human Rights Ordinance,which is codified at Article 2 of the City Code. 3. Contracting departments are responsible for assuring that City contractors, vendors, and consultants are made aware of the City's Contract Compliance Program reporting responsibilities and receive the appropriate reporting forms. A notification of requirements will be included in any request for proposal and notice of bids. 4. Prior to execution of the contract, the completed and signed Assurance of Compliance (located on pages CC-2 and CC-3)or other required material must be received and approved by the City. 5. Contracting departments are responsible for answering questions about contractor, consultant and vendor compliance during the course of the contract with the City. 6. All contractors, vendors, and consultants must refrain from the use of any signs or designations which are sexist in nature, such as those which state "Men Working" or "Flagman Ahead," and instead use gender neutral signs. 7. All contractors, vendors, and consultants must assure that their subcontractors abide by the City's Human Rights Ordinance. The City's protected classes are listed at Iowa City City Code section 2-3-1. • CC-1 SECTION II -ASSURANCE OF COMPLIANCE The following sets forth the minimum requirements of a satisfactory Equal Employment Opportunity Program which will be reviewed for acceptability. PLEASE RETURN PAGES CC2 AND CC3 OF THIS SECTION TO THE CONTRACTING DEPARTMENT PRIOR TO THE EXECUTION OF THE CONTRACT. With respect to the performance of this contract, the contractor, consultant or vendor agrees as follows: (For the purposes of these minimum requirements, "contractor" shall include consultants and vendors.) 1. The contractor will not discriminate against any employee or applicant for employment and will take affirmative efforts to ensure applicants and employees are treated during employment without regard to their race, color, creed, religion, national origin, sex, sexual orientation, gender identity, disability, marital status, and age. Such efforts shall include, but not be limited to the following: employment, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. 2. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that it is an equal opportunity employer. Note: Contracts that are federally funded are subject to Executive Order No. 11246, as amended, and the regulations (see generally 29 U.S.C. § 1608 et seq.) and relevant orders of the U.S. Secretary of Labor. The Secretary of Labor, and not the City, enforces said regulations and orders. 3. Provide a copy of your written Equal Employment Opportunity policy statement. Where is this statement posted? 4. What is the name, telephone number and address of your business' Equal Employment Opportunity Officer? (Please print) Phone number Address 5. The undersigned agrees to display, in conspicuous places at the work site, all posters required by federal and state law for the duration of the contract. NOTE: The City can provide assistance in obtaining the necessary posters. CC-2 6. How does your business currently inform applicants, employees, and recruitment sources (including unions)that you are an Equal Employment Opportunity employer? The above responses to questions 1 through 6, are true and correctly reflect our Equal Employment Opportunity policies. Business Name Phone Number Signature Title Print Name Date CC-3 SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES 1. COMPANY POLICY Determine your company's policy regarding equal employment opportunities. Document the policy and post it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all potential sources of employees and to your subcontractors asking their cooperation. The policy statement should recognize and accept your responsibility to provide equal employment opportunity in all your employment practices. In regard to dissemination of this policy, this can be done, for example, through the use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web page postings, employee handbooks, and advertising. 2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunity officer or, at minimum, assign someone-the responsibility of administering and promoting your company's Equal Employment Opportunity program. This person should have a position in your organization which emphasizes the importance of the program. 3. INSTRUCT STAFF Your staff should be aware of and be required to abide by your Equal Employment Opportunity program. All employees authorized to hire, supervise, promote, or discharge employees or are involved in such actions should be trained and required to comply with your policy and the current equal employment opportunity laws. 4. RECRUITMENT (a) Let potential employees know you are an equal opportunity employer. This can be done by identifying yourself on all recruitment advertising as"an equal opportunity employer". (b) Use recruitment sources that are likely to yield diverse applicant pools. Word-of-mouth recruitment will only perpetuate the current composition of your workforce. Send recruitment sources a letter annually which reaffirms your commitment to equal employment opportunity and requests their assistance in helping you reach diverse applicant pools. (c) Analyze and review your company's recruitment procedures to identify and eliminate discriminatory barriers. (d) Select and train persons involved in the employment process to use objective standards and to support equal employment opportunity goals. (e) Review periodically job descriptions to make sure they accurately reflect major job functions. Review education and experience requirements to make sure they accurately reflect the requirements for successful job performance. (f) Review the job application to insure that only job related questions are asked. Ask yourself "Is this information necessary to judge an applicant's ability to perform the job applied for?" Only use job-related tests which do not adversely affect any particular group of people. (g) Monitor interviews carefully. Prepare interview questions in advance to assure that they are only job related. Train your interviewers on discrimination laws. Biased and subjective judgments in personal interviews can be a major source of discrimination. (h) Improve hiring and selection procedures and use non-biased promotion, transfer and training policies to increase and/or improve the diversity of your workforce representation. Companies must make sure procedures for selecting candidates for promotion, transfer and training are based upon a fair assessment of an employee's ability and work record. Furthermore, all companies should post and otherwise publicize all job promotional opportunities and encourage all qualified employees to bid on them. CC-4 *4 Attached for your information is a copy of Section 2 — 3 — 1 of the Iowa City Code of Ordinances which prohibits certain discriminatory practices in employment. Please note that the protected characteristics include some not mandated for protection by Federal or State law. As a contractor, consultant or vendor doing business with the City of Iowa City you are required to abide by the provisions of the local ordinance in conjunction with your performance under a contract with the City. 'sy � CC-5 2-3-1 - 2-3-1 CHAPTER 3 DISCRIMINATORY PRACTICES SECTION: C. It shall be unlawful for any employer, employment agency, labor organiza- 2-3-1: Employment; Exceptions tion or the employees or members 2-3-2: Public Accommodation; thereof to directly or indirectly adver- Exceptions tise or in any other manner Indicate or 2-3-3: Credit Transactions; Exceptions publicize that individuals are unwel- 2-3-4: Education come, objectionable or not solicited 2-3-5: Aiding Or Abetting; Retaliation; for employment or membership be- Intimidation cause of age, color, creed, disability, gender identity, marital status, nation- al origin, race, religion, sex or sexual orientation. (Ord. 95-3697, 11-7-1995) 2-3-1: EMPLOYMENT; EXCEPTIONS: D. Employment policies relating to preg- A. It shall be unlawful for any employer nancy and childbirth shall be governed to refuse to hire, accept, register, by the following: classify, upgrade or refer for employ- ment, or to otherwise discriminate in 1. A written or unwritten employment employment against any other person policy or practice which excludes from or to discharge any employee be- employment applicants or employees cause of age, color, creed, disability, because of the employee's pregnancy gender identity, marital status, nation- is a prima facie violation of this Title. al origin, race, religion, sex or sexual orientation. 2. Disabilities caused or contributed to by the employee's pregnancy, miscar- B. It shall be unlawful for any labor orga- riage, childbirth and recovery there- nization to refuse to admit to member- from are, for all job-related purposes, ship, apprenticeship or training an temporary disabilities and shall be applicant, to expel any member, or to treated as such under any health or otherwise discriminate against any temporary disability insurance or sick applicant for membership, apprentice- leave plan available In connection with ship or training or any member in the employment or any written or unwrit- privileges, rights or benefits of such ten employment policies and practices membership, apprenticeship or train- involving terms and conditions of ing because of age, color, creed, employment as applied to other tern- disability, gender identity, marital porary disabilities. status, national origin, race, religion, sex or sexual orientation of such ap- E. It shall be unlawful for any person to plicant or member. solicit or require as a condition of employment of any employee or pro- 897 Iowa City CC-6 2-3-1 2-3-1 spective employee a test for the pres- 2. An employer or employment agency ence of the antibody to the human which chooses to offer employment or immunodeficiency virus. An agree- advertise for employment to only the ment between an employer, employ- disabled or elderly. Any such employ- ment agency, labor organization or ment or offer of employment shall not their employees, agents or members discriminate among the disabled or and an employee or prospective em- elderly on the basis of age, color, ployee concerning employment, pay creed, disability, gender identity, mari- or benefits to an employee or pro- tal status, national origin, race, reli- spective employee in return for taking gion, sex or sexual orientation. (Ord. a test for the presence of the antibody 95-3697, 11-7-1995) to the human immunodeficiency virus, is prohibited. The prohibitions of this 3. The employment of individuals for subsection do not apply if the State work within the home of the employer epidemiologist determines and the if the employer or members of the Director of Public Health declares family reside therein during such em- through the utilization of guidelines ployment. established by the Center for Disease Control of the United States Depart- 4. The employment of individuals to ment of Health and Human Services, render personal service to the person that a person with a condition related of the employer or members of the to acquired immune deficiency syn- employer's family. drome poses a significant risk of transmission of the human immunode- 5. To employ on the basis of sex in ficiency virus to other persons in a those certain instances where sex is a specific occupation. bona fide occupational qualification reasonably necessary to the normal F. The following are exempted from the operation of a particular business or provisions of this Section: enterprise. The bona fide occupational qualification shall be interpreted nar- 1. Any bona fide religious institution or rowly. its educational facility, association. corporation or society with respect to 6. A State or Federal program de- any qualifications for employment signed to benefit a specific age classi- based on religion when such qualifica- fication which serves a bona fide pub- tions are related to a bona fide reli- tic purpose. gious purpose. A religious qualifica- tion for instructional personnel or an 7. To employ on the basis of disability administrative officer, serving in a in those certain instances where pres- supervisory capacity of a bona fide ence of disability is a bona fide occu- religious educational facility or reli- pational qualification reasonably nec- gious institution shall be presumed to essary to the normal operation of a be a bona tide occupational qualifica- particular business or enterprise. The tion. (Ord. 94-3647, 11-8-1994) bona fide occupational qualification shall be interpreted narrowly. (Ord. 94-3647, 11-8-1994) 897 c Iowa City CC-7 GENERAL CONDITIONS General Requirements and Covenants of the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2009, as amended, shall apply except as amended in the Supplementary Conditions and Supplemental Specifications. sem''�..� .�C) �..0 C7 3 GJ 3" o GC-1 SUPPLEMENTARY CONDITIONS N � ARTICLES WITHIN THIS SECTION `:.-' `= _ S-1 Definitions C) S-2 Limitations of Operations ' _.1 S-3 Insurance V S-4 Supervision and Superintendence ' - t:' S-5 Concerning Subcontractors, Suppliers and Others o S-6 Compliance with OSHA Regulations S-7 Employment Practices S-8 Contract Compliance Program (Anti-Discrimination Requirements) S-9 Measurement and Payment S-10 Taxes S-11 Construction Stakes S-12 Restriction on Non-Resident Bidding on Non-Federal-Aid Projects Caption and Introductory Statements These Supplementary Conditions amend or supplement Division 11 of the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2009, as amended and other provisions of the Contract Documents. All provisions which are not so amended or supplemented remain in full force and effect. S-1 DEFINITIONS. ADD to or CHANGE the following definitions within 1101.03 of the IDOT STANDARD SPECIFICATIONS. "ENGINEER" shall mean the Director of Public Works for the City of Iowa City, Iowa or his authorized representative. "OWNER" and "CITY" shall mean the City of Iowa City, Iowa acting through the City Council and duly authorized agents. "CONTRACTING AUTHORITY," "DEPARTMENT OF TRANSPORTATION," or "COUNTY" shall mean the CITY. "IDOT STANDARD SPECIFICATIONS" shall mean the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2009, as amended. S-2 LIMITATIONS OF OPERATIONS. Add the following paragraph to 1108.03 of the IDOT STANDARD SPECIFICATIONS: SC-1 Except for such work as may be required to properly maintain lights and barricades, no work will be permitted on Sundays or legal holidays without specific permission of the ENGINEER. S-3 INSURANCE. A. CERTIFICATE OF INSURANCE; CANCELLATION OR MODIFICATION 1. Before commencing work, the Contractor shall submit to the City for approval a Certificate of Insurance, meeting the requirements specified herein, to be in effect for the full contract period. The name, address and phone number of the insurance company and agent must accompany the certificate. The liability limits required hereunder must apply to this Project only. 2. The Contractor shall notify the City in writing at least thirty (30) calendar days prior to any change or cancellation of said policy or policies. 3. Cancellation or modification of said policy or policies shall be considered just cause for the City of Iowa City to immediately cancel the contract and/or to halt work on the contract, and to withhold payment for any work performed on the contract. B. MINIMUM COVERAGE Any policy or policies of insurance purchased by the Contractor to satisfy his/her responsibilities under this contract shall include contractual liability coverage, and shall be in the following type and minimum amounts: Type of Coverage Comprehensive General Liability Each Occurrence Aggregate Bodily Injury& Property Damage* $1,000,000 $2,000,000 Automobile Liability Combined Single Limit Bodily Injury & Property Damage $1,000,000 Excess Liability $1,000,000 $1,000,000 Worker's Compensation Insurance as required by Chapter 85, Code of Iowa. *Property Damage liability insurance must provide explosion, collapse and underground coverage when determined by City to be applicable. The City requires that the Contractor's Insurance carrier be A rated or better by A.M. Best. In addition, the Contractor shall be required to comply with the following provisions with respect to insurance coverage: 1. The entire amount of Contractor's liability insurance policy coverage limits, identified in the policy and on the Certificate of Insurance, must, under the policy, be available to pay damages for which the insured Contractor becomes liable, or for which the insured assumes liability under the indemnity agreement herein contained, and such coverage amount shall not be subject to reduction by virtue of investigation or defense costs incurred by Contractor's insurer. 2. The entire amount of the Contractor's liability insurance policy coverage limits shall be payable by the Contractor's insurer, with no deductible to be paid by, or self-insured retention to be attributed to, the Contractor unless this requirement is waived by the SC-2 City. Contractor's Certificate of Insurance must set forth the nature and amount of any such deductible or self-insured retention. 3. If Contractor's liability insurance coverage is subject to any special exclusions or limitations not common to the type of coverage being provided, such exclusions or limitations shall be noted on the Certificate of Insurance. 4. The City prefers that Contractor provide it with "occurrence form" liability insurance coverage. If Contractor can only provide "claims-made" insurance coverage, then the Contractor must comply with the following requirements: a. If the Contractor changes insurance carriers, or if Contractor's insurance coverage is canceled, during the contract period or within two years after City's acceptance of the work, Contractor agrees to immediately notify the.City of s.ich event. b. If Contractor's insurance is canceled or is allowed to lapse during said period, Contractor shall be required to obtain replacement insurance coverage to fulfill its obligation hereunder. c. If, during said period, Contractor voluntarily changes insurance carriers or is required to obtain replacement coverage from another carrier, Contractor shall either (1) purchase "tail" coverage from its first carrier effective for a minimum of two years after City Council acceptance of the work, or (2) purchase "prior acts" insurance coverage from its new carrier, covering prior acts during the period of this Contract from and after its inception. d. "Tail" or "prior acts" coverage so provided shall have the same coverage, with the same limits, as the insurance specified in this Contract, and shall not be subject to any further limitations or exclusions, or have a higher deductible or self-insured retention than the insurance which it replaces. 5. The City reserves the right to waive any of the insurance requirements herein provided. The City also reserves the right to reject Contractor's insurance if not in compliance with the requirements herein provided, and on that basis to either award the contract to the next low bidder, or declare a default and pursue any and all remedies available to the City. 6. In the event that any of the policies of insurance or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, or in the event that Contractor incurs liability losses, either due to activities under this Contract, or due to other activities not under this Contract but covered by the same insurance, and such losses reduce the aggregate limits of Contractor's liability insurance below the limits required hereunder, then in that event the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. 7. In the event that any of the policies or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. C. HOLD HARMLESS SC-3 1. The Contractor shall indemnify, defend and hold harmless the City of Iowa City and its officers, employees, and agents from any and all liability, loss, cost, damage, and expense (including reasonable attorney's fees and court costs) resulting from, arising out of, or incurred by reason of any claims, actions, or suits based upon or alleging bodily injury, including death, or property damage rising out of or resulting from the Contractor's operations under this Contract, whether such operations be by himself or herself or by any Subcontractor or by anyone directly or indirectly employed by either of them. 2. Contractor is not, and shall not be deemed to be, an agent or employee of the City of Iowa City, Iowa. �. S-4 SUPERVISION AND SUPERINTENDENCE. . , • Add the following paragraph to 1105.05 of the IDOT STANDARD SPECIFICATIONS: CONTRACTOR shall maintain a qualified and responsible person available 24 hours per day, seven days per week to respond to emergencies which may occur after hours. CONTRACTOR shall provide to ENGINEER the phone number and/or paging service of this individual. S-5 CONCERNING SUBCONTRACTORS, SUPPLIERS AND OTHERS. Replace the first paragraph of 1108.01 of the IDOT STANDARD SPECIFICATIONS with the following: The contractor shall perform at least 30% of the contract amount with his/her own organization. On this project only, the contractor may subcontract up to 70% of the contract amount. The bidders should be aware that this project requires several types of work. Purchasing of materials for subcontractors will not be an acceptable method for the prime contractor to meet the 30% requirement. Items designated as specialty items may be performed by subcontract, and the cost of any specialty items so performed by the subcontract may be deducted from the total cost before computing the amount of work required to be performed by the contractor with his/her own organization. Add the following paragraph to 1108.01 of the IDOT STANDARD SPECIFICATIONS: Bidders shall list those persons, firms, companies or other parties to whom it proposes/intends to enter into a subcontract regarding this project as required for approval by the City and as noted on the Form of Proposal and the Agreement. If no minority business enterprises (MBE) are utilized, the CONTRACTOR shall furnish documentation of all efforts to recruit MBE's. S-6 COMPLIANCE WITH OSHA REGULATIONS. Add the following paragraphs to 1107.01 of the IDOT STANDARD SPECIFICATIONS: SC-4 The Contractor and all subcontractors shall comply with the requirements of 29 CFR 1910 (General Industry Standard) and 29 CFR 1926 (Construction Industry Standard). The Contractor and all subcontractors are solely responsible for compliance with said regulations. The Contractor will provide Material Safety Data Sheets (MSDS) for all hazardous chemicals or materials that will be at the job site. The Material Safety Data Sheets will be submitted to the Project Engineering prior to the start of construction and supplemented as necessary throughout the project. This data is being provided for informational purposes only and does not relieve the contractor of any obligations for compliance with applicable OSHA,and State laws regarding hazardous chemicals and right-to-know. S-7 EMPLOYMENT PRACTICES. Neither the Contractor nor his/her subcontractors, shall employ any person whose physical or mental condition is such that his/her employment will endanger the health and safety of them- selves or others employed on the project. Contractor shall not commit any of the following employment practices and agrees to include the following clauses in any subcontracts: To discriminate against any individual in terms, conditions, or privileges of employment because of sex, race, color, religion, national origin, sexual orientation, gender identity, marital status, age or disability unless such disability is related to job performance of such person or employee. To discharge from employment or refuse to hire any individual because of sex, race, color, religion, national origin, sexual orientation, gender identity, marital status, age, or disability unless such disability is related to job performance of such person or employee. S-8 CONTRACT COMPLIANCE PROGRAM (ANTI-DISCRIMINATION REQUIREMENTS). For all contracts of $25,000 or more, the Contractor shall abide by the requirements of the City's Contract Compliance Program, which is included with these Specifications beginning on page CC-1. S-9 MEASUREMENT AND PAYMENT. Section 01025, Measurement and Payment, contained in Division 1 of these specifications defines all pay items and methods of measurement. The provisions of this section will supersede applicable sections in the IDOT STANDARD SPECIFICATIONS. S-10 TAXES. Contractors and approved Subcontractors will be provided a Sales Tax Exemption Certificate to purchase building materials, supplies, or equipment in the performance of the contract. The Contractor shall submit the information necessary for the certificates to be issued. S-11 CONSTRUCTION STAKES. Replace the last paragraph of 1105.06 of the IDOT Standard Specifications with the following: The Contractor shall be responsible for the preservation of stakes and marks. Any necessary re-staking will be at the Contractor's expense and will be charged at a rate of$125 per hour. S-12 RESTRICTION ON NON-RESIDENT BIDDING ON NON-FEDERAL-AID PROJECTS. SC-5 The Contractor awarded the project together with all Subcontractors shall be required to complete the form included with these specifications (and entitled the same as this section) and submit it to the Engineer before work can begin on the project. Note: that these requirements involve only highway projects not funded with Federal monies. CD C") 7Fr-�i _`77 EEf: 11 E.�1 �o r� SC-6 RESTRICTION ON NON-RESIDENT BIDDING ON NON-FEDERAL-AID PROJECTS PROJECT NAME: TYPE OF WORK. DATE OF LETTING: A resident bidder shall be allowed a preference as against a non-resident bidder from a state or foreign country which gives or requires a preference to bidders from that state or foreign country. That preference is equal to the preference given or required by the state or foreign country in which the non-resident bidder is a resident. "Resident bidder" is defined as a person authorized to transact business in this state and having a place of business within the state, and has conducted business for at least six months prior to the first advertisement for the public improvement. In the case of a corporation, the above requirements apply as well as the requirement that the corporation have at least fifty percent of its common stock owned by residents of this state. This qualification as resident bidder shall be maintained by the bidder and his/her contractors and subcontractors at the work site until the project is completed. I hereby certify that the undersigned is a resident bidder as defined above and will remain such from the start of the project until its completion. COMPANY NAME: CORPORATE OFFICER: TITLE: DATE: 6/12 -' as En Baas un ,c . _'7 F R-1 SECTION 01025 MEASUREMENT AND PAYMENT PART 1 GENERAL 1.01 SUMMARY: A. Procedures and submittal requirements for schedule of values, applications for payment, and unit prices. 1.02 STANDARD OF MEASUREMENTS: A. Work completed under the contract shall be measured by the Engineer. Payment will be based on the actual quantity of work performed according to the various classes of work specified unless noted in Part 3 of this Section. The Contractor will be given an opportunity to be present during measurement. 1.03 SCOPE OF PAYMENT: A. The Contractor shall accept the compensation as herein provided as full payment for furnishing materials, labor, tools and equipment and for performing work under the contract; also, for costs arising from the action of the elements, or from any unforeseen difficulties which may be encountered during the execution of the work and up to the time of acceptance. B. Construction items may be bid as a lump sum or as itemized work, which will be paid on a unit cost basis. In either case, some work may be required for which a separate pay item is not provided. Completion of this work is required. If a separate pay item is not provided for this work, it is to be considered incidental to the project and no separate payment will be made. -�fit --a PART 2 - PRODUCTS 2.01 NONE ry PART 3 - EXECUTION 3.01 PROCEDURE: A. Payment under this contract shall occur no more than once per month for work completed by the Contractor. Payment is based on an estimate of the total amount and value of work completed minus 5% retainage. It is not the City's policy to pay for materials and equipment stored or furnishings fabricated off site. The 5% retainage will be released at the time of next monthly payment or 30 days after the project is accepted by the City Council, which ever is sooner. This is provided that no claims against the project have been filed within 30 days of project acceptance. Chapter 38 of the Code of Iowa will govern the release of retainage and resolution of claims. 01025- 1 FILED" , riv ".)• rr) CITY C! CITY. rt:," CV 0 CV CU 0 w0 0 IL .4= 0 a0 C LLI 8 a) 4 a) 112 •• a) cf) z " ,P2 .." 0 Cr CO CD c._ (. SECTION 01090 n-4 REFERENCE STANDARDS -7 -F 771 PART 1 GENERAL , 1c 1.01 GENERAL A. Titles of Sections and Paragraphs: Captions accompanying specification sections and paragraphs are for convenience of reference only, and do not form a part of the Specifications. B. Applicable Publications: Whenever in these Specifications references are made to published specifications, codes, standards, or other requirements, it shall be understood that wherever no date is specified, only the latest specifications, standards, or requirements of the respective issuing agencies which have been published as of the date that the Work is advertised for bids, shall apply; except to the extent that said standards or requirements may be in conflict with applicable laws, ordinances, or governing codes. No requirements set forth herein or shown on the Drawings shall be waived because of any provision of, or omission from, said standards or requirements. C. Specialists, Assignments: In certain instances, specification text requires (or implies) that specific work is to be assigned to specialists or expert entities, who must be engaged for the performance of that work. Such assignments shall be recognized as special requirements over which the Contractor has no choice or option. These requirements shall not be interpreted so as to conflict with the enforcement of building codes and similar regulations governing the Work; also they are not intended to interfere with local union jurisdiction settlements and similar conventions. Such assignments are intended to establish which party or entity involved in a specific unit of work is recognized as "expert" for the indicated construction processes or operations. Nevertheless, the final responsibility for fulfillment of the entire set of contract requirements remains with the Contractor. 1.02 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. Without limiting the generality of other requirements of the Specifications, all work specified herein shall conform to or exceed the requirements of applicable codes and the applicable requirements of the following documents. 1. American Association of State Highway and Transportation Officials (AASHTO). 2. American Concrete Institute (ACI). 3. American Society for Testing Materials (ASTM). 4. Iowa Department of Transportation Standard Specifications (IDOT) and current Supplemental Specifications 5. American National Standards Institute (ANSI). 6. American Water Works Association (AWWA). 7. American Welding Society (AWS). 8. Federal Specifications (FS). 9. National Electrical Safety Code (NESC). 10. Iowa Occupational Safety and Health Act of 1972 (IOSHA). 01090 - 1 11. Manual of Accident Prevention in Construction by Associated General Contractors of America. Inc. (AGC). 12. American Disabilities Act (ADA). 13. Standards and Codes of the State of Iowa and the Ordinances of the City of Iowa City, Iowa. 14. Other Standards and Codes which may be applicable to acceptable standards of the industry for equipment, materials, and installation under the contract. B. In case of conflict between codes, reference standards, drawings and the other Contract Documents, the most stringent requirements shall govern. All conflicts shall be brought to the attention of the Engineer for clarification and directions prior to ordering or providing any materials or furnishing labor. The Contractor shall bid for the most stringent requirements. C. The Contractor shall construct the Work specified herein in accordance with the requirements of the Contract Documents and the referenced portions of those referenced codes, standards, and specifications listed herein. D. References herein to "OSHA Regulations for Construction" shall mean Title 29. Part 1926, Construction Safety and Health Regulations, Code of Federal Regulations (OSHA), including all changes and amendments thereto. E. References herein to "OSHA Standards" shall mean Title 29, Part 1910, Occupational Safety and Health Standards, Code of Federal Regulations (OSHA), including all changes and amendments thereto. 1.03 REGULATIONS RELATED TO HAZARDOUS MATERIALS A. The Contractor is responsible that all work included in the Contract Documents, regardless if shown or not, shall comply with all EPA, OSHA, RCRA, NFPA, and any other Federal, State, and Local Regulations governing the storage and conveyance of hazardous materials, including petroleum products. B. Where no specific regulations exist, all chemical, hazardous, and petroleum product piping and storage in underground locations must be installed with double containment piping and tanks, or in separate concrete trenches and vaults, or with an approved lining which cannot be penetrated by the chemicals, unless waived in writing by the Owner. PART 2 - PRODUCTS Not Used (7;1-- ' ` (, ` PART 3 - EXECUTION Not Used tv END OF SECTION 01090 01090 - 2 SECTION 01310 PROGRESS AND SCHEDULES PART 1 - GENERAL 1.01 SUMMARY: A. Prepare, submit and update as necessary a schedule of the work. B. Time is of the essence. Minimizing inconvenience, disruption and duration of disruption to residences and businesses is a high priority. Scheduling of work shall be planned with this in mind. 1.02 SUBMITTALS: A. The Contractor shall submit prior to the Pre-Construction meeting a detailed schedule of the proposed work with the controlling operation identified. The schedule shall include proposed dates and durations of street closings. Work may not begin until the schedule is approved by the Engineer. B. The Contractor shall submit updated construction schedules at two week intervals throughout the project. PART 2 - PRODUCTS None. PART 3 - EXECUTION 3.01 MEETINGS PRIOR TO CONSTRUCTION: c_ A. A Pre-Construction meeting will be held prior to beginning work.' 3.02 PROGRESS OF WORK: n A. Calendar Days for Completion Date and Final Payment c, 1. Work will be completed and ready for final payment within 171 Calendar Days, in accordance with the General Conditions. 2. Calendar Day count shall start on August 13th, 2012 and continue thru the completion of all work for Phases 1 thru 6, excluding permanent seeding. If all work is complete and the Fall 2012 seeding dates are not available per the Iowa Department of Transportation Standard Specifications, Calendar Day count shall be suspended thru February 28th, 2013. Calendar Day count shall resume on March l', 2013 and continue until seeding operations are complete. 01310 - 1 C=3 --ti C"' r `$ • B. Dates for Milestones ' 1. In addition to the final completion times, there are milestones by which certain work items must be completed. Milestone 1: Completion of Phase 1 and November 1st, 2012 Phases 2A & 2B Milestone 2: Completion of Phases 1 - 6 November 30`h, 2012 (Excluding final seeding) Milestone 3: Final Seeding April 30`h, 2013 C. Liquidated Damages 1. Contractor and Owner recognize that time is of the essence of this Agreement and that Owner will suffer financial loss if the Work is not completed within the times specified in paragraph 3.02A above, plus any extensions thereof allowed in accordance with the General Conditions. The parties also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty), Contractor shall pay Owner $500 for each day that expires after the time specified in paragraph 3.02A until the Work is complete and ready for final payment. 2. Contractor and Owner recognize that time is of the essence of this Agreement and that Owner will suffer financial loss if the Milestone Work is not completed by the Milestone dates specified in paragraph 3.02B above, plus any extensions thereof allowed in accordance with the General Conditions. The parties also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Milestone Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay(but not as a penalty), Contractor shall pay Owner $500 for each day that expires after the time specified in paragraph 3.02B until the Milestone Work is complete. 3. Separate sums of liquidated damages which will be assessed for each of the conditions described hereinbefore, and they shall be cumulative if multiple conditions have not been satisfied. D. No work shall be done between the hours of 10:00 p.m. and 7:00 a.m. without the approval of the Engineer, with the exception of saw cutting freshly poured concrete. 01310 - 2 E. Work will proceed in a well organized and continuous manner to minimize the disruption to the general public (both pedestrian and vehicular) and the local businesses and residents. Access to residences shall be maintained at all times. F. Construction will proceed in phases. The particular phasing sequence is outlined in the project plans. G. Restoration activities such as pavement replacement will follow closely behind the work even if multiple mobilizations are necessary. H. The Contractor will become an active partner with the City in communicating with and providing information to concerned residents and businesses. 3.03 COORDINATION WITH UTILITIES: A. It is anticipated that utility conflicts will occur which cannot be taken care of ahead of time. The Contractor shall work closely with the utility companies to aid in these relocations to keep the project on schedule. B. The Contractor shall coordinate all necessary work with the Iowa Interstate Railroad for the proposed roadway at-grade crossing, sanitary sewer/storm sewer pipe installation, drainage culverts and grading for the railroad spurs /siding. END OF SECTION 01310 O Q N r ■ =IC) 1-' 171 C..) CD Nv 01310 - 3 SECTION 01570 TRAFFIC CONTROL AND CONSTRUCTION FACILITIES PART 1 - GENERAL 1.01 SUMMARY: A. Furnish, install and maintain traffic control and construction facilities required for the work. Remove when work is completed. R 4-,1411 1.02 REFERENCES: tb A. IDOT Standard Specifications. �,; t-"` B. U.S. Department of Transportation Federal Highway Administration "Manual on Uniform Traffic Control Devices for Streets and Highways," 2009 Edition, as revised. C. Traffic Control Notes on project plans. 1.03 SUBMITTALS: A. Submit a traffic control plan for all activities requiring traffic control not specifically addressed by the project plans. PART 2 - PRODUCTS 2.01 MATERIALS: A. Traffic control devices may be new or used, but must meet the requirements of the IDOT Standard Specifications. B. All construction fence shall be new and securely fastened to approved posts and installed as directed by the Engineer. 2.02 EQUIPMENT: A. Portable generators may not be used to power traffic control devices within 300 feet of residential dwellings, including apartments, between the hours of 10:00 p.m. and 7:00 a.m. PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 11. General Requirements and Covenants. Section 1107.09. Barricades and Warning Signs. 01570 - 1 Division 25. Miscellaneous Construction. Section 2528. Traffic Control. 3.02 MAINTENANCE OF FACILITIES: A. The Contractor shall monitor the condition of traffic control and construction facilities at all times, including non-work hours. Repair, replace and maintain as necessary. B. Pedestrian access to homes and businesses shall be maintained at all times. Temporary gravel surfaces shall be provided as directed by the Engineer. 3.04 EXCAVATIONS: A. All excavations shall be fenced. 3.05 ADDITIONAL FACILITIES: A. All signs, barricades and fences within and beyond the project area deemed appropriate by the Engineer shall be the responsibility of the Contractor. END OF SECTION 01570 N • :4 C..) _ O 01570 - 2 CITY OF IOWA CITY SECTION 02660 ` G• WATER DISTRIBUTION = Q PART 1 GENERAL 1./ SUMMARY: A. Furnish,install and test water distribution system as indicated and specified. 1.2 REFERENCES: A. This specification references the following documents. In their latest edition, the referenced documents form a part of this specification to the extent specified herein. In case of conflict, the requirements of this specification shall prevail. One copy of all references marked with a *** shall be kept on the site, readily available and accessible to the Contractor during normal working hours. Copies may be obtained from the organizations or from the Iowa City Water Division at cost plus 15%. B. City of Iowa City 1. Reference Manual: City Code of Ordinances Chapter 3, 4, & 10, Iowa City Municipal Design Standards, Earth Excavating, Backfill & Grading Specifications - Section 02220, Accepted Products for Water Distribution Materials Per Specifications — Section 02660, Water Distribution - Section 02660, Water Service Work for Contractors Specifications - Section 02665, Iowa City Water Division Policies & Procedures Manual, Backflow Ordinance-Chapter 5. C. American National Standards Institute and American Water Works Combined Standards: 1. ANSI/AW WA-C 104/A21.4: Cement-Mortar Lining for Ductile-Iron Pipe and Fittings for Water 2. ANSI/AW WA-C 105/A21.5-99: Polyethylene Encasement for Ductile-Iron Pipe Systems 3. ANSI/AWWA-C110/A21.10: Ductile-lion and Gray-Iron Fittings, 3-inch through 48-inch,for Water and Other Liquids 4. ANSUAWWA-C111/A21.11: Rubber-Gasket Joints for Ductile-lion Pressure Pipe and Fittings 5. ANSUAWWA-C150/A21.50: Thickness Design of Ductile-Iron Pipe WATER DISTRIBUTION-CITY OF IOWA CITY-02660 02/14/11 Page 1 of 17 6. ANSUAWWA-C151/A21.51: Ductile-lion Pipe, Centrifugally Cast, for Water or Other Liquids 7. ANSUAWWA-C153/A21.53: Ductile-Iron Compact Fittings,3-inch through 24-inch,and 54-inch through 64-inch for Water Service 8. ANSUAWWA C502: Dry-Barrel Fire Hydrants 9. ANSUAWWA C504: Rubber-Seated Butterfly Valves 10. AWWA C509: Resilient-Seated Gate Valves for Water Supply Service. 11. ANSUAWWA C510 Double Check Valve Backflow-Prevention Assembly 12. ANSUAWWA C511 Reduced-Pressure Principal Backflow-Prevention Assembly 13. ANSUAWWA C550: Protective Epoxy Interior Coatings for Valves and Hydrants 14. ANSUAWWA C600***: Installation of Ductile-Iron Water Mains and Their Appurtenances 15. ANSUAWWA C651***:Disinfecting Water Mains 16. ANSUAWWA C900: Polyvinyl Chloride (PVC) Pressure Pipe, 4-inch through 8-inch for Water Distribution D. American Water Works Association: 1. AWWA Manual M23***: PVC Pipe-Design and Installation 2. AWWA Manual M17***: Installation, Field Testing, and Maintenance of Fire Hydrants - E. American Society for Testing Materials: p_i 1. ASTM D2241 :<1/7-1 -7 s5 F. Manufacturers Standardization Society: O 1. MSS-SP-58 Pipe Hangers and Supports,Materials Design and Manufacture 2. MSS-SP-69 Pipe Hangers and Supports Selection and Application G. Uni-Bell PVC Pipe Association: 1. UNI-B-3-88 Recommended Practice for the Installation of Polyvinyl Chloride (PVC) Pressure Pipe (nominal diameters 4-36 inch) complying with AWWA Standard C-900. WATER DISTRIBUTION-CITY OF IOWA CITY-02660 02/14/11 Page 2of17 1.3 SUBMITTALS: A. Submit to the Engineer the following drawings or details for approval prior to installation. One copy of each with the approval stamp shall be kept at the work site at all times. B. Plans for initial operations and final operations: Special prepared drawings and typed list of sequences of steps are needed prior to any operation of water distribution system. Submit 2 weeks prior to date of planned operation. C. Shop, Working Drawings or Construction Plans showing: - mamma1. Pipe layout with valves,fittings and hydrants shown i"- 2. Bolts 3. Joints ca '71 4. Tapping sleeves,couplings,and special piping materials. 5. Polyethylene 6. Thrust block designs and details 7. Special backfill D. Certificates: Sworn certificates of shop tests showing compliance with appropriate standard for all piping materials. 1.4 QUALITY ASSURANCE: A. Engineer reserves the right to inspect and test by independent service at manufacturer's plant or elsewhere at Engineer's expense. B. Contractor shall conduct visual inspection before installation. 1.5 TIME: A. All work which requires shutdown of active water mains must be completed as quickly as possible to minimize inconvenience to the consumers and risk to the community. B. Amount of advance notice required to the Iowa City Water Division when materials or services are supplied by the Division are listed below. Serve notice to the Water Division at 356-5160. 1. For tapping service,provide 24 hours notice. 2. For notice to customers of disruption of water service, provide 48 hours notice. This work will be completed with the assistance of Water Division personnel. 3. For review, comments, and approval of plans of operation, provide 3 days notice. 4. For locations of underground facilities,provide 48 hours notice. WATER DISTRIBUTION-CITY OF IOWA CITY-02660 02/14/11 Page 3 of 17 PART 2 PRODUCTS 2.1 All products used for this work shall be from the list of"Accepted Products for Water Distribution and Water Service Materials" contained in the Iowa City Wate; Division Reference Manual. c' c_ "", 2.2 DUCTILE-IRON PIPE: A. Pipe shall be AWWA C151, Class 52. `r�' B. Pipe is to have an exterior bituminous enamel coating and a standard cement mortar lining in accordance with AWWA C104. C. Pipe suspended from structures and bolted or restrained joint pipe, unless otherwise indicated or specified,shall be class 53. D. Pipe is to be complete with all necessary joint gaskets,lubricants, glands and bolts. 2.3 DUCTILE-IRON PIPE JOINTS: A. Single rubber-gasket push-on joints or mechanical joints shall conform to ANSI/AWWA C111/A21.11. Furnish with all necessary hardware and gaskets. B. Bell-and-spigot pipe joints shall conform to ANSI A21.6 or ANSI A21.8. C. For bolted/restrained mechanical joint, use Griffin Bolt-Lok restrained joint or approved equal,(Class 53). D. For unbolted/restrained mechanical joint, use Griffin Snap-Lok restrained joint or approved equal, (Class 53). E. Do not use drilled&tapped retainer glands. F. Plain end of push-on pipe factory machined to a true circle and chamfered to facilitate fitting gasket. 2.4 POLYVINYL CHLORIDE PIPE: A. Pipe shall conform to ANSI/AWWA C900 and shall be thickness class DR 18 (Class 150). All pipe shall have the same outside dimensions as ductile-iron pipe. B. PVC pipe materials shall not be used in any area where there is likelihood the pipe will be exposed to concentrations of pollutants comprised of low molecular weight petroleum products or organic solvents or vapors. C. PVC pipe shall not be installed under public roadways and shall not be used around cul-de-sacs or other small radius curves. WATER DISTRIBUTION-CITY OF IOWA CITY-02660 02/14/11 Page 4 of 17 2.5 FITTINGS: A. All fittings shall conform to ANSUAWWA C110/A21.10, with pressure rating of Class 350 for 3"to 24". B. Mechanical joint fittings shall be ductile iron compact ANSUAWWA C153/A21.53 or ductile standard ANSUAWWA C110/A21.10. Large fittings, 12-inch through 20- inch shall be ductile iron standard ANSUAWWA C110/A21.10. Swivel tees shall be ductile iron standard ANSUAWWA C 110.A21.10. Where ductile iron is not available (i.e., offsets), cast iron standard ANSUAWWA C110/A21.10 shall be provided. rte) C. All fittings shall be bituminous coated inside and outside anitishall furnished complete with necessary accessories including plain rubber gaskets, ductile iron glands, NSS Cor-Blue bolts and nuts. Verify the gasket seats are.ruit,made irregular by improper application of the lining materials. 2.6 RESILIENT SEAT VALVES& VALVE BOXES: o? - A. Gate valves shall conform to ANSUAWWA C509. o rN) 1. Valves shall be full line size gate valves with epoxy coating inside and outside and contain stainless steel nuts and bolts. 2. Valve bodies shall be ductile iron or cast iron. Working pressure of the valve shall be at least 200 psi. 3. Valves shall have a standard 2-inch square operating nut and shall open left. 4. Valves shall be capable of being repacked or replacing o-rings under pressure. 5. Valves are to be non-rising stem with the stem,nut and thrust collar made of bonze. B. Butterfly valves shall conform to ANSUAWWA C504, for buried service, Class 150B. 1. Valve seat to be installed on disk or valve body. 2. Butterfly valves shall not be utilized in sizes smaller than 16", unless so noted on the plans. 3. Working pressure of the valve shall be at least 150 psi. 4. Valves shall be short body pattern with mechanical joint ends. 5. Shaft seals shall be o-ring type. 6. Valve shall have manual operator with a 2" square operating nut for operation of the valve and shall open left. 7. All interior and exterior cast iron, ductile iron or steel surfaces shall be painted with an epoxy coating and contain stainless steel bolts and nuts. WATER DISTRIBUTION-CITY OF IOWA CITY-02660 02/14/11 Page 5 of 17 C. Tapping Valves shall be as specified for resilient-seated gate valves with the exception that one end shall be mechanical joint and the other end shall be flanged to match the tapping sleeve and shall have oversize seat rings to permit entry of the tapping machine cutters. 1. Tapping valves be 175 psi minimum working pressure. 2. Valves shall be epoxy coated inside and outside with stainless steel nuts and bolts. 3. Valves shall be furnished with all joint accessories. D. Valve Boxes shall be 2-piece or 3-piece slip type, range 51"to 71". Use lids marked "water". 2.7 HYDRANTS: Specification standard: ANSUAWWA Standard C502 Type of shutoff: Compression Type of construction: Break flange or break bolt above the ground line and a breakaway stem connection. All bolts to be stainless steel. Main valve opening: 41/2 inches for 12" water main and under 51/4 inches for 16" water main and above Nozzle arrangement 3 nozzle, two 21/2-inch hose nozzles and one 41/2-inch and size pumper nozzle,with caps attached with chains Nozzle thread: National Standard Hose Threads Type of inlet connection: Mechanical Joint Size of inlet connection: 6 inch , E; Depth of bury: Depth of bury shall be 6 feet Direction of opening: Open to right(clockwise) Packing: Conventional or 0-Ring Size and shape of 1'/2 inch, standard pentagon - operating nut: Working pressure: 250 psi Color: Safety Red WATER DISTRIBUTION-CITY OF IOWA CITY-02660 02/14/11 Page 6 of 17 2.8 SPECIAL FITTINGS: A. Special pipe fittings must be approved by the Engineer. B. Special fittings must be the same diameter, thickness and pressure class as standard fittings. C. Special fittings may be manufactured to meet requirements of same specifications as standard fittings except for laying length and types of end connection. D. Full Body Tapping Sleeves: 1. Shall be mechanical joint, split construction with end gaskets, manufactured to fit cast iron or ductile iron pipe. Branch shall have a flange fitting to match the tapping valve. 2. Shall meet the OD requirements for Class A,B, C,or D pit cast pipe. 3. Shall be furnished complete with all accessories. 4. Required for 12"and larger pipe or under paving. 5. Shall have stainless steel or NSS Cor-Blue nuts and bolts. E. Stainless Steel Tapping Sleeves: 1. Shall be epoxy coated with ductile-iron flange and stainless steel bolts. 2. Shall meet the OD requirements for class A,B,C, or D pit cast pipe. 3. Shall be furnished complete with all accessories. 4. Nitrile gaskets shall be used in L.U.S.T. areas (leaking underground storage tank areas). F. Stainless Steel Repair Clamps: 1. All stainless steel, single section,double section, or triple section,depending upon size of main. 2. Shall have stainless steel bolts and nuts. u r r- a 2.9 GASKETS,BOLTS,NUTS,AND THREAD ROD: n A. Mechanical joints made with: 4 f 1. Bolts:NSS Cor-Blue. 6?._' . c,, 2. Stainless steel bolt studs with SS nuts on each end. B. All thread rod used to restrain fittings shall be stainless steel with SS nuts and 3/4"diameter. 2.10 LOCATION WIRE: A. Location wire#12 solid copper,THHN insulation in yellow,orange or blue color. WATER DISTRIBUTION-CITY OF IOWA CITY-02660 02/14111 Page 7of17 2.11 LUMBER: A. Lumber for bracing or supports shall be hardwood. (i.e. oak, maple). Do not use creosoted lumber in contact with piping materials. 2.12 WATER: A. Reasonable amounts of water will be provided for use in the final operations of water main flushing, disinfecting and testing. Prior notice must be given to the Water Division. B. Contractor will not be charged for the water used as long as there is reasonable care to control and conserve the rate and volume used. If there is waste or carelessness, Contractor will be charged for water. PART 3 EXECUTION 3.1 REFERENCES AND DOCUMENTS: A. Contractor must have all required documents on the site before commencing with the work. B. Valves, fittings, hydrants and ductile-iron pipe shall be installed in accordance with ANSI/AWWA C600 except as noted herein. C. PVC pipe must be furnished and installed in accordance with AWWA M23, ANSI/AWWA-C605 and Uni-Bell PVC Pipe Association UNI-B-3-88 except as noted herein. D. Contractor must prepare and retain a set of"as-built" drawings on the job site with accurate and current information on the location of all valves, pipe and special construction features.Examples of special buried features would be: 1. Offsets in alignment. 'd1 2. Changes in depth,depth greater than 8 feet or less than 5 feet:, 3. Special fittings or construction materials. e`""' m 3.2 RECEIVING,STORAGE AND HANDLING: A. The City may mark materials which are found on the job site and.-which are determined to be defective or not approved. The marking may be donevith spray paint. The Contractor shall promptly remove defective or unapproved materials from the site. B. While unloading PVC piping materials: 1. Do not allow the pipe units to strike anything. 2. Do not handle pipe units with individual chains or single cables, even if padded. 3. Do not attach cables to pipe unit frames or banding for lifting. WATER DISTRIBUTION-CITY OF IOWA CITY-02660 02/14/11 Page 8 of 17 C. Within the "Storage" language of AWWA M23,change "should"to "shall." D. Within the "Handling" language of AWWA M23,change "should"to "shall." 3.3 LOCATION,ALIGNMENT, SEPARATION& GRADE: A. Water mains, valves, hydrants, and special fittings shall be installed in the locations shown on the plans or as directed by the Engineer. B. Contractor shall have all buried utilities located by the 1-800-ONE-CALL service and shall do exploratory excavation as necessary to determine specific conflicts between existing utilities and new water main. No extra compensation will be allowed for the exploratory excavations. C. Water main shall be installed a minimum depth of cover of 5% feet. Generally, the maximum depth shall not exceed 7 feet. D. Water mains crossing sewer services, storm sewers or sanitary sewers shall be laid to provide a separation of at least 18 inches between the bottom of the water main and the top of the sewer. Where local conditions prevent this vertical separation,the water main shall not be placed closer than 6 inches above a sewer or 18 inches below a sewer under any circumstances. Additionally, one full length of water pipe crossing the sewer shall be centered at the point of crossing so that the water pipe joints will be equal distance as far as possible from the sewer. The water and sewer pipes must be adequately supported and have pressure tight joints. A low permeability soil shall be used for backfill material within 10 feet of the point of crossing. E. No water pipe shall pass through or come in contact with any part of a sewer manhole. A minimum horizontal separation of 3 feet shall be maintained. F. Sewer force mains and water mains shall be separated by a horizontal distance of at least 10 feet unless: 1. the force main is constructed of water main materials meeting a minimum pressure rating of 150 psi and the requirements of Section 8.2 and 8.4 of the"Iowa Standards for Water Supply Distribution Systems"and 2.the sewer force main is laid at least 4 linear feet from the water main. ` 11"1 2.0 777 WATER DISTRIBUTION-C)TYOF IOWA CI I Y-02660 02/14/11 Page 9 of 17 G. Gravity sewer mains shall be separated from water mains by a horizontal distance of at least 10 feet unless: 1. the top of a sewer main is at least 18 inches below the bottom of the water main and 2. the sewer is placed in a separate trench or in the same trench on a bench of undisturbed earth at a minimum horizontal separation of 3 feet from the water main. When it is impossible to obtain the required horizontal clearance of 3 feet and a vertical clearance of 18 inches between sewers and water mains,the sewers must be constructed of water main materials meeting both the minimum pressure rating of 150 psi and the requirements of Sections 8.2 and 8.4 of the"Iowa Standards for Water Supply Distribution Systems". However,a linear separation of at least 2 feet shall be provided. H. Should physical conditions exist such that exceptions to Sections 3.3 Part F and 3.3 Part G of this standard are necessary,the design engineer must detail how the sewer and water main are to be engineered to provide protection equal to that required by these sections. Sewers constructed of standard sewer materials shall not be laid within 75 feet of a public well or 50 feet of a private well. Sewers constructed of water main materials may be laid within 75 feet of a public well and within 50 feet of a private well but no closer than 25 feet of either. J. All PVC water main and ductile iron water main with greater than 400 feet between features that extend to the surface (such as hydrants or valve boxes) shall be marked with a wire for the entire length to make electronic location possible. 1. The wire shall be installed continuously as the pipe is backfilled. The wire shall be fixed to the side of the pipe at a position of 2 o'clock or 10 o'clock and attached with duct tape every 5 feet. 2. The insulation shall be protected to prevent accidental grounding. Make few splices and splice the wire together using a Twister; DB -Pius Wire Connector. r, rri U WATER DISTRIBUTION-CITY OF IOWA CITY-02660 02/14/11 Page 10 of 17 3. Bring the wire to the ground surface at each fire hydrant and loop wire in a Valvco tracer wire terminal box. These boxes shall be located between the hydrant and the hydrant valve with at least two feet of extra wire inside the box. Install the terminal box perpendicular from the hydrant and parallel with the valve box,one-foot from the hydrant base. The tracer wire terminal box must be installed flush with the finished grade. If there is no fire hydrant within 500 feet, bring the wire to the surface in a "daylight box" which is a full-size valve box(Tyler Series 6855 -Item 666A,Range 51"to 71"or East Jordan Series 8555—Item 666A)and mark the drawings appropriately. 3.4 PIPE BEDDING AND BACKFILLING: A. Ductile-iron pipe bedding shall conform to the project plan details or as otherwise specified or directed by the Engineer. B. PVC pipe bedding shall conform to UNI-B-3-88 laying condition Type 2 including hand excavation for the bell holes. The bedding shall be loose, natural, fine soil which is compacted by hand tamping on the soil along the sides of the pipe to the top of the pipe. C. Trench width within the pipe envelope shall conform to the plans or as directed by the Engineer. D. Set valves and hydrants on precast concrete bases. 3.5 PIPE RESTRAINT: A. Thrust Restraint: -t 1. For pipe smaller than 10" diameter, concrete block shall be used,placing the concrete block next to the fitting and undisturbed soil. For 10" and larger diameter pipe,blocking shall be by cast-in-place concrete. Cover fittings and joints with 10 mil. polyethylene before placing concrete. Brace fittings with hardwood to prevent shifting before placing concrete. See Iowa City Reference Manual for detail information on thrust blocks—Figure 7.1. 2. Do not pour excess concrete on top of pipe and fittings. B. Socket Pipe Clamps,Tie Rods,and Bridles: 1. Where indicated or necessary to prevent joints or sleeve couplings from pulling apart under pressure, provide suitable socket pipe clamps, tie rods, and bridles. Bridles and tie rod diameter shall be at least 3/4 in. except where they replace flange bolts of smaller size with nut on each side of flange. WATER DISTRIBUTION-CITY OF IOWA CITY-02660 02/14/11 Page 11 of 17 C. Dead Ends 1. Pipe ends or fittings left for future connections shall be plugged or capped using materials supplied by the pipe manufacturer. 2. All pipe ends or fittings left for future connections shall be blocked against thrust. 3.6 JOINTS AND COUPLINGS: A. Push-on Joints: 1. Inspect bell grooves and clean to assure complete gasket seating. 2. Use extreme care to prevent separation of joints already installed. 3. Do not use push-on joints when boring. Griffin Snap-Lok shall be used in casing with locking rubbers. B. Mechanical Joints: 1. The range of torque for tightening bolts which is indicated in ANSUAWWA C600 may be somewhat affected by the temperature. On cold days, more torque may be required. 2. Use extreme caution when tightening cast iron fittings to avoid breaking the ears of the flanges. An average worker should not use a wrench longer than 18 inches. 3. On PVC pipe connections to MJ joints, cut the bevel off l%e_end of the PVC pipe to get full pipe diameter in the joint. :._- 4. Do not deflect pipe at joint. . �� -,, -1 l C. Sleeve-Type Coupling: " ••' cD 1. Clean pipe ends for distance of 12 inches. 2. Use soapy water as gasket lubricant. 3. Carefully mark and place the sleeve coupling in the center of the joint. 3.7 TAPPED CONNECTIONS UNDER PRESSURE: A. Follow manufacturer's installation instructions. B. Tapping mains for new connections 1-inch to 12-inch in diameter shall be done by the Water Division. This includes connections made on public and private mains. C. A new and site specific tapping application must be prepared for each tap regardless of size, and submitted to the Water Division. The tapping application must be completed and include location, name, and address of water customer, schematic drawing,and materials of construction. WATER DISTRIBUTION-CITY OF IOWA CITY-02660 02/14/11 Page 12 of 17 3.8 POLYETHYLENE ENCASEMENT: A. All open cut installed ductile iron pipe and fittings shall be wrapped with an 8 mil polyethylene encasement in accordance with ANSI/AWWA C105/A21.5-99 installation methods. This includes any ductile iron laid in cul-de-sacs or other small radius areas where PVC main could not be used. 3.9 HYDRANT INSTALLATION: A. Handle carefully to avoid breakage and damage to flanges. Keep hydrants closed until they are installed. Protect stored hydrants from dirt, water, ice, animals and vandals. - B. Before installation,clean piping and elbow of any foreign matter. .--.1„1 �; r - ` , C. Install hydrants away from the curb line a sufficient distance to avoid damage from or to vehicles. A set-back of 4 feet from the curb line is recommended. Iowa Department of Transportation(IDOT)requires a 9' setback. D. Orient the hydrant so the pumper nozzle faces the street. Outlet nozzles shall be at least 18 inches above finished ground. The break-off flange should be no more than 6 inches above ground. There shall be no obstructions to fire hose connections. E. The base elbow shall be placed on solid precast concrete blocks on firm, undisturbed soil. The barrel of the hydrant shall be firmly braced against the back of the trench wall with pre-cast cement blocks to resist thrust at the pipe connection. F. The base and lower barrel shall be backfilled with 5 cubic feet of washed gravel or 1 inch crushed rock to allow water to release from the hydrant drain. G. Install the hydrant plumb. Drainage stone and soil backfill around the barrel shall be firmly compacted to provide good lateral support for the hydrant. This is essential to the performance of the break-off flange. 3.10 WATER MAIN OPERATIONS: A. All work which involves operating the active public water distribution system will require the notice,consent,approval and assistance of the Water Division. B. An accurate and legible copy of the "as-built" drawings must be on file in the Water Division office prior to using the water supply. WATER DISTRIBUTION-CITY OF IOWA CITY-02660 02/14/11 Page 13 of 17 C. If requested by the City, the contractor will work with Water Division personnel to submit a plan for initial operations and a plan for final operations to the Water Division for approval. The plans shall include a drawing and typed list of actions which show all the significant steps necessary to connect to the existing water distribution system or conduct the filling, flushing and testing operations. The purpose of both plans is to minimize the impact of service interruptions and pressure and flow variations on the water distribution system and existingcustomiers. a : 3.11 DISINFECTION FOR POTABLE WATER SYSTEMS: A. General ;. ' 1. Upon completion of a newly installed water main or when repairs to,an existing water system are made, the main shall be disinfected'accoiding to instructions listed in ANSI/AWWA C651 and the following specifications. B. Special Disinfection Requirements 1. Exercise cleanliness during construction. Protect pipe interiors, fittings and valves against contamination. 2. The minimum uniform concentration of available chlorine used for disinfection shall be 50 mg/L. Use either the granulated/tablet or continuous feed method with modifications as described in 3.11 C or D below. 3. The chlorinated water shall be retained in the main at least 24 hours, during which time all valves and hydrants in the section treated shall be operated in order to disinfect the appurtenances. At the end of this 24 hour period, the treated water shall contain no less than 25 mg/L chlorine throughout the length of main. 4. After the retention period, flush the heavily chlorinated water from the main until the chlorine concentration in the water leaving the main is no higher than 3 mg/L and the water appears clean. Flush at a minimum velocity of 2.5 feet per second in the main through an opening not less than VI of the main diameter. For 6-inch through 12-inch water mains, a single 21/2-inch fire hydrant opening is adequate. Water entering storm sewer system shall be dechlorinated by a method approved by the Engineer to prevent downstream environmental damage(i.e. fish kills). WATER DISTRIBUTION-CITY OF IOWA CITY-02660 02/14/11 Page 14 of 17 5. After final flushing and before the new water main is connected to the distribution system, two consecutive sets of acceptable samples, taken at least 24 hours apart, shall be collected from the new main. At least one set of samples shall be collected from every 800-1000 feet of the new water main. plus one set from the end of the line and at least one from each branch. Deliver the sample to the University Hygienic Laboratory at Oakdale for analysis. Allow approximately 5 days for the results. If the bacterial sample shows the absence of coliform organisms,the hydrostatic test may proceed. C. Tablet Method of Chlorine Application 1. Use ANSI/AWWA C651, however slowly fill the main (less than 1 cubic foot per second)with system water, pushing out as much air as possible. Do not wash out the tablets. D. Continuous Feed Method of Chlorine Application 1. Prior to applying chlorine, do a preliminary flush at a minimum velocity of 2.5 feet per second in the main through an opening not less than not less than 1/4 of the main diameter. For 6-inch through 12-inch water mains, a single 2Y2-inch fire hydrant opening is adequate. 2. Add the water and chlorine solution with the required concentration to till the main completely. 3.12 TESTING: • Y,A. Filling the water main: 1. Fill the newly constructed water main system slowly using treged public water under low pressure and low flow. The objective is to displace air with water while avoiding damage to new construction, customer services, and adjoining property due to the release of air and water. Public Works staff must be on site to assist with operation of the system valves and hydrants during this operation. 2. Open one hydrant (completely) at the end of the main or at a high point on the main which is to be filled. Open a filling valve (the smallest one available) slightly. Allow the water main to fill and slowly release the air. When the main being filled has released nearly all air, surging should diminish and water released from the hydrant should flow in a steady stream. Monitor and control the released water to minimize damage. WATER DISTRIBUTION-CITY OF IOWA CITY-02660 02/14/11 Page 15 of 17 3. After a few minutes of steady state operation, open all other valves slowly and then open the initial fill valve completely, while regulating the flow hydrant to minimize damage. When the main has been filled, open and close all hydrants sequentially to force fresh water progressively through each section (new and old) of water main which was shut down to replace fresh water into each section. 4. After clear water and a fresh chlorine odor are observed at each hydrant, shut down hydrant flow slowly and allow water flow to cease '.and internal pressure to stabilize. For water main replacement only, each water service connection shall be tested at a sill cock and observed by the Contractor.io verify adequate pressure and flow. `-) B. Pressure and Leakage Tests: — 1. Conduct combined pressure and leakage test in accordance with ANSI/AWWA C600 and ANSI/AWWA C605. 2. Pressure test off the hydrants or furnish and install temporary testing plugs or caps. Furnish pressure pumps, pipe connections, meters, gauges, equipment,potable water and labor. Use only potable water for testing. 3. Test after disinfection operations are successfully completed. If testing operations require reconstruction or repairs during which the interior of the pipe is exposed to contamination, disinfection will be required again. 4. Keep the water main full of water for 24 hours before conducting combined pressure and leakage test. 5. Pressure and leakage test consists of first raising water pressure at the lowest point of section being tested to 150 psi internal pressure. 6. Failure to achieve and maintain the specified pressure for at least two hours with no additional pumping means the water main has failed to pass the test. 7. If the water main fails the pressure and leakage test, locate, uncover, and repair or replace defective pipe,fitting or joints. Conduct additional tests and repairs until water main passes the test. C. Valve Operations: 1. All valves shall be located and tested to verify operation. Remove the valve box lid, insert the valve key and open and close each valve. Count the turns and record the results. WATER DISTRIBUTION-CITY OF IOWA CITY-02660 02/14/11 Page 16 of 17 D. Hydrant Operations: 1. After the hydrant has been installed and the main and hydrant have been pressure tested, each hydrant shall be flushed and checked for proper operation. 2. Remove a nozzle cap and open the hydrant slowly and fully. Check the direction of opening as marked on the top. Do not force the hydrant in the opening direction beyond full open as indicated by sudden resistance to turning. 3. After hydrant has been flushed,close it and check for drainage. This is done by placing the hand over the nozzle opening and checking for a vacuum. Then check the hose thread for proper fit. 4. Replace nozzle cap, then open hydrant again and inspect all joints for leaks. E. Flow Test: 1. Flow tests shall be conducted to verify all components of the water system are fully open and operational and to determine the fire flow capacity. 2. Public Works staff personnel must be on the site to operate the system valves and hydrants during this test. 3. A hydrant flow test may be conducted on the hydrant at the extreme locations for distance or highest elevation to determine the fire flow capability of the system. Static and flowing pressures and flow rates shall be recorded, and a copy forwarded to the Water Division. r- • • WATER DISTRIBUTION-CITY OF IOWA CITY-02660 02/14/11 Page 17 of 17 APPENDIX A r-- Accepted Accepted Products for Water Distribution Materials -,-1; U WATER PIPE: (Ductile) ANSI/AWWA— A21.51/C151 �" t+ American, Clow, Griffin, McWane, and US Pipe �= -r) e i Class 52 for direct bury piping unless other wise indicated or specified. Class 53 for suspended from structures and bolted or restrained joint pipe w 0 .) WATER PIPE: ( PVC) (Class 150) — C900 C900 thickness class DR18 (6" thru 10") FITTINGS: (Ductile Iron Standard) ANSI/AWWA— A21.10/C110, 3" to 24" - 350 psi (Ductile Iron Compact) AWWA C153, 350 psi Clow, Tyler/Union, U.S. Pipe, or Sigma TAPPING SLEEVES: (Full Body Ductile Iron with Stainless Steel and/or NSS Cor-Blue Nuts and Bolds) for 12" and larger or under pavement Mueller - H615, Kennedy, Tyler/Union, American Flow Control - Series 2800, or U.S. Pipe - T-9 TAPPING SLEEVES: (Stainless Steel) Smith Blair - 662 or 663, Ford FAST, Mueller-H304, Romac SST, JCM-432 Smith Blair — 665 or Cascade CST-EX 3655 with nitrile gaskets to be used in L.U.S.T. areas MECHANICAL JOINT RESTRAINT DEVICE: (Megalug) Ebaa Iron Sales Inc. — 1100 series for ductile iron 2000 PV for PVC STAINLESS STEEL REPAIR CLAMPS: (With Stainless Steel Nuts & Bolts) Smith-Blair-261, Ford FS1, Romac SS1 VALVES: (Resilient Seated Gate Valves) ANSI/AWWA— C509 Clow F-2640, Kennedy 8571 SS, Mueller Resilient Seat - A-2360-20, or U.S. Pipe— USPO-23- without accessories or USPO-20-with accessories. VALVES: (Butterfly) ANSI/AWWA C504, Class 1508 Clow, Pratt, Mueller, Kennedy, M & H, DeZurik or Val-Matic VALVES: (Tapping) Clow— F-2640, Mueller—T-2360-16, Kennedy 8950 SS, U.S. Pipe —A-USPO-16 VALVE BOXES: Tyler— (Series 6855 & Item 666A, Range 51" to 71") East Jordan Series 8555 & Item 666A— Range 51" to 71" HYDRANTS (4 1/z" for 12" and under) (5 1/4" for 16" and above) AWWA C502 Clow F-2545 Medallion, Mueller Super Centurion 250 02660-Al SLEEVE TYPE COUPLING: (With Stainless Steel Nuts & Bolts) Standard solid black sleeve — Tyler/Union 5-1442, Griffin Bolted Straight Coupling with stainless steel bolts and nuts — Smith-Blair 441 or Romac Style 501 TRACER WIRE TERMINAL BOX (DAYLIGHT BOX): U.S. Filter, WaterPro or Utility Equipment - Valvco —95E —2 1/2" ID with lockable cast-iron lid — minimum 18" long, telescoping TRACER WIRE CONNECTORS: Twister DB Plus Wire Connector POLYWRAP: 8 mil polyethylene encasement WIRE: #12 solid copper, THHN insulation in yellow or orange FREEZELESS YARD HYDRANT: Woodford Mfg. Iowa Model Y34 and YI r.3 �.� "r • - i it 171 l_1 J w 02660-A2 APPENDIX B Water Main Testing Procedure • Contractor will be present for EACH step along with City of Iowa City Engineering/Water Division staff. 1. Please be aware that the testing window, indicated below in BOLD will need to be completed within a 4 day window. This means that testing on a water main system will have to be started on a Monday or Tuesday in order to complete all of the items as required. Depending on the Hygienic Lab schedule, Wednesday is possible if everything proceeds in a timely fashion. 2. Use only the specified amount of granular chlorine to disinfect the main. I_ 3. Fill the line slowly until you get a trickle of water from the highest available hydrant. Shut off the hydrant and leave the line filled. a 4. No SOONER than 24 hours and no LATER than 48 hours, the first bacterial test should be taken. 5. Contractor will take bacterial tests from all locations determined by City staff. Tests will be taken AFTER water has been flushed to normal residual levels. CONTRACTOR IS RESPONSIBLE FOR DECHLORINATING ALL DISCHARGED WATER. The Iowa City Water Division is available for professional guidance if the contractor is not experienced in current dechlorination procedures. 6. Within 24 hours ANOTHER (2nd) bacterial test must be taken for EACH of the initial tests taken. Verbal or written verification from the U of I Hygienic Lab must be provided for the entire initial round of tests prior to undertaking this second round of tests. VERIFICATION MUST BE PROVIDED FOR ALL BACTERIA TESTS PRIOR TO PRESSURE TESTING — this can be in the form of a call out to the Hygienic Lab, an email or a fax. 7. Pressure test will be performed on all new water mains. Tests are for 2 hours at 150psi. Pressurize the line no higher than 155psi to begin. A City owned pressure gauge must be placed on the line in addition to the contractor's gauge. 8. City Engineering staff will give notice to the Water Division to locate the water main via all of the tracer wire boxes installed by the contractor. Wire boxes must be fully installed and placed in their final locations before a locate will be performed. The main must trace as it will when it's put into service. 9. Final flush will be performed. At this time, the as-builts, HARD COPIES of all bacterial tests, and a fully filled out materials list, signed by the Contractor, must be turned over or on-hand. 10. After final flush is completed, City Engineering staff will notify the Water Division that the main is acceptable and tapping permits can be issued. Prior to the full acceptance of the job, water main punchlist items (plumbing valve boxes, setting final box elevations, turning hydrants, etc...) must all be completed. 02660-B1 SECTION 02890 TRAFFIC SIGNALIZATION PART 1-GENERAL 1.01 SECTION INCLUDES: — A. Electricalr-- B. B. Conduit C. Concrete Bases and Handholes D. Poles - '_' __� 1:77j E. Signals F. Mast Arms G. Controller H. Fiber Optic Cable I. Video Traffic Detection System J. Traffic Monitoring Camera 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. 02890-1 H. Fiber Optic Cable This item includes installation,termination,and testing fibers. I. Video Traffic Detection System This work shall consist of furnishing and installing a system that detects vehicles on a roadway using only video images of vehicle traffic and includes all hardware, software, equipment,labor,and materials necessary to complete the fully functioning system in place. J. Traffic Monitoring Camera This work shall consist of furnishing and installing a traffic monitoring r-tamera for monitoring intersection operations and includes all hardware, software, brackets;.quiprnent, cable, wiring, labor, and materials necessary to complete the fully functioning camera in place. ch7:7_1(-1 n 4.1 - ?-4 1.03 SUBMITTALS: , y '• ..-� A. Submit test results as set forth in the Contract Documents. c.,) B. Submit certificate of compliance indicating the materials incorporated into.the Workecomply with the Contract Documents. C. The substitution of materials is allowed as set forth in General Conditions. D. Supplier shall submit five(5)copies of Shop Drawings of Signal Poles and Mast Arms to the ENGINEER for review prior to manufacture of the mast arm assemblies. Manufacture shall not begin until the Shop Drawings have been approved by the ENGINEER. The intent of the ENGINEER's review and approval is to assist the supplier in interpreting the Specifications. Shop Drawing approval shall not relieve the supplier of the responsibility for errors in the Shop Drawing or the requirements of the Specifications. E. Complete and forward to the City three (3) copies of a list of unit costs for each item listed on the Schedule of Unit Prices by the preconstruction meeting. The Schedule of Unit Prices will be provided to the Contractor. The sum of the costs for each item shall equal the total Contract Lump Sum price for the TRAFFIC SIGNALIZATION and REMOVAL OF TRAFFIC SIGNALIZATION. The unit costs will be used to prepare progress payments to the Contractor. The unit costs will also be used to establish the total cost for any Extra Work Orders related to the TRAFFIC SIGNALIZATION work items unless otherwise negotiated. F. Submit catalog cuts of each component incorporated into the project, showing the selected equipment meets the specifications. 1.04 DELIVERY,STORAGE AND HANDLING: A. Deliver only materials that fully conform to these Specifications, or for which substitution has been approved as set forth in General Conditions. 1. The Bidder awarded the Contract shall complete the equipment list by writing in the name of the equipment manufacturer and catalog number of each item listed which he proposes to install. Before beginning Work on the Project, the CONTRACTOR shall submit three copies of the equipment list, and three copies of catalog cuts for all materials supplied by the CONTRACTOR. 2. Prior to ordering any materials the CONTRACTOR shall provide certification from the manufacturers of all electrical equipment, conduit, and cable stating said material complies with the Specifications. 02890-2 B. Store material in accordance with the manufacturers' recommendations and in locations which will minimize the interference with operations, minimize environmental damage, and protect adjacent areas. C. Remove and dispose of unacceptable materials from the site in accordance with the Contract Documents. 1.05 SCHEDULING AND CONFLICTS: A. Schedule Work to minimize disruption of public streets and facilities. B. Discontinue Work which will be affected by any conflicts discovered or any changes needed to accommodate unknown or changed conditions and notify the ENGINEER. 1.06 SPECIAL REQUIREMENTS: 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. ( '.l .--d r") L— F•ate _:11 ""'• C, 0 02890-3 PART 2-PRODUCTS 2.01 ELECTRICAL: A. Service Conductor (Power Cable) shall be 600 volt, single conductor cable, shall comply with 4185.12 of the Standard Specifications and shall be U.L. listed for type "USE." The sheath shall be black for the positive cable and white for the negative cables. B. Signal cable shall be solid and conform to the requirements of IMSA 19-1 or 20-1, or latest revision thereof.The number and size of conductors shall be as specified on the plans. C. Loop detector lead-in cable shall conform to the requirements of IMSA 50-2, latest revision thereof. D. Detector loop wire shall conform to the requirements of IMSA 51-5, latest revision thereof. The encasing tube shall be polyvinyl chloride. Detector loop sealant in pavement saw cuts and holes shall be a flexible embedding sealer. E. Connectors shall be either insulated spring steel connectors or insulated set screw connectors. The spring shall have sharp edges,round edges will not be approved. Connectors shall be approved by the ENGINEER prior to incorporation in the Work. F. Communication and Interconnect Cable(For Underground Installation) 1. Fiber Optic Cable shall be 1 hybrid cable with 12 strands of Mul modef I2 strands of single-mode. = r 2. Jacket. The overall jacket shall be made of virgin, black, low density+, hith molecular weight polyethylene. G. Self-Supporting(Figure 8)Communication Cable . .. : 1. Self-Supporting (Figure 8) communication cable shall meet all---requirements of Paragraph 2.01 F for communication and interconnect cable except thethe cable assembly is not required to be packed with petroleum jelly. 2. Self-Supporting(Figure 8)communication cable shall contain a messenger cable made of extra high strength, ''A 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. Pull tape shall be a flat polyester pull-tape with a minimum pulling strength of 1250 lbs. and permanent sequential footage markings. J. 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. K. All ground wires shall be #6 AWG, bare, solid annealed copper wire unless otherwise specified on the plans. L. All electrical equipment shall conform to the standards of the National Electrical Manufacturers Association (NEMA). All Work shall conform to the requirements of the National Electrical Code. All miscellaneous electrical equipment shall be approved. M. Circuit breakers shall conform to manufacturer's requirements. N. Video Traffic Detection System: Iteris system is preferable 1. Cameras shall have color video. 2. As an option, programming the system shall be available with the computer. Using a RS-232 communication link,the following capabilities shall be available as a minimum: 02890-4 a. Continuous or single video snapshots. The user shall be able to seIact both e resolution and quality of the image. • {, = 6 a b. Remote detection zone setup. %' f -c. Detector File upload/download (7-) '' 3 d. Ability to store the snapshot image. = e. Security Protection to Prevent Unauthorized Remote Access. ='•: (-;%) 3. The system shall detect vehicles in real time as they travel across each detecto zone. 4. The system shall have an RS-232 and Ethernet port for communications with an external computer. 5. The system shall accept new detector patterns from an external computer through the RS-232 port when that computer uses the correct communications protocol for downloading detector patterns. 6. The system shall send its detector patterns to an external computer through the RS-232 port when requested when that computer uses the correct communications protocol for uploading detector patterns. 7. Up to 144 detection zones shall be supported and each detection zone can be sized to suit the site and the desired vehicle detection region. 8. Detection zones may be ANDed or ORed together to indicate vehicle presence on a single detector output channel. 9. When a vehicle is detected crossing a detection zone, the detection zone will flash a symbol on the video overlay display to confirm the detection of the vehicle. 10. Detection shall be at least 99% accurate in good weather conditions, with slight degradation possible under adverse weather conditions (eg. rain, snow, or fog) which reduce visibility. Detection accuracy is dependent upon camera placement, camera quality and detection zone location, and these accuracy levels do not include allowances for occlusion or poor video due to camera location or quality. 11. The system shall provide 32 channels of detection through either a NEMA TS 1 port or a NEMA TS2 port. 12. The system shall provide dynamic zone reconfiguration(DZR)to enable normal director operation of existing zones except the one being added or modified during the setup process. The system shall output a constant call on any detection channel corresponding to a zone being modified. 13. Detection zones shall be directional to reduce false detections from objects traveling in directions other than the desired direction of travel in the detection area. 14. The system shall process the video input from each camera at 30 frames per second. 15. The system shall output a constant call for each enabled detector output channel if a loss of video signal occurs. The system shall output a constant call during the background learning period. 16. The system shall operate satisfactorily in a temperate range from —34 C to +74 C and a humidity range from 0%RH to 95%RH, non-condensing as set forth in NEMA specifications. 17. The system shall include an RS-232 port or serial communications with a remote computer. This port shall be a 9 pin female "D" subminiature connector on the front of the system. 18. The system shall include ports for transmitting TS1 and TS2 detections to a traffic controller. The TS 1 port shall be a 37 pin female "D" connector on the front of the system. The TS2 port shall be a 15 pin female"D"connector on the front of the system. 19. The video inputs to the system shall include transient voltage suppression and isolation. Amplification that shall assure the 1 volt peak to peak video signal integrity is 02890-5 maintained despite cabling losses and externally induced transients. The,amplifier shall have a minimum common mode rejection at 60 Hz of 90 dB. 20. The system enclosure shall be bonded to a good earth ground. ?,- L s 21. The front face of the system shall contain indications to enable the aserp view real time detections for up to 8 detector output channels at a time. 22. The video cameras used for traffic detection shall be furnished by-the system supplier and shall be qualified by the supplier to ensure proper video detection system Operation. 23. The camera shall produce a useable video image of the bodies of vehicles,under all roadway lighting conditions, regardless of time of day. The minimum range of scene luminance over which the camera shall produce a useable video image shall be the minimum range from night time to day time,but not less than the range 0.1 lux to 10,000 lux. 24. The camera shall include auto-iris control based upon average scene luminance and shall be equipped with an auto-iris lens. 25. The camera shall include a variable focal length lens with variable focus that can be adjusted,without opening up the camera housing,to suit the site geometry. 26. The camera electronics shall include AGC to produce a satisfactory image at night. 27. The camera shall be housed in an environmentally sealed enclosure pressurized with dry gas to minimize the formation of condensate and extend the life of the camera and lens. The housing shall be field rotatable to allow proper alignment between the camera and the traveled road surface. 28. The camera enclosure shall be equipped with a sun shield. The sunshield shall include a provision for water diversion to prevent water from flowing in the cameras field of view. The camera enclosure with sunshield shall be less than 6" diameter, less than 26" long, and shall weigh less than 12 pounds when the camera and lens are mounted inside the enclosure. 29. The camera enclosure shall include a thermostatically controlled heater to assure proper operation of the lens iris at low temperatures and prevent moisture condensation on the optical faceplate of the enclosure. 30. When mounted outdoors in the enclosure, the camera shall operate satisfactorily in a temperate range from-34/C to+55/C and a humidity range from 0%RH to 100%RH. O. Traffic Monitoring Camera: Axis outdoor-ready PTZ dome network camera is preferable 2.02 CONDUIT: A. Galvanized rigid steel conduit (RS) 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. High-density polyethylene (HDPE) conduit for traffic signal applications shall be red in color with an SDR of 13.5. The number and size of conduits shall be as called for on the plans. HDPE duct plugs shall be blank expandable duct plugs with elastomeric gaskets and rope loops. C. Polyvinyl Chloride (PVC) conduit shall be Schedule 80. 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. For traffic signal applications, schedule 80 PVC may be substituted for HDPE conduit when necessary to facilitate installations in tight locations. D. Conduit fittings shall conform to the requirements of ANSI Standard Specification C 80.4, latest revision. All fittings used with rigid steel conduit shall be galvanized steel. Fittings of 02890-6 aluminum or zinc alloys are not acceptable.Bell end fittings shall be installed on the exposed ends of PVC or HDPE conduit. E. Conduit couplers shall be threaded-type for RS conduit. Conduit uuplers:i r HD to HDPE connections shall be double e-loc couplers. - ��r J 2.03 CONCRETE BASES AND HANDHOLES: 1 � A. Concrete for bases shall be Class"C"structural concrete,C-4 mix. _._ 11 �--- B. Reinforcement for bases shall meet the requirements of Section 2404 of the IDC1T Standard Specifications for Highway and Bridge Construction,Current Series. -' C. Precast concrete handholes shall be placed on course aggregate base, Iowa DOT Specification 4109,Gradation No. 5. D. Lids for precast concrete handholes shall be cast-iron. Covers shall be Type 'C' (checkered top), with minimum weight 165 pounds. Manufacturer's name and "TRAFFIC SIGNAL" lettering shall be cast on top of the cover E. Precast concrete pipe used in constructing handholes shall be Type 2000-D. F. Handhole cable hooks shall be galvanized according to ASTM A 153. G. Plastic loop handholes shall be Pencell PE-10, FiberProTek FC1800, Strongwell (Quazite) PT/LT,or an approved equal. H. TYPE 1 Handholes shall be stackable precast polymer concrete with dimensions measuring 17 inch x 30 inch x 30 inch deep minimum. The handhole shall have a one-piece cover with the legend "Traffic Signal" on the cover. If cover bolts are supplied, they shall not be installed but provided to the City. The handhole shall have an open bottom, be gray in color, include 4" mouse holes on two sides, and have an ANSI Tier 22 rating. The handhole cover shall be gray in color with an ANSI Tier 15 rating. 2.04 POLE AND MAST ARM ASSEMBLY: A. General 1. The mast arms, support poles, and luminaire arms shall be continuous tapered, round or octagon steel poles of the anchor base type. The poles and mast arms shall be a minimum of 7 gauge fabricated from one length of steel sheet with one continuous arc welded vertical seam, unless otherwise approved by the ENGINEER. The poles and mast arms shall be fabricated from corrosion resistant steel meeting requirements of ASTM A595, Grade C, and A606, Type 4 sheets (with minimum chemical requirements of A588, Grade D), and the base and flange plates shall be fabricated from A588 structural steel. After 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 permissible to fabricate poles and mast arms by welding two sections together. The method used for connecting the sections shall result in a smooth joint and shall be factory welded as follows: a. All longitudinal butt welds, except within one foot of a transverse butt-welded joint, shall have a minimum 60 percent penetration for plates 3/8 inch and less in thickness, and a minimum of 80 percent penetration for plates over 3/8 inch thickness. b. All longitudinal butt welds on poles and arms within one foot of a transverse butt- welded joint shall have 100 percent penetration. c. All transverse butt welds for connecting sections shall have 100 percent penetration achieved by back-up ring or bar. 02890-7 d. All transverse butt welds and all specified 100-percent-penetration longitudinal butt welds on poles and mast arms shall be examined 100 percent by ultrasonic inspection according to the requirements of AWS D1-1.80. Welding, fabrication,and inspection shall conform to the Iowa 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-1A and applicable Supplements B(Magnetic Paricle)and C(Ultrasonic). Evidence shall be presented for approval of the ENGINEER, concerning their qualifications.A report shall be required showing that welds have been inspected and either found satisfactory or found unsatisfactory but repaired and reinspected and found satisfactory.The cost of all nondestructive testing shall be paid by the supplier and will be considered incidental. 2. Pole manufacturers shall certify that only certified welding operators in aacordance with Iowa Department of Transportation Supplemental Specification for Structural Steel\mere used. The welding consumables used shall be in accordance with the approved list furnished by the Iowa Department of Transportation. -)- B. Mast Arms " - -� 1. The mast arms shall be designed in accordance with the -AASHTO. Standard Specifications for Structural Supports for Highway Signs, Luminaries and Traffic Signals and designed to support traffic signals and/or signs as shown on the attached tabulation. They shall be certified by the Fabricator that the mast arms are capable of withstanding winds up to 100 miles per hour without failure.The length of the mast arms shall be as specified on the Schedule of Prices. 2. When loaded with the signals and signs the mast arms shall have a slight rise. Unloaded the maximum angle between the mast arm and horizontal shall be 4 degrees, unless approved by the ENGINEER. C. Poles 1. The pole shall be designed to support the mast arm so when it is equipped with the traffic signals and/or signs it will provide a minimum of 15.0 feet and a maximum of 19.0 feet clearance from the street surface to the bottom of the signal heads or signs. 2. The pole shall be equipped with two reinforced handholes with covers (4"x6-1/2" minimum).One handhole shall be located 18 inches above the base and 180 degrees with respect to the mast arm. The second handhole shall be located directly opposite the traffic signal mast arm. Securing the cover to the pole shall be done with the use of simple tools. 3. A lug shall be provided in the pole base near the handhole to permit connection of a #6 AWG grounding wire. D. Signal Pole and Mast Arm Loading 1. Traffic signal poles and mast arms shall be fabricated according to the standard Specifications assuming the following signal head and signing loads: a. Maximum Loading for Arms 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 Arms greater than 47 Feet Long 5-section head on end, 24"x30" sign centered 2 ft. inboard, 3-section head 12 ft. inboard, 24"x30" sign centered 14 ft. inboard, 3-section head 24 ft. inboard, 3- section head 36 ft. inboard, 18"x60" metro sign centered 28 ft. inboard, 2 3-section 02890-8 pole mounted heads, 2 2-section pole mounted pedestrian heads, luminaire, 6" backplates on all signal heads. E. Pole and Mast Arm Mounted Signs 1. The CONTRACTOR shall furnish and install all mast arm mounted and pole mounted signs shown on the traffic signal plans except street name signs. Street name signs shall be furnished by the City and installed by the CONTRACTOR.All signs shall conform to the Manual on Uniform Traffic Control Devices. 2. Sign mounting may be either a manufactured mounting bracket from a vendor or support bracketry assembled by the CONTRACTOR. All steel support bracketry shall be galvanized and the banding shall be stainless steel. Either method shall hold the sign firmly in place in winds up to 100 mph. The above Work shall include furnishing and installing all necessary signs, mounting brackets, stainless steel banding, and miscellaneous hardware to complete the sign installation in place. 3. A J-hook wire support shall be provided 6"to 12" above and 90 degrees with respect to r-� the opening for each mast arm and luminaire arm. The J-hook shall be a curved 3/8" diameter steel bar. Sul F. Finish 1. Where called for on the plans,the poles and mast arms shall be weathering steel. 2. Where called for on the plans, the poles and mast arms shall be galvanized steel perl the following: W a. Surface Preparation • Steel plates shall be blast cleaned as necessary to remove rolled-in mill scale, impurities, and non-metallic foreign materials. After assembly, all weld flux shall be removed. The iron or steel shall be degreased by immersion in caustic solution, pickled by immersion in sulfuric acid, and rinsed clean from any residual effects of the caustic or acid solutions by immersion in a fresh water bath. Final preparation shall be done by immersion in a concentrated zinc ammonium chloride flux solution with an acidity maintained between 4.5-5.0 pH. The assembly shall then be air dried to remove any moisture remaining in the flux coat and/or trapped within the product. b. Zinc Coating The assemblies shall be hot-dipped galvanized to the requirements of either ASTM A123 (fabricated products) or ASTM A153 (hardware items) by immersion in a molten bath of prime western grade zinc maintained between 810-850 degrees Fahrenheit. Maximum aluminum content of the path shall be controlled to 0.01%and Flux ash shall be skimmed from the bath surface prior to immersion and extraction of the assemblies to assure a debris free coating. 3. Where called for on the plans, the poles and mast arms shall be powder coated over galvanized per the following: a. Surface Preparation Steel plates shall be blast cleaned as necessary to remove rolled-in mill scale, impurities, and non-metallic foreign materials. After assembly, all weld flux shall be removed. The iron or steel shall be degreased by immersion in caustic solution, pickled by immersion in sulfuric acid, and rinsed clean from any residual effects of the caustic or acid solutions by immersion in a fresh water bath. Final preparation shall be done by immersion in a concentrated zinc ammonium chloride flux solution with an acidity maintained between 4.5-5.0 pH. The assembly shall then be air dried to remove any moisture remaining in the flux coat and/or trapped within the product. b. Zinc Coating The assemblies shall be hot-dipped galvanized to the requirements of either ASTM A123 (fabricated products) or ASTM A153 (hardware items) by immersion in a 02890-9 molten bath of prime western grade zinc maintained between 810-850 degrees Fahrenheit. Maximum aluminum content of the path shall be controlled to 0.01%and Flux ash shall be skimmed from the bath surface prior to immersion and extraction of the assemblies to assure a debris free coating. c. Top Coat All galvanized exterior surfaces visually exposed shall be coated with a Urethane or Triglycidyl Isocyanurate Polyester Powder to minimum film thickness of 2.0 mils. The coating is to be electrostatically applied and cured in an oven by heating the steel substrate to between 350 and 400 degrees Fahrenheit. d. Color The finished color shall be a Green closely matching other poles in use in the City which are Valmont's Green pins 74-gf75. e. Packaging All parts shall be packaged, wrapped, or cradled in a manner whir r will insure arrival at the destination without damage to the surface. G. Hardware 1. The mast arms and poles shall be equipped with all necessary-hardware, shira and anchor bolts to provide for a complete installation without additional parts. -, 2. The anchor bolts shall meet the requirements of ASTM A36 or approved-equal. ---� 3. Bolts attaching the arms to the pole shall meet the requirements of ASTM A325 or approved equal. c-D 4. The anchor bolts shall be hot dip galvanized for a minimum of 12 inches on the threaded end. The anchor bolts shall be threaded a minimum of 6 inches at one end and have a 4 inch long 90 degree bend at the other end. The Fabricator shall submit drawings for the anchor bolts and base plate design. All hardware shall be steel, hot dipped galvanized meeting the requirements of ASTM A153, Class D, or shall have an electrodeposited coating of the same coating thickness,and so designed for this purpose. 5. Anchor bolt covers, pole top covers, and mast arm end covers shall be gray cast iron castings conforming to ASTM Designation: A48 Class 30. Items supplied with weathering steel poles shall be painted to match the weathering steel poles. Items supplied with powder coated galvanized poles shall be powder coated to match the poles. H. Luminaire Extension 1. All mast arm assemblies will require luminaire extensions as noted in the plans.The pole for the luminaire extension shall provide a continuous shaft as required for the mast arm. 2. The pole for the luminaire extension shall be vertical, unless approved by the ENGINEER. Luminaire arm shall be a single curved arm, unless otherwise noted on the plans. 3. The end of the luminaire arm shall provide a 30-ft. luminaire mounting height, unless otherwise noted on the plans. 2.05 SIGNALS: A. General 1. The signal heads shall be complete with all fittings and brackets for a complete installation. Each signal shall consist of a main body assembly, optical units, necessary screws, wing nuts, eyebolts, etc., and shall be delivered completely assembled. All hardware including hinge pins, wing nuts, eye bolts or latch bolts shall be made of a solid non-corrosive metallic material to prevent seizure or corrosion by the elements. Each signal shall be smooth both inside and outside and shall contain no sharp fins or projections of any kind. The doors and visors shall be flat black. All metal parts shall be 02890-10 painted with one coat of primer and two coats of high grade Federal Black enamel. All parts of the vehicle signals shall be in compliance with the last ITE Report on Adjustable Face Vehicle Traffic Control Signal Heads. 2. The electrical and optical system of the signal head shall be designed to operate on 115 volt,single phase,60 Hertz alternating current. 3. All exterior surfaces shall be black. 4. Main Body Assembly of the signal unit shall consist of one or more polycarbonate sections have integral cast serrations so when assembled with the proper brackets they may be adjusted in increments and locked securely to prevent moving. The sections shall be designed so that when assembled they interlock with one another. All joints between sections shall be waterproof. The sections shall be held firmly together by locknuts or other means approved by the ENGINEER. Any open end on an assembled signal face housing shall be plugged with an ornament cap and gasket. 5. Doors and Optical Units '' a. The doors shall be made of polycarbonate. Each door shall be of the hinged type;. nd shall be held closed by a wing nut or other approved means. The,hinge kins 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. Both the hinge device and the spring catch or equivalent shall be of a flexible nature which will permit the reflector holder to be pushed inwardly for at least one- sixteenth of an inch and to align itself correctly with the lens when the door of the optical unit is closed and pressed against the rim of the reflector holder. By such means, the joint between the reflector holder and the lens shall be rendered dust- tight. It shall not be necessary to remove any screws or nuts in order to swing the reflector holder out of the body section to obtain access to the light socket. 6. The wire entrance fitting shall be made of malleable iron or other approved material equipped with a standard 1-1/2"pipe fitting for attachment to the signal head. It shall be provided with weatherproofing means so that when it is attached to the top of the signal a weatherproof assembly results. Positive locking means shall be provided so that the signal cannot loosen from the fitting. The fitting shall be provided with an insulation bushing at the point where wires enter. The fitting shall be provided with self-locking features to prevent the signal head from turning out of directional adjustment in a strong wind. It shall be painted in color to match that of the signal. B. Vehicle Signals 1. In addition to meeting the requirements of Section A., Vehicle Signals shall meet the following requirements: a. All signal indications shall use Light Emitting Diode(LED)Vehicle Signal Modules. All lenses shall be prismatic and long range. The lenses shall be 12 inches in diameter.All lenses shall be made of vandal resistant polycarbonate or acrylic plastic free from bubbles and flaws. The lenses shall meet the light transmittivity and chromaticity standards established by the ITE Standard for Adjustable Face Vehicle Traffic Control Signal Heads. b. Visors shall be of the tunnel type not less than eight inches in length and shall be designed in a manner such that the visor may be easily installed or removed from the signal head. c. A terminal block shall be mounted in the back of the second section of the signal head.The terminal blocks shall be secured at both ends. d. Signals shall be shipped completely assembled with tunnel visors attached to the signal door. 02890-11 C. Pedestrian Signals 1. In addition to meeting the requirements of Section A., Pedestrian Signals shall meet the following requirements: a. Pedestrian signals shall consist of two signal sections with rectangular lenses and mounting attachments. The upper section shall display a "Hand" symbol and shall display a"Walking Person" symbol. The lower section shall be a count down timer. The two sections shall be of such design and construction as to fit rigidly and securely together with or without a spacer. No spacer shall be more than '/2 inch thick. The signals shall operate with LED. b. The lenses shall be either sanded or prismatic lenses. The lenses shall be made of vandal resistant polycarbonate or acrylic plastic. The symbols on these lenses shall be at least 12 inches high and shall be designed to produce a maximum visibility both day and night. The Walk symbol shall be White LED modules and the Don't Walk symbol shall be Portland Orange LED. Both messages shall be screened on the lenses with a material which will not crack or peel. The background or.,field around both messages shall be black. c. Each signal lens shall be equipped with a visor not less than seven inches in len; , which encloses the top and both sides of the lens. D. Optically Limiting Signal Heads _ . r 1 1. Optically limiting signal heads shall meet all of the applicable requirements of Section A through Section B except as hereafter provided: a. Optically limiting signal heads shall permit the visibility zone of the indication to be determined optically. The field of light coverage vertically, laterally, and longitudinally shall be controllable within one degree of any axis, without the use of tunnel 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. 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. d. Each signal lens shall be equipped with a visor, which encloses the top and both sides of the lens.The interior and exterior color shall be optical black. E. Mounting Assemblies 1. Mounting assemblies shall consist of 1-1/2 inch standard pipe and fittings. All members shall be so fabricated such that they provide plumb, symmetrical arrangement, and securely fabricated assemblies. Construction shall be such that all conductors are concealed within assemblies. Cable guides shall be used to support and protect conductors entering assembly through poles. All threads shall be coated with rust preventive paint during assembly. 2. Support brackets, trunnions, and fittings shall be made of cast aluminum, steel, or cast iron. Bracket parts except for stainless steel parts shall be given one prime coat of metal primer and two coats of high quality Black exterior enamel. 3. Mounting assemblies shall be watertight and all open segments of the fittings shall be plugged with an ornamental plug and a gasket. 02890-12 4. Mast arm mounting brackets shall be furnished with a completely adjustable stainless steel strap around arm, malleable clamp casting, vertical support tube, top and bottom signal head support with set screws,bolts, hole with rubber grommet in 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. 2.06 TRAFFIC SIGNAL LEDS: A. LED Vehicle Signal Module 1. LED Vehicle Traffic Signal Modules shall comply with the latest revision of the "Equipment and Material Standards of the Institute of Transportation Engineers: Chapter 2a:VTCSH Part 2: Light Emitting Diode(LED)Vehicle Signal Modules(Interim)" Note the following: `-. r . 1.' a. "Section 5.5 Dimming(Optional)"is not required. b. "Section 5.8 Failed State Impedance(Optional)" is required. c' T^ c. Compliance with all other sections of this standard is required. - 2.07 BACKPLATES: A. Backplates shall be 0.125 inch thick thermoplastic and provide a minimum of a 5 inch black field around the assembly.Corners of the backplates shall be rounded with a 21/2-inch radius. B. Backplates shall be supplied with attaching bolts or screws in sufficient quantity to securely hold the backplates to the signal heads. 2.08 ALUMINUM TRAFFIC SIGNAL PEDESTAL: A. The pedestal shaft shall be fabricated of aluminum tubing with a wall thickness of not less than 0.125 inches. Shaft shall have a brushed aluminum finish. B. The shaft shall be attached to a square cast-aluminum base with a handhole. The size of the handhole shall be at least 81/2 inches by 81/2 inches and equipped with a cover, which can be securely fastened to the base with the use of simple tools. A lug shall be provided near the handhole to permit connection of a#6 AWG grounding wire. C. The length of the pedestal, from the bottom of the base to the top of the shaft, shall be 10 feet. The top of the shaft shall have an outer diameter of 41/2 inches and shall be designed to receive a pole top mounting bracket to a traffic signal. Pedestrian heads shall be side-of-pole mounted. D. Pedestals shall be equipped with all necessary hardware, shims and anchor bolts to provide for a complete installation without additional parts. E. Pedestal bases shall be breakaway and meet Federal Highway Administration (FHWA) hardware acceptance for crashworthiness according to NCHRP Report 350: Recommended Procedures for the Safety Performance Evaluation of Highway Features. Pedestal bases shall be designed to mount on four 3/-inch anchor bolts spaced evenly around a 12%-inch diameter bolt circle. B. 02890-13 2.09 PEDESTRIAN PUSH BUTTON DETECTORS: A. Pedestrian push button detectors shall be of the direct push without levers, handles or toggle switches. Each detector shall consist of a pressure activated non-moving button mounted in a durable case. The button shall have a two tone audible and visible momentary LED light. The button shall be entirely insulated from the case and operating button with terminals for making connections. The case shall have one outlet for '/2 inch pipe. The operating button shall be made of brass or other non-rusting metal alloy and shall be of sturdy design. This button shall be weatherproof. The entire assembly shall be weathertight, secure against electrical shock and of such construction as to withstand continuous hard usage. The contacts shall be normally open and no current flowing except at the moment of actuation. B. A saddle shall be provided if necessary to secure a rigid installation and neat fit. C. Push button detectors shall be given one prime coat of metal primer and two coats of high quality black exterior enamel. 2.10 CONTROLLERS: A. General Design Requirements 1. Purpose. It is the purpose of Section A of these specifications to set forth minimum design and functional requirements for all actuated controllers . included in this specification. 2. Electrical Requirement a. Power - --+ i. Nominal Voltage and Current. The controller shall be designed to opeiAte from a nominal 120 volt alternating current,60 hertz power source. ii. Voltage and Current Ranges. The controller shall operate satisfactorily within a voltage range of 95 to 135 volts alternating current and a frequency range of 57 to 63 hertz. b. Controller Connections. NEMA Connection Requirement. The controller shall contain a circular twist lock type connector meeting the requirements of Part 3, Section TS 1-3.05 "Pin Connections", paragraph A. NEMA Traffic Control Systems Standard TSI-1983. c. Overcurrent Protection. The controller shall contain a front panel mounted AC power input fuse of suitable size to provide over-current protection. d. Automatic Reorientation. In the event of a power interruption, the controller shall be capable of automatic reorientation upon power resumption and shall require no manual initiation or switching. 3. Consistency of Intervals. Minimum Requirements. The length of any interval or timing setting shall not change by more than +-100 milliseconds from its set value, so long as the voltage and frequency of the power supply and the ambient temperature inside the controller cabinet remain within the tolerances specified in these specifications. 4. Interval Sequence a. General. The controller shall provide the proper intervals and interval sequence as required in the following section of these specifications. b. Required Interval Sequence. The phase and interval sequence shall be programmable to provide from two through eight phase dual ring operation with 4 overlaps as described in the latest revision of the NEMA Standards for traffic control systems. c. Skipping of Actuated Phases. If, prior to the end of the green interval of the terminating phase, neither vehicle nor pedestrian memory indicates a need for the next traffic phase, the intervals which comprise that phase shall be omitted from the interval sequence. However, once the green interval has been terminated, the phase 02890-14 causing the termination may not be omitted. This does not, however, preclude the use of recall switches which when in the "on" position, shall cause the phase to be displayed even though no detector actuations have been received. 5. Interval Setting and Functions a. Provision for Setting. The controller shall provide for the setting of each interval, portion of interval,or function by means of a positive setting on a keyboard. i. Keyboard entry shall have a user friendly interface such that in every case the meaning of a number being displayed shall be clearly evident without reference to the sequence of key strokes preceding the display and without reference to a manual or instruction sheet. The method of fording current data and of changing data shall be intuitive to the extent that little or no training is required and keystroke sequences do not need to be memorized except for security access codes. b. Location of Controls.The interval and function controls shall be located on the front of the controller and shall be properly designated as to the function each control performs. c. Required Intervals/Functions and Ranges. The required intervals, portions of intervals, and functions for each phase of operation are listed in Table 1. d. Interval and Function Indication i. Indication. Long life light emitting diode indications or approved equal shall be provided and appropriately labeled on the controller to facilitate the determination of operation and termination of the intervals and functions contained therein. Indication shall include but not necessarily be limited to the following: Phase(s)next Dwell Phase(s)in service Walk Initial interval Ped clear Vehicle interval Force off Yellow change interval Hold Maximum termination Red clearance Gap termination ii. Call Indication. Indication shall be provided on the controller to display presence of vehicle call including memory and detector actuations and presence of a pedestrian call when pedestrian timing functions are included. ti ti L.J^~ r77 J5 c) 02890-15 TABLE 1 Functions and Timing to be Provided On Each Phase of Operation Minimum Range(Sec.) Increment(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 Time Before Reduction 0–99 — a.0 Maximum 1 1 –99 -c") Maximum 2 1 –99 _:< ;-1.0 Yellow Change 0–9 --1 t-7 0.1 Red Clearance 0–9 '{�j _f.1 1 I Walk 0–99 c_} 4.0 Pedestrian Clearance 0–99 ci'.0 Red Revert(One Per Controller) 3–9 1.0 *Maximum Initial may have fixed value of 30 Sec. e. Vehicle Recall Switch(s). A recall switch shall be provided for each actuated vehicle phase which, when asserted, shall cause the automatic return of the right-of-way to that phase in accordance with the specified interval sequence. f. Maximum Recall Switch(s). The recall switch(s) shall provide a maximum recall position which when asserted for a phase, shall cause the automatic return of the right-of-way to that phase for the duration of the maximum green interval in accordance with the specified interval sequence. g. Vehicle Detector Non-Lock Memory Switch(s). A switch shall be provided for each actuated vehicle phase which, when placed in the non-lock position, shall cause the vehicle detector memory circuit for that phase to be disabled. h. Pedestrian Recall Switch(s). A recall switch shall be provided for each actuated phase that includes pedestrian interval timing function, which when asserted, shall cause the automatic return of the controller to that phase and related pedestrian interval(s). i. Flashing of Pedestrian Clearance Interval Functions. Means shall be provided to control the flashing of pedestrian signals during the pedestrian clearance interval(s). 6. Signal Circuits. a. General. The controller shall be provided with suitable load switches, external to the controller, for closing and opening signal light circuits. Such shall be sufficient in quantity to provide the interval sequence as described in Subsection A.4.b, Section 2.10 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. 02890-16 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,TS1-1983. 7. Conflict Monitor Minimum Requirements. For actuated controllers of solid state design and construction or actuated controllers utilizing solid state load switches, a separate external signal monitoring device shall be provided to monitor the occurrence of conflicting Green or Walk indications and shall cause the signals to go into flashing operation should such conflicts be sensed. This shall conform to Part 6, NEMA TS1- 1983.The monitor shall have an LCD Screen and an Ethernet port. 8. Flashing of Signals. a. Minimum Requirements. Means external to the controller shall be provided to permit the substitution of flashing signal indications for the normal specified interval sequence. The indications to be flashed shall be as specified here or in the included interval sequence chart on the plans.All signals shall flash red. i. Flashing Rate. Flashing shall be at the rate of not less than 50 nor more than 60 flashes per minute with approximately 50% on and 50% off periods. Flashing rate shall not vary so long as the power source remains within the specified limits. ii. Capacity. The operation of the flashing circuit shall be accomplisd in such a manner as to avoid undue pitting or burning or other damage to load switches at 10 amperes of tungsten lamp load at 120 volts, 60 hertz AC for 50 million times. b. Control of Flasher Mode. i. Police panel switch. Operation of flash mode from police panel shall put operation of controller into Stop Time Mode. ,=.x ii. Inside switch. An"auto-off-flash" mode switch shall be provided inside cabinet. c. Flashing of Vehicular Signals. Flashing of vehicular signal indications shall be obtained from one or more flashers, each of which is a self-contained device designed to plug into a panel in the controller cabinet. If the flashing is provided by two flashers, they shall be wired to assure that the flashing of all lenses on the same approach is simultaneous. d. Flashing of Pedestrian Signals (Pedestrian Clearance). When pedestrian interval timing functions are included, means shall be provided to permit flashing of the DON'T WALK pedestrian signals during the pedestrian clearance interval. e. Solid State Flasher. A solid state flasher with no contact points or moving parts shall be provided. The solid state flasher shall utilize zero point switching. This shall conform to Part 8,NEMA Traffic Control Systems Standards,TS1-1983. 9. Manual Control. a. Manual Control Enable. When specified, manual commands shall place vehicle calls and pedestrian calls (when pedestrian timing is included in the controller's sequence of operation) on all phases, stop controller timing in all intervals except vehicle clearances, and inhibit the operation of the external advance input during vehicle clearance. b. Operation Without Pedestrian Timing. When concurrent pedestrian timing is not provided, one actuation of the interval advance input shall advance the controller to Green rest, from which it will immediately select a phase next and advance to the Yellow Vehicle Clearance, subject to the constraints of concurrent timing c. Operation With Pedestrian Timing. When concurrent pedestrian service is provided, two sequential activations of the interval advance input shall be required to advance through a Green interval, the first actuation shall terminate the WALK interval, and 02890-17 the second shall terminate the GREEN interval including the Pedestrian Clearance Interval. d. Automatic Timing of Vehicle Change/Clearance Intervals. All Vehicle Change/Clearance Intervals shall be timed internally by the controller. Actuations of the interval advance input during Vehicle Change/Clearance intervals shall have no effect on the controller. 10. Stop Timing. a. Suitable input from auxiliary equipment or other external sources, shall cause cessation of controller timing during assertion of such input. Upon removal of such input assertion, the interrupted interval, which was timing, shall resume normal timing. Provisions shall be made to insure that there is no conflict between the various inputs to this function which would result in a stop time signal for one ring affecting the condition of the other ring. 11. Coordination a. Minimum Requirements. Means shall be provided within the controller to permit its interconnection into a coordinated traffic signal system when coordinating devices are added. As a minimum, this should include the provision of Yield circuit or Hold circuit,accessible to interruption by commands external to the controller. b. Hold Feature. The controller shall contain a Hold Feature which when asserted for a particular phase shall hold that phase in a rest condition. Upon release from the Hold, the phase shall immediately advance into the appropriate clearance interval or other unexpired portion of the green, provided there is an actuation on an opposing phase. c. Force-Off Feature. The controller shall contain a Force-off Feature which, when asserted shall cause termination of the current phase provided that phase is in the extension portion. In no case shall assertion of force-off cause termination in a clearance interval or during a minimum green for vehicles or pedestrians. d. NEMA Coordination Requirements. In addition to the minimum coordination requirements specified above, the controller shall contain the 4oOnAination features for the applicable configuration included in NEMA Traffic G ontro7 Systems Standard TS1-1983. e. Closed loop Compatibility. The controller shall be fully compatible with an Eagle Signal Company computer controlled signal system. It shall allow fut2 jtse of all optional functions of that computer system. 12. Environmental and Testing. a. Minimum Requirements. i. General. The controller shall maintain all of its programmed functions and timing intervals when the ambient temperature and humidity are within the specified limits of this specification. ii. Ambient Temperature. The operating ambient temperature range shall be from -30 degrees to+165 degrees F. iii. Cooling/Heating Devices.No heating or cooling devices other than standard vent fan(s)shall be required for proper operation of the controller. iv. Humidity. The controller shall be designed to operate properly within a relative humidity range of 0 to 95%up to 110 degrees F. b. NEMA Requirements. i. Environmental and Operating. The controller shall fulfill the environmental and operating requirements as described in Part 2, Section 1, "Environmental and Operating Standards",NEMA Standards TS 1-1983. 02890-18 ii. Testing. The controller shall fulfill the testing requirements as described in Part 2, Section 3, "Test Procedures", NEMA Traffic Control Systems Standard TS 1- 1983. 13. Cabinet. a. Basic Construction. The controller and all associated equipment shall be provided in weatherproof metal cabinet of clean-cut design and appearance. The controller cabinet must be large enough to accommodate a future master control unit (under separate contract, unless specified in the plans). The cabinet must be fiber and video ready. A Control Rocket Liux ES 8510 Ethernet switch shall be included. i. Construction Material. The cabinet shall be constructed of sheet or cast aluminum. ii. Door. A hinged door shall be provided permitting complete access tp_the interior of cabinet. When closed, the door shall fit closely to gasketing material, making the cabinet weather and dust resistant. The door shall be provided with a strong lock and key. The door shall be designed to be opened only with the standard controller cabinet key currently used by the City of Iowa City. A sample key will be made available to the successful bidder. iii. Auxiliary Door. A small, hinged and gasketed "door-in-door". shall be include on the outside of the main controller door. The auxiliary door shall dot allow access to the controller, its associated equipment, or exposed electrical terminals but shall allow access to a small switch panel and compartment containing a signal shutdown switch, a flash control switch, and other specified functions. The auxiliary door lock shall be equipped with a strong lock utilizing keys of a different design from those provided for the main cabinet door. The auxiliary door lock shall be designed to be opened only with the standard auxiliary door key used by the City of Iowa City. A sample key will be made available to the successful bidder. iv. Door Stop. The controller cabinet door shall be provided with a stop and catch arrangement to hold the door open at angles of both 90 degrees and 180 degrees, ± 10 degrees. v. Mounting Shelves. The cabinet shall contain strong mounting 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 shall be provided with LED cabinet lighting mounted in the cabinet in a manner which will provide adequate light to service all parts of the cabinet interior during nighttime hours. viii.Size. The cabinet shall be of such size to adequately house the controller, all associated electrical devices and hardware, and other auxiliary equipment herein specified. ix. Mounting. The cabinet shall be arranged and equipped for concrete base mounting. Base should be flush with the ground and a riser installed. Sufficient galvanized anchor bolts, clamps, nuts, hardware, etc., as required for the specified mounting type shall be furnished with each cabinet. 02890-19 b. Ventilation. Two thermostatically controlled duct fan units with a minimum rating of 100 CFM in free air shall be installed in the cabinet to provide forced air ventilation through the cabinet. The fan unit shall be mounted to the inside top of the cabinet and shall be easily removed and replaced without having to dismantle any part of the cabinet or exhaust duct system.The thermostat controlling the fans shall be manually adjustable to turn on between 90 degrees F and 150 degrees F with a differential of not more than 10 degrees F between automatic turn-on and turn-off. The fans shall intake air through filtered vents located near the bottom of the cabinet or cabinet door and exhaust it through a weather-proof, screened duct located near the top of the cabinet. Fiberglass type dry filters shall be used to cover the.airilptakes intd the cabinet. These filters shall be easily removed and replaced and be of=standard. dimensions commercially available. The filters shall be provided :with_positive retainment on all sides to prevent warpage and entry of foreign:Mater around edges. - - _ '_... c. Connecting Cables,Wiring and Panels. • i. Connecting cables. Electrical connections from the controller (and auxiliary devices when included)to outgoing and incoming circuits shall be made in such a manner that the controller(or auxiliary device) can be replaced with a similar unit, without the necessity of disconnecting and reconnecting the individual wires leading therefrom. This can be accomplished by means of a multiple plug, a spring-connected mounting or approved equivalent arrangement. Correlation shall be made with connecting cable plug and controller jack as described in Subsection A.2.b., Section 2.10 of this specification. In addition to the above, a mating plug/cable assembly shall be provided for all connectors on the controller (or auxiliary device). ii. Panels and Wiring. Each cabinet shall be furnished with suitable, easily accessible wiring panel(s). All panel wiring shall be neatly arranged and firm. a) Wiring Terminals. Terminals shall be provided, as a minimum, for the following: Terminal with N.E.C.cartridge fuse receptacle, fuse,power line switch or magnetic circuit breaker,with integral power line switch, for the incoming power line. Terminal,unfused,for the neutral side of the incoming power line. Terminals and bases for signal load switches,and outgoing signal field circuits. Terminals and bases for signal flasher and outgoing signal field circuits. Terminals for detector cables. Terminals for all required auxiliary equipment. Terminals for all conflict monitor inputs and outputs. Terminals for all NEMA defined inputs and outputs Terminals for all inputs and outputs defined by the controller manufacturer which may be in addition to the NEMA defined inputs and outputs. b) Clearance Between Terminals. Adequate electrical clearance shall be provided between terminals. The controller, auxiliary equipment, panel(s), terminals and other accessories shall be so arranged within the cabinet that they will facilitate the entrance and connection of incoming conductors. c) Signal Circuit Polarity. The outgoing signal circuits shall be of the same polarity as the line side of the power service; the common return of the same polarity as the grounded side of the power service. d) Grounding Conductor Bus. An equipment grounding conductor bus shall be provided in each cabinet. The bus shall be grounded to the cabinet in an approved manner. 02890-20 d. Fusing and Surge Protection. i. Incoming AC Line. Suitable overcurrent protection,utilizing one of the methods described in Subsection A.13.c.ii, Section 2.10, shall be provided with LED indicators. ii. Branch AC Circuits. Suitable overcurrent protection devices shall-be provided for each of the following AC power line input circuits: r a) Controller mechanism - .. b) Cabinet fan c) Conflict monitor ^' d) Detector amplifiers e) Flash transfer iii. Light& Outlet Fuse. A 15 ampere fuse and indicating type of fuse holder, wired in advance of the main circuit breaker for protection of the AC p iiver 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-200-400 volts. A second such device shall be provided on the AC power line to the controller unit. e. Painting. The cabinet shall be natural, unfmished aluminum. All mounting attachments shall be natural, unfinished aluminum or finished with two coats of high grade aluminum colored paint. f. Plastic Envelope. A heavy-duty clear plastic envelope shall be securely attached to the inside wall of the cabinet door. Minimum dimensions shall be 11 inches wide x 14 inches deep. g. Cabinet shall be Ethernet ready and have a battery back system with an automatic transfer switch. The unit shall run or flash the signals. Batteries and UPS shall be mounted in a small side mount cabinet. 14. Guarantee. The equipment furnished shall be new, of the latest model fabricated in a first-class workmanlike manner from good quality material. The manufacturer shall replace free of charge to the purchaser any part that fails in any manner by reason of defective material or workmanship within a period of 18 months from date of shipment from the supplier's factory, but not to exceed one year from the date that the equipment was placed in operation after installation. 15. Wiring Diagrams and Documentation One documentation package shall be supplied in each controller cabinet and three additional copies will be supplied for office use. Each package will consist of the following list of items for the cabinet and load facility and for each model of controller, conflict monitor,load switch,and flasher. a. Complete schematic diagram,accurate and current for unit supplied. b. Complete physical description of unit. c. Complete installation procedure for unit. d. Specifications and assembly procedure for any attached or associated equipment required for operation. e. Complete maintenance and troubleshooting procedures. f. Warranty and guarantee on unit, if any. g. Complete performance specifications(both electrical and mechanical)on unit. h. Complete parts list - listing full names of vendors and parts not identified by universal part numbers such as JEDEC,RETMA,or EIA. i. Pictorial of components layout on chassis or circuit boards. j. Complete stage-by-stage explanation of circuit theory and operation. 02890-21 B. Multi-Phase Traffic Actuated Controllers 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 of this specification shall apply in addition to certain design, operational and functional requirements hereinafter described. a. NEMA Design Requirements. The controller shall be designedin ambit- ance with the applicable requirements, included in NEMA Traffic Control:System Standard TS1-1983. b. Controller Interchangeability. Interchangeability of controllers ffi rnished undex_•this specification shall be achieved by connector plug interchangeability as designated in Part 3,NEMA Traffic Control Systems Standard TS 1-1983. 4.=- c. Maximum Controller Dimensions. The controller shall be no more thaaj19 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.The controller shall be Ethernet and Fiber ready. b. The controller shall also permit a non-actuated mode of operation on any of its phases by assertion of the vehicle recall function (or pedestrian recall function when such function is present)on the desired phase. c. Call to Non-Actuated Mode. The controller shall feature an input which, when asserted, shall permit the selection of non-actuated mode of operation on any of its phases. d. Operation With Auxiliary Functions/Devices. The controller shall be capable of having its basic operation expanded or augmented by the addition of auxiliary functions or devices. e. Minimum Green i. Actuated Phase. The minimum green shall consist of an initial portion Only, or a separately set Minimum Green function. If pedestrian functions are provided and a pedestrian actuation is received, the Minimum Green shall consist of a WALK interval plus a Pedestrian Clearance interval. ii. Non-Actuated Phase. In the non-actuated mode of operation, the Minimum Green on the non-actuated phase shall be equal to the values described for Actuated Phases in the preceding paragraphs or shall be equal to a separately set Minimum Green function. f. Unit Extension. The actuation of a vehicle detector during the extendible portion of an actuated traffic phase having the right-of-way shall cause the retention of right-of- way by that traffic phase for one Unit Extension portion from the end of the actuation but subject to the Maximum(extension limit). g. Maximum (Extension Limit). The Maximum or extension limit shall determine the maximum duration of time the right-of-way can be extended for a phase having successive detector actuations spaced less than a Unit Extension portion apart. h. Initiation of Maximum (Extension Limit). The timing of the Maximum or extension limit shall commence(1)with the first actuation or other demand for right-of-way on a traffic phase not having the right-of-way or (2) at the beginning of the Green 02890-22 interval if an actuation or other demand for right-of-way has been previously registered on a traffic phase not having the right-of-way or, alternatively, the Maximum may commence at the end of the initial portion of the Green interval if an actuation or other demand has been previously registered on a traffic phase not having the right-of-way. i. Transfer of Right-of-Way. The actuation of any detector on a traffic phase not having the right-of-way shall cause the transfer of the right-of-way to that traffic phase at the next opportunity in the normal phase sequence provided that there has been an expiration of a Unit Extension portion with no continuing actuation or an expiration of the Maximum (extension limit) timing on the preceding phase having the right-of-way. j. Change Clearance Interval(s) Prior to Transfer. The transfer of right-of way to any conflicting phase shall occur only after the display of the'.appropriate change clearance interval(s). _ k. Rest in Absence of Actuation. ' . i. Minimum Rest. In the absence of detector actuation or assertion of;recall switch(s), the right-of-way indication shall remain (rest) on thea traffic phase an • which the last actuation occurred. . • ii. Rest in All-Red. In the absence of detector actuation or assertion of recall switch(s), the controller, after display of the appropriate clearance interval(s) on the last phase having the right-of-way, shall rest in Red (and associated Pedestrian DON'T WALK indications)on all phases until detector actuations are received. 1. Memory Feature. Unless precluded by the operation of non-memory feature, the following memory retention shall be provided in the controller. i. Memory Change During Clearance Interval(s). An actuation received during a change clearance interval for a traffic phase shall cause the right-of-way to return to that phase at the next opportunity in the normal phase sequence. ii. Memory If Phase Terminated by Maximum (Extension Limit). If the right-of- way is transferred by the operation of the Maximum or extension limit, the traffic phase losing the right-of-way shall again receive it without further actuation at the next opportunity in the normal phase sequence. m. Pedestrian Timing Operation. When pedestrian timing functions are specified in the General Design Requirements of this specification,the following pedestrian function operation shall be provided. i. Pedestrian Timing With Non-Actuated Phase. In the non-actuated mode of operation, a WALK interval shall be provided simultaneously with the associated Minimum Green interval of the non-actuated phase. A flashing DON'T WALK Pedestrian Clearance Interval shall follow the WALK interval, during which the Green traffic phase continues to be displayed. ii. Pedestrian Timing With Actuated Phase. When pedestrian actuation is received, a WALK interval shall be provided concurrently with the associated Green traffic phase interval. A flashing DON'T WALK Pedestrian Clearance interval shall follow the WALK interval during which the Green traffic phase continues to be displayed. iii. Condition in Absence of Pedestrian Call. In absence of pedestrian actuation or assertion of pedestrian recall function, pedestrian signals shall remain in a DON'T WALK condition. 02890-23 iv. Recycle of Pedestrian Functions. In the absence of opposing phase demand, it shall be possible to recycle the pedestrian interval functions to succeeding pedestrian actuations without change in vehicle indications. v. Pedestrian Actuation Memory. Pedestrian actuations received by a phase during steady or flashing DON'T WALK indications of that phase shall be remembered and shall cause the controller to provide pedestrian timing functions for that phase at the next opportunity in the normal phase sequence. vi. Non-extension of Pedestrian Intervals. Successive pedestrian actuations shall not cause extension of the pedestrian intervals. n. Advanced Operational Features. When certain advanced optrationai'featuresare specified in the General Design Requirements of this specification,'the controller shall provide the following operation. C 1 _ i. Volume Density Operation. a) Variable Initial. Utilizing the specified mode selected to provide ,this function, the controller shall enable an increase in timing f the Initial portion of the Green interval of a phase based upon the number of traffic actuations stored on that phase during its YELLOW and RED interval. b) Time Waiting Gap Reduction. Utilizing the functions specified, the controller shall enable a reduction in the Extension portion of the Green interval of the phase having the right-of-way in proportion to the time elapsed from the registration of an actuation on an opposing phase or from the beginning of the Green interval,whichever occurs later. ii. Dual Maximum (Extension Limit) Operation. Assertion by external command for the operation of a Maximum II function for a phase shall cause the controller to provide the timing value for that function in lieu of the normal maximum value. o. NEMA Operational Requirements. In addition to the basic operational requirements specified above, the controller shall provide the operational features for the applicable configuration included in the NEMA Traffic Control Systems Standard TS1- 1983. 4. Functional Requirements. a. Basic Functional Requirements. Functional requirements for the multi-phase traffic actuated controller shall be as specified in the General Design Requirements of these specifications. b. NEMA Functional Requirements. In addition to the basic functional requirements specified above,the controller shall provide the functional features for the applicable configuration, included in the NEMA Traffic Control Systems Standard TS1-1983. c. Overlaps. When required by the interval sequence chart in the General Design Requirements of these specifications, overlap(s) shall be provided by the controller and may be implemented via internal or external logic. 5. Enhanced operation. a. Preemption. A minimum of two preemption inputs shall be provided. These shall be designed for railroad or emergency vehicle preemption and shall provide the ability to set the delay before start of preempt sequence and the duration of the preempt sequence. It shall also be possible to define the status of each phase as red, green, flashing yellow, or flashing red during the preemption period and to provide an orderly transition into and out of the preemption period. b. Coordination. The controller shall be capable of emulating a 3 dia1/3 split/3 offset pretimed controller coordinated with a 9 wire interconnect system. 02890-24 c. Time Base Functions. The controller shall have the capability to provide internal time based coordination. In addition it must provide a minimum of two auxiliary outputs controlled by the time base coordination which can be fully programmed on a time basis to control external devices on a cycle by cycle,time of day,day of week, and/or holiday schedule on an annual basis. 6. Remote Flash. A remote flash input is required which will provide for the remote implementation of flashing operation consistent with the requirements of the MUTCD. This shall include a means of programming a "Flash Entry Phase" and a "Flash Exit Phase." 2.11 EQUIPMENT AND MATERIALS: A. Equipment and materials shall be of new stock unless the plans provide for the use of existing equipment, or equipment furnished by others. New equipment and materials shall be the product of reputable manufacturers of electrical equipment and shall meet the approval of the ENGINEER. cc_y FLD C) 02890-25 CD J iy P' • -• a PART 3-EXECUTION n 9 • 3.01 GENERAL: A. The CONTRACTOR shall furnish and install all equipment and materials necessary for a complete and operative signal installation as shown on the plans and described in the Contract Documents. B. The CONTRACTOR shall be a licensed electrical contractor in accordance with City Ordinance and adherence to local Building Code shall be met. C. CONTRACTOR Qualifications Trained and experienced personnel shall supervise the fiber optic cable installation. Qualified technicians shall make the cable terminations and splices. The CONTRACTOR upon request of the ENGINEER shall provide documentation of qualifications and experience for fiber optic equipment installations. The ENGINEER shall determine if the CONTRACTOR is qualified to perform this work. The CONTRACTOR shall have attended a certified fiber optic training class mandated by the specifications prior to starting work. D. The CONTRACTOR will be responsible for incidental sidewalk removal and replacement necessary to complete the signal construction. All waste material and debris shall be disposed of at a sanitary landfill at the CONTRACTOR's expense. E. All incidental parts which are not shown on the plans or specified herein, and which are necessary to complete the traffic signal, or electrical systems, shall be furnished and installed as though such parts were shown on the plans or specified herein. All systems shall be complete and in operation to the satisfaction of the OWNER at the time of completion of the work. F. The CONTRACTOR shall perform all work required and furnish all labor, materials, equipment, tools, transportation and supplies necessary to complete the work in accordance with the Contract Documents. The ENGINEER or his representative shall have full freedom to observe all phases of the work performed by the CONTRACTOR and to discuss all matters dealing with the quality and progress of the work. G. The Standard Specifications for Highway and Bridge Construction, current Series, Iowa Department of Transportation, as modified by these contract documents shall apply to this Special Provision. The above specifications are referred to as the Standard Specifications. Part 1 of the Standard Specifications shall not apply to this section. 1. The following Iowa Department of Transportation Supplemental Specifications shall also be considered a part of these Special Provisions. a. Specification 5025 b. Supplemental Specification for Traffic Controls for Street and Highway Construction and Maintenance Operations,March 26, 1991. c. Specification 5040 d. General Supplemental Specification for Construction Projects,January 7, 1992. H. The installation of the signals and signs shall be in conformance with the "Manual of Uniform Traffic Control Devices for Streets and Highways",2009 edition, latest revision. I. The video detection system shall be installed as recommended by the supplier and as documented in installation materials provided by the supplier. J. Miscellaneous Equipment The CONTRACTOR shall furnish and install all necessary miscellaneous connectors and equipment to make a complete and operating installation in accordance with the plans, 02890-26 standard sheets, standard specifications,special provisions,and accepted good practice of the industry. ` c. c_ ""1 3.02 QUALIFICATIONS,SERVICE CALLS,AND WARRANTY: )' A. CONTRACTOR's personnel are required to be knowledgeable of the traffic.signal controller operation and wiring. Controller manuals and wiring schematics will be-provided to the CONTRACTOR for his use on the project. These documents must be returned undamaged at the end of the project. B. The Traffic Engineering Department will provide part-time observation of the CONTRACTOR's work. The Department's representative will be available during normal working hours (7:00 A.M.-3:30 P.M.) to review the CONTRACTOR's work. CONTRACTOR shall provide four hours advance notice to the Department for review of the work. Any service calls or review of the CONTRACTOR's work outside of the Department's normal working hours will be billed to the CONTRACTOR. C. The Traffic Engineering Department will continue to provide service call maintenance during the project. If it is determined that the malfunction was caused by the CONTRACTOR's work, then the CONTRACTOR will be billed for the materials, labor,and equipment required to correct the malfunction and/or damage. D. The CONTRACTOR shall guarantee all his work against defects due to poor workmanship or materials as specified in the Contract Documents. 3.03 CONCRETE BASES FOR POLES AND CONTROLLER: A. Concrete bases for poles and controllers shall conform to the plans and Section 2403 of the Iowa DOT Standard Specifications. B. Excavations for bases shall be made in a neat and workmanlike manner. Whenever the excavation is irregular, forms shall be used to provide the proper dimensions of the foundations below grade. Construction of the bases may require hand excavation to verify location of utilities. C. The material for the forms shall be of sufficient thickness to prevent warping or other deflections from the specified pattern. The forms shall be set level and means shall be provided for holding them rigidly in place while the concrete is being placed. When located in a continuous sidewalk area,the top of the pole bases shall be set flush with the sidewalk or pavement surface. D. All reinforcing bars, conduits, ground rods, and anchor bolts shall be installed rigidly in place before concrete is placed in the forms. Cap and protect conduit ends before placing concrete. E. Anchor bolts for the signal poles or the controller shall be set in place by means of a template constructed to space the anchor bolts in accordance with the manufacturer's requirements. The top of the bolts shall not vary more than 1/4 inch. The center of the template and the center of the concrete base shall coincide unless the ENGINEER directs otherwise. F. The top of the base shall be finished level and the top edges shall be rounded with an edger having a radius of 1/2 inch. The exposed surface of the base shall have a wood floated surface finish. Exposed concrete surfaces shall be cured using white-pigmented curing compound or plastic film meeting the requirements of Article 4106.02 of the Iowa DOT Standard Specifications. G. The bottom of the foundations and bases shall rest securely on firm undisturbed ground. Where the foundation or base cannot be constructed as shown on the plans because of an obstruction, the CONTRACTOR shall use other effective methods of supporting the pole as may be designated by the ENGINEER. 02890-27 H. After the concrete is placed in the form, it shall be vibrated with a high-frequency vibrator to eliminate all voids. I. After the foundation or base has been poured, absolutely no modification of any sort may be made. If the anchor bolts, conduit, or any part of the foundation or base is installed in an incorrect manner as determined by the ENGINEER, the entire foundation or base shall be removed and a new foundation or base installed. The CONTRACTOR shall bear all costs of replacing work deemed unsatisfactory by the ENGINEER. J. Unless otherwise specified, anchor bolts for poles where arms are to be perpendicular to the centerline of the street shall be installed so that a line through the center of one anchor bolt farthest from the curb and extended through the center of the adjacent anchor bolt closest to the curb will be perpendicular to the centerline of the street to within two degrees of arc unless otherwise specified. K. Prior to setting poles, the anchor bolts shall be covered in such a manner as to protect them against damage and to protect the public from possible injury. L. Each base location shall be approved by the ENGINEER prior to construction. Base dimensions shown on the plans are minimum dimensions and based on stable soil conditions. Should extremely loose or sandy soil be encountered, the CONTRACTOR shall contact the ENGINEER for necessary base alterations. M. Where shown on the plans, the CONTRACTOR shall remove the top of existing mast arm footings, anchor bolts, and conduits to 36" below the existing top of curb or edge of pavement elevation. Waste materials shall be removed from the site and disposed in accordance with local regulations. Backfilling for the removal shall be performed with mechanical compaction equipment meeting the requirements for backfilling conduit. The upper 6" of the removal area, if outside the proposed pavement, shall be backfilled with black dirt. - 3.04 HANDHOLES: A. Handholes shall be either built in place in an excavation made in a neat workmanlike manner or shall be a precast unit conforming to the requirements of the plans. _ 7 B. When the use of forms is required, they shall be set level and of sufficient"thickness'to prevent warping or other deflections from the specified pattern. A means shall:be provided for holding them rigidly in place while the concrete is being placed. C. The ends of all conduit leading into round 24" concrete handholes shall fit approximately 2 inches beyond the inside walls. A drain conforming to the dimensions shown on the plans shall be constructed in the bottom of concrete handholes unless otherwise specified. D. Frames and covers for handholes shall be set flush with the sidewalk or pavement surface. When installed in an earth shoulder away from the pavement edge, the top surface of the handhole shall be approximately one inch above the surface of ground. When constructed in unpaved driveways, the top surface of the handhole shall be level with the surface of the driveway. E. All conduit openings in the handholes shall be sealed with an approved sealing compound after the cables are in place. This compound shall be a readily workable soft plastic. It shall be workable at temperatures as low as 30 degrees F,and shall not melt or run at temperatures as high as 300 degrees. F. Precast polymer concrete and plastic loop handhole construction shall meet the requirements of the details shown in the plans. A drain conforming to the dimensions shown on the plans shall be constructed in the bottom of polymer concrete handholes unless otherwise specified. G. Grout conduit access after installing conduit. H. Install galvanized cable hooks if not precast with 24"round concrete handholes. 02890-28 3.05 CONDUIT: A. Conduit shall be placed as shown on the plans. B. Unless approved by the ENGINEER, conduit shall be installed without change in direction directly from one structure to another. Change in direction may be allowed for physical restrictions such as right-of-way restrictions,utilities, location of roadway slopes, retrofitting existing conduit stubs,and certain short sections of conduits. C. Rigid Steel Conduit r 1. Nipples shall be used to eliminate cutting and threading of rigid steel condit wheregshort lengths of conduit are required. Where it is necessary to cut and thread-steel conduit, exposed threads will be field galvanized. 2. All conduit and fittings shall be free from burrs and rough places. Standard manufac(1-ed elbows, nipples, tees, reducers, bends, couplings, union, etc. of the_same materials•1nd treatment as the straight conduit pipe shall be tightly connected to the.conduit. 3. All conduit ends shall be provided with a bushing to protect the cable froth abrasion, except for open ends of conduit being placed for future use. Bushings for rigid steel conduit shall have grounding fittings which shall be connected to the grounding system by a#6 ground wire as contained in these specifications. 4. All rigid steel conduit placed for future use shall be threaded and capped with threaded metal pipe caps. 5. All conduits shall drain, except for specific locations approved by the ENGINEER. CONTRACTOR will not be allowed to bend conduits upward to accomplish the conduit clearances shown on the 24"round handhole details. D. PVC and HDPE Conduit 1. Provide pull tape in each conduit in each segment of the route. Secure pull tape to duct plug at each end. 2. Conduit shall extend into handholes and turn up if HDPE conduit. See detailed drawings for handhole installation. 3. Conduit shall be installed using the industry standard installation equipment and methods. 4. A site survey of the installation of the conduit shall be made by the Contractor prior to beginning work. 5. Cut conduit square using a saw or pipe cutter;de-burr cut ends. 6. Conduit shall be field joined by either fusion methods or mechanical couplings. Use only those mechanical couplings specified. As-built markups shall reflect the station number of coupled joints. 7. Plug both ends of unused conduit using approved duct plugs. Protect installed conduit against entrance of dirt and moisture before and after installation. 8. Manufacturer's recommended installation tension shall not be violated. 9. Damaged conduit shall be replaced with new. 3.06 TRENCHING AND BACKFILLING FOR TRAFFIC SIGNALS: A. Secure written approval of the City prior to any trenching or excavation within the drip line of any tree. B. Trenches shall be excavated to such depth as necessary to provide 18 inch to 24 inch cover over the conduit. All cinders, broken concrete or other hard abrasive materials shall be removed and shall not be used for backfill. The trench shall be free of such materials before the conduit is placed. No conduit shall be placed prior to inspection of the trench by the ENGINEER. 02890-29 C. All trenches shall be backfilled as soon as possible after installation of conduit. Backfill material shall be deposited in the trench in layers not to exceed 6 inches in depth and each layer shall be thoroughly compacted before the next layer is placed. Hard materials shall not be placed within 6 inches of the conduit. D. Whenever excavation is made across parkways, gravel driveways, or sodded areas, the sod, topsoil, crushed stone and gravel shall be replaced or restored as nearly as possible to its original condition and the whole area involved shall be left in a neat and presentable condition. Concrete sidewalk pavements, and base courses and bituminous surfaces shall be replaced with new materials and the cost shall be incidental to the work. 3.07 PUSHED CONDUIT: A. It is intended that all conduit be placed without disturbing the existing pavement, and the term "pushed" is used. "Pushed" conduit shall be placed by jacking, pushing, boring or any other means necessary to place the conduit without cutting or removing pavement. B. Removal of pavement will require prior approval of the ENGINEER. Replacement of removed pavement will be done according to plan details and no additional payment will be made. C. Plan quantities for pushed conduit include at least two feet of pushed conduit behind each curb. D. The maximum conduit depth at handholes for all conduits, including pushed conduit, is as shown on the plans. CONTRACTOR must push a mole (without conduit) at least four (4) times before consideration will be given to allowing an upward bend in the conduit. 3.08 ELECTRICAL: A. All conductor cable combinations shall be shown on the plans. No substitutions will be permitted. Each signal head shall be wired separately from the handhole compartment in the pole base to the signal head. B. The signal cable color codes shall be as follows: Iowa City Color Codes 1 tape=Left turn signal; 2 tape=Through signals; 3 tape=Right turn signal. Tapes shall be color coded as follows: Blue=NE Corner; Orange= Southeast Corner; Yellow= Southwest Corner; Green=Northwest Corner. Video cable tapes shall be similarly color coded. CJ 4 Conductor Cables Green Ball- Green n _ Y d Yellow Ball- Black Red Ball- Red ;N./— Sig. / -Sig.Common- White 5 l I 7 Conductor Cables o Green Ball - Green Yellow Ball- Orange Red Ball - Red Green Arrow - Blue Yellow Arrow or Flashing Yellow Arrow if used - Black 02890-30 Sig.Common- White&WBK 9 Conductor Cables Pedestrian Signals Walk—main st Green - r3 Don't Walk—main st Red —_ •-• Walk-side st Green\Blk - Don't walk- side st Red\Blk i` ' i Sig. Common- White o Pushbutton- main st Orange Pushbutton—side st Black C', PB Common- W/BK C. One electrical splice in the handhole compartment of the pole base will be allowed for the signal circuit wiring. All signal circuit cable runs shall be one continuous length of cable from the connections made in the handhole compartment of the signal pole bases to the terminal compartment in the controller base. Street lights will be fused with a 5 amp fuse in each pole base using a Type HEB-AA Fuseholder. D. Conductor groupings and splicings may be made in the terminal compartment in the controller cabinet. E. The loop detector lead-in cable shall be one continuous length of cable from the terminal compartment of the controller cabinet to a splice made with the loop detector wires in the first handhole or pole base handhole compartment provided adjacent to the loop detector. Details of the loop detector splices are shown on the plans. F. Cables shall be pulled through conduit by means of a cable grip designed to provide a firm hold upon the exterior covering of the cable or cables, with a minimum of dragging on the ground or pavement.This shall be accomplished by means of reels mounted on jacks or other suitable devices. Frame-mounted pulleys or other suitable devices shall be used for pulling the cable out of conduits into handholes. Only vegetable lubricants may be used to facilitate the pulling of cable. Contractor shall leave a pull string in each conduit. Each signal cable shall be identified with the City's taping spec in the controller cabinet, handholes, pole base handhole, pedestal handhole and at any splice or junction location. Identification ties shall be provided both on the cable from the controller and the cables leading to the heads for a splice in a pole base handhole. In addition, the cables shall be identified in each handhole and at the pole bases using colored tape as follows: 1 tape=Left turn signal;2 tape=Through signals; 3 tape=Right turn signal. Tapes shall be color coded as follows: Blue=NE Corner; Orange=Southeast Corner; Yellow= Southwest Corner; Green=Northwest Corner. Video cable tapes shall be similarly color coded. G. Cable slack shall be as follows: four feet in handholes two feet in signal bases two feet in the terminal compartment of the controller base No slack will be allowed in the loop detector lead-in cable after the initial splice. H. Connectors shall be of the proper size for the number and size of the wires being connected. I. Wire ends must be thoroughly cleaned after the insulation is stripped off to insure complete contact with another wire, or the connector. If strands are damaged when the insulation is removed, the section of the cable must be discarded. Nicked or damaged conductor strands will not be permitted inside of connectors. Loose wire ends shall not be used as "shims" to make a connection. 02890-31 J. Electrical tape shall not be applied to the finished connections. Signal cable insulation shall extend beneath the insulated portion of the connector. Any connection with exposed bare wire shall be redone by the CONTRACTOR. K. Covered connections must be arranged so that they will not be in contact with the metal poles. Connections in the poles shall be pointed up to prevent accumulation of moisture in the connection. L. Loop detector splices shall be capable of satisfactory operations under continuous immersion in water. M. Cable connections in signal heads and controller cabinets shall be made at the terminal blocks provided for this purpose. All stranded wires inserted under a binder head screw shall be equipped with a solderless pressure type spade connector with a pre-insulated shank. All solid wire shall have an eye and shall not have a terminal connector. N. Service cable shall be continuous from the disconnect switch located on the service pole to the terminal compartment of the controller cabinet. O. Interconnect cable or fiber shall be continuous from controller to controller. A tracer wire shall be installed in all conduits with signal cables,detector lead-in cables,or communication cables. The tracer wire shall be identified in the controller cabinet, handholes,-And poles by means of identification tags. The tracer wire shall be spliced in theiliandhais to for a continuous network.The tracer wire shall have an orange jacket. -<< . 3.09 POLE ERECTION: e A. All poles are to be erected vertically and securely bolted to the cast-in-place concrete foundations at the locations shown on the plans. B. Leveling shall be accomplished by the use of nuts on each anchor bolt. One nut shall be turned on each anchor bolt and the pole placed in position on these nuts. The top nuts shall then be placed loosely and the pole adjusted to the vertical position by adjusting both the upper and lower nuts. C. After the pole is securely fastened, install metal strips in the area between the pole and the base.The metal strips and the method of attachment shall be approved by the ENGINEER. D. Each pole shall be grounded from the pole to the foundation ground rod by a No. 6 AWG bare copper ground wire. E. Poles shall be placed so that modifications and/or attachments are correctly oriented, as indicated on the plans. F. The foundations must be given seven days to cure before poles are erected. The centers of the poles are to be set back from the curb, a distance shown on the plans. Poles shall be erected so that they are plumb with traffic signals installed, in line, and all the same relative height above the centerline of the street and with the mast arms correctly oriented as shown on the plans. G. Poles must be erected so that they are plumb with traffic signal heads. The manufacturer recommendation for raking should be observed when setting the pole to assure that it is plumb when the load is applied. H. Mast arm assemblies shall be furnished and installed by the CONTRACTOR.When pre-used painted mast arm assemblies are specified, the CONTRACTOR shall prime and paint the mast arm assemblies with the following method: 1. Remove all rust, scale, and loose paint from the surface by sanding or power tool cleaning (SSPC-SP-3). CONTRACTOR to use care when power tool cleaning to avoid burning, polishing, or grinding surface dirt into the existing paint surface. Hand tool cleaning(SSPC-SP-2)will be allowed only in areas inaccessible to power tool cleaning. 02890-32 2. Remove all chalking, dirt, and other foreign material from the entire surface by application of petroleum solvent (i.e. paint thinner, mineral spirits, etc.) and wiping the entire surface with clean rags. 3. All bare metal surfaces exposed by the cleaning operation shall be spot primed the same day to avoid flash rusting. 4. After the primed areas have dried,apply one coat of fmish paint. 5. Primer and paint must be approved by the ENGINEER. ` (_• 3.10 SIGNALS: r A. All signal faces and indicators shall be furnished by the CONTRACTOR and installed as shown on the plans. Pole mounted signal heads and pedestrian push buttons are shown on the plans and schematic drawings in schematic form only. Pole mounted signal`-}ieads are generally intended to be mounted on the face of pole with respect to oncoming traffic. (See Signal Head Mounting Details.) Modifications to this are required when the view of the pole mounted signal indication is blocked. (See Paragraph 3.11E). Pedestrian push buttons shall be installed on the face of the pole in 90° increments with respect to the mast arm. The push button shall be located on the pole face so the arrow on the R10-4 sign directs pedestrians to the appropriate crosswalk. B. All optically limited signal heads shall be properly masked to limit their field of view as directed by the ENGINEER. C. Backplates shall be installed and properly secured for the traffic signal heads. D. All signal heads shall be kept securely covered until such time as the signals are put into operation. E. The location of signal heads in which the view of the indications is blocked or partially blocked by utility poles, trees or other physical obstructions shall be adjusted to a location approved by the ENGINEER. Standard heights and locations shown on the plans are typical for unobstructed locations. Signal heads installed without approval of the ENGINEER, which in the opinion of the ENGINEER are obstructed, shall be relocated at the CONTRACTOR's expense. Holes in the poles due to this signal relocation shall be plugged in a manner acceptable to the ENGINEER. 3.11 CONTROLLER: A. The controller cabinet shall be mounted with the back of the cabinet toward the intersection such that the signal heads can be viewed while facing the controller. B. All field wiring must be directly attached to the wiring lugs. Attachment of wiring shall be in a neat and workmanlike manner. All connections at the controller shall be done by City Traffic Engineering personnel. C. All conduit openings in the controller cabinet shall be sealed with an approved sealing compound. This compound shall be a readily workable at temperatures as low as 30 degrees F and shall not melt or run at temperatures as high as 300 degrees F. D. All wiring diagrams, service manuals, instructions for installing and maintaining the equipment and advice as to timing and operation shall be delivered to the ENGINEER in good condition. E. The ENGINEER or his representative shall inspect the installation before activation and shall be present at the time the controller is activated to assure that the controller is installed in accordance with the manufacturer's recommendations. 02890-33 3.12 GROUND RODS: A. Ground wires shall be connected to ground rods with one piece nonferrous clamps which employ set screws as tightening devices. Connections to ground rods need not be taped. B. Each steel pole or pedestal shall be firmly connected to the ground rod provided,by means of the grounding terminal specified in these special provisions. Placing the ground wire under an anchor bolt nut,anchor bolt cover,or similar device will not be permitted. 3.13 EQUIPMENT TESTING: A. The result of all testing shall be recorded along with date of test, name of person performing test, brand name, model number, serial number of equipment used during test, and any other pertinent information and data. B. When the CONTRACTOR's work is complete and the project is open to normal traffic, the CONTRACTOR shall notify the ENGINEER in writing the date the signal will be ready for testing. C. Initial traffic signal timings and timing adjustments will be performed by the ENGINEER. D. Upon concurrence of the ENGINEER, the CONTRACTOR shall place any signal in operation for a consecutive 30-day test period. Any failure or malfunction of the equipment supplied or installation performed by the CONTRACTOR shall be corrected at the CONTRACTOR's expense and the signal tested for an additional 30 consecutive day period. This procedure shall be repeated until the signal equipment has operated satisfactorily for 30 consecutive days. E. If the signal is to operate independently of other signals or signal systems, it shall be tested as a single installation. F. If the signal is part of a system, the test period shall not be started until all signals in the system are ready to be tested.The system shall be tested as a unit. G. The CONTRACTOR shall initiate correction of any failure malfunction of the signal installation within 24 hours of notification by the ENGINEER. The ENGINEER will correct any failure or malfunction of the signal installation not investigated by the CONTRACTOR within the above time period, and will deduct its expenses from the CONTRACTOR's fmal payment. H. Ground testing shall conform to Section 2523.21 of the Iowa DOT Standard Specifications for Highway and Bridge Construction. 3.14 CLEAN-UP: A. Upon completion of the work in this Section, remove from the site all rubbish, trash debris resulting from operations. Leave the site in a neat and orderly condition. ti ti CJ c� O 02890-34 PART 4-METHOD OF MEASUREMENT AND BASIS OF PAYMENT 4.01 METHOD OF MEASUREMENT: Measurement for Traffic Signalization will be as follows: 'L r--_ A. This item will be the lump sum for Traffic Signalization. - tl -- "� m Measurement for Removal of Traffic Signalization will be as follows: Z. r - B. This item will be the lump sum for Removal of Traffic Signalization. - c) 4.02 BASIS OF PAYMENT: Payment for Traffic Signalization will be as follows: A. Payment for Traffic Signalization shall be full compensation for supplying all equipment, labor,and materials necessary to install,erect,and operate a complete, fully functional traffic signal system, including but not limited to traffic signal poles,mast arms,bases, signal heads, luminaires on combination street light/signal poles,wiring,conduits,handholes, controllers, cabinets,coordination with utilities,video detection system,testing,and all other miscellaneous hardware,software or any other items necessary to complete the traffic signal system in place. Payment also includes full compensation for salvaging existing traffic signal equipment for City pick-up as well as salvaging,relocating, and reinstalling existing signal equipment as specified in the plans and specifications. Payment for Removal of Traffic Signalization will be as follows: B. Payment for Removal of Traffic Signalization shall be full compensation for removing all existing traffic signal equipment at the designated intersections including all signal poles, signal heads,pedestrian heads,pushbuttons,signal pole mounted signage,wire,handholes, conduit, signal cabinets and controllers,cabinet footings,and signal pole footings to a minimum of 36"below finished grade. 02890-35 Schedule of Unit Prices TRAFFIC SIGNALIZATION US HIGHWAY 6 AND SYCAMORE ST Estimated Quantity Extended Price No. hem Description Units Unit Coat 1 NEMA Solid State Controler and Accessories EA $ 1 $ 2 NEMA Cabinet and Accessories with Meter Socket and 2 Breaker Disconnect EA $ 1 $ 3 24"Cabinet Riser EA $ 1 S 4 Uninterruptible Power Supply(UPS)System EA $ 1 S 5 Concrete Cabinet Footing and Pad EA $ 1 S 6 Video Detection System:4 Cameras,1 PTZ Traffic Monitoring Camera,Cat5 Cable, EA $ 1 S Cabinet Accessories,Hardware,Brackets,Camera Risers,and Miscelaneous As Needed 7 INSTALL ONLY:Combination Signal Pole,40'Mast Arm,Include 15'Single Tapered Style FA $ 1 $ Luminaire Arm with 30'Mounting Height,Anchor Base,Galvanized 8 INSTALL ONLY:Combination Signal Pole,47'Mast Aim,Include 15 Single Tapered Style EA $ 1 S Luminaire Arm with 30'Mounting Height,Anchor Base,Galvanized 9 INSTALL ONLY:Combination Signal Pole,67'Mast Ann,Include 15'Single Tapered Style FA ,$ 2 $ Luminaire Arm with 30'Mounting Height,Anchor Base,Galvanized 10 INSTALL ONLY:Pedestal Pole for Mounting Pedestrian Head(Side-of-Pole Mount)and EA $ 3 $ Pushbutton,10'Height $ $ 11 3-Section Signal Head,12"RYG,wlBackplate,Mast Arm Moored(All LEDs) EA $ 6 5 r,t 12 3-Section Signal Head,12"RYG,wiBackplate,Side-of-Pole Mounted(Al LEDs) EA $ 2 ' S Z 13 4-Section Signal Head,12"RYFYG Arrows w/Flashing Yellow Left Turn Arran,w/Backplate, EA 4 _ .7 Mast Arm Mounted(Ai LEDs) $ $ -, 14 5-Section Signal Head,12"Constar wl Yellow&Green Right Tum Mows,w/Beckphate, EA $ 1 $ f"--3'"' Mast Arm Mowrted(Al LEDs) EA $ S a" 15 2-Section,12"Countdown Hand/Man Pedestrian Head,All LEDs LF $ 6.- S 1,1"";1 L d 16 PedestrianPushbWons IF $ 5 - $ 17 2"HDPE Condit LF $ 173 .,. S • _. i 18 3"HOPE Conduit LF $ 268 ' S 19 4"HDPE Conduit LF $ 189 $ C" 20 Put Tape IF $ 812 $ 21 Tracer Cable 1c#10 LF $ 812 S 22 Bare Copper Grand#8 LF $ 567 $ 23 1c#3 Service Cable LF $ 124 $ 24 1c#10 Street Light Power Cable LF $ 1545 $ 25 Coax/Power 1 Focus Cable for Video Detection Cameras LF $ 1088 $ 26 9c#14 Signal Cable LF $ 711 S 27 4c#14 Signal Cable EA $ 1226 S 28 7c#14 Signal Cable EA $ 1268 $ 29 Concrete Footing,3.0'Diameter X 20.0'Deep Fooling EA $ 1 $ 30 Concrete Footing,3.0'Diameter X 16.0'Deep Footing EA $ 1 S 31 Concrete Footing,3.0'Diameter X 11.5'Deep Footing EA $ 1 S 32 Concrete Footing,3.0'Diameter X 10.5'Deep Footing FA $ 1 S 33 Concrete Footing,2.0'Diameter X 3.0'Deep Footing EA $ 3 $ 34 Handhote,Type 1,17"x30" EA $ 5 $ 35 Handhole,Type 3,24" EA $ 2 5 36 RM-40 Connectors Type L1 EA $ 4 $ 37 RM-40 Connectors Type L2 EA $ 4 $ 38 RM-40 Connectors Type Y3 EA $ 4 $ 39 Cobra Head Luminaire(120V 1250 Watt HPS) EA $ 4 $ 40 Left Tum Yield On Flashing Yelow Mow.30"x36",R10-Special,Mast Aim Mounted FA $ 4 $ 41 Left Tum Only,30"x36",R3-5L,Mast Pum Moused EA 5 4 $ 42 Right Turn Only,30"x36",R3-5R,Mast Arm Mounted EA $ 1 $ 43 Street Name Sign,"Hwy 6",48'7118' FA $ 2 s 44 Street Name Sign,"Sycamore SC,72"x18" EA $ 2 $ 45 INSTALL ONLY:Pedestrian Pushbutton Self Adhesive Sign FA $ 5 $ 46 Salvaged Traffic Signal Equipment:City Pick-Up LS $ 1 $ 47 Removal of Traffic Signakzation LS $ 1 S Total Project Costs= $ Approved: Project&weer Dane END OF SECTION 02890 02890-36 SECTION 17124 IT I TRAFFIC SIGNAL INTERCONNECT PART 1 -GENERAL 1.01 SECTION INCLUDES: A. HDPE duct r c B. HDPE mechanical coupling ✓—tcn sm— C. Duct plug 4.7- D. -D. Pull tape rn E. Handhole and cover k F. Ground bar and termination hardware , G. Geotextile materials H. Locate/tracer wire I. Fiber optic splice enclosure J. Fiber optic cable 1.02 CODE COMPLIANCE: A. All work and materials shall comply with the most recent rules, codes, and regulations, including but not limited to the following: 1. Occupational Safety and Health Act Standards(OSHA) 2. NFPA 70-National Electrical Code(NEC) 3. ANSI/IEEE C-2, 1997 National Electrical Safety Code 4. All other applicable Federal, State,and local laws and regulations 1.03 SUBMITTALS: A. Submit product data for each of the following: 1. HDPE duct 2. HDPE mechanical coupling 3. Duct plug 4. Pull tape 5. Handhole and cover 6. Ground bar and termination hardware 7. Geotextile materials 8. Locate/tracer wire 9. Fiber optic splice enclosure 10. Fiber optic cable B. Submittal Procedures 1. Within five working days after receipt of the Contract and prior to the pre-construction conference or any payments,the Contractor shall submit to the Owner for timely review a schedule of submittals listing each required submittal as identified in Paragraph 1.03-A. 17124-1 2. Submit the following information for approval prior to ordering and installation into the project. a. Manufacturer name b. Manufacturer part number c. All relevant specification and description information necessary for the Owner to validate that the material submitted is in fact the material specified. 3. Transmit each submittal with transmittal letter indicating: date,project title,and contractor's name and address. 4. Apply Contractor's stamp. Sign or initialed submittal certifying that review,verification of products required, and dimensions are in accordance with the requirements of the work and Contract Documents. 5. Submit the number of copies that the Contractor requires,plus three(3)copiehat will be retained by the Owner. Mail or deliver submittals to: City of Iowa Cityrr— Attn: Dave Panos,P.E. -)-< •L 410 East Washington Streety ; -. " Iowa City,IA 52240 6. Submittals will be reviewed by the Owner and Design Professional and returned-to the Contractor either approved as submitted,approved with comments, or rejected with comments. If rejected,Contractor shall correct and resubmit as required,identifying all changes made since previous submittal. 7. Distribute copies of reviewed submittals to concerned parties. Instruct parties to promptly report any inability to comply with provisions. 8. Complete and forward to the City three(3)copies of a list of unit costs for each item listed on the Schedule of Unit Prices by the preconstruction meeting.The Schedule of Unit Prices will be provided to the Contractor.The sum of the costs for each item shall equal the total Contract Lump Sum price for the IT/TRAFFIC SIGNAL INTERCONNECT.The unit costs will be used to prepare progress payments to the Contractor.The unit costs will also be used to establish the total cost for any Extra Work Orders related to the IT/TRAFFIC SIGNAL INTERCONNECT. 1.04 MANUFACTURER'S INSTRUCTIONS: A. When specified in specification Sections, submit manufacturers' printed instructions for delivery, storage,assembly, installation,adjusting, and finishing,in quantities specified for Shop Drawings and materials brochures. B. Unless otherwise stated,where installation requirements identified in the Standards conflict with the manufacturer's recommendations,the more restrictive shall be applied. C. Notify Engineer of conflicts between manufacturers' instructions and Contract Documents. 1.05 QUALITY ASSURANCE: A. Full compliance with engineered design and specifications is required. Performance criteria included in the references shall be met. Test data shall verify system performance. 17124-2 PART 2-PRODUCTS 2.01 MATERIALS: A. HDPE Duct 1. Acceptable Manufactures: Endot,Amco,Carlon,Dura-line,or approved equal. 2. Product Description: High Density Polyethylene(HDPE),ASTM D 3035,SDR 11. UL Listed, smooth interior and exterior wall. Non-plenum rated. 3. Nominal Size: 2"(nominal)controlled outside diameter, for underground installations. 4. Color: orange; solid color. 5. Fittings and Duct Bodies: Manufacturer's recommended fittings and components to make the system work. B. HDPE Mechanical Coupling 1. NOTE: Ducts may also be field joined using approved fusion methods. 2. Acceptable Manufactures: ETCO or approved equal. 3. Product Description: Mechanical coupling,double E-Loc coupling for HDPE-to-HDPE connections in restrained and unrestrained installation locations. Threaded end caps with nylon compression bushing. 4. Nominal Size: Sized for 2"HDPE, SDR 11. C. Duct Plugs 1. Acceptable Manufactures: Jack Moon or approved equal. 2. Product Description: Expandable blank duct plug for 2"HDPE, SDR 11. Solid, elastomeric-gasket with pull-rope loop. D. Pull Tape c3 N 1. Acceptable Manufactures: Neptco or approved equal. c = 2. Composition: Woven polyester. i • a. Pulling Strength: minimum of 1250 lbs. =1. b. Pull tape shall have permanent sequential footage markings. �_..LI-1-71 E. Handholes 1. Acceptable Manufactures: Hubbell Quazite or approved equal. 2. Product Description: a. Handhole box: polymer-concrete,ANSI Tier 22,open bottom,with 4" mouse-hole on two ends. b. Handhole cover: polymer concrete,ANSI Tier 15,heavy duty,two-piece,two bolts, logo to read "Fiber Optics". Cover bolts shall be 3/8"stainless steel, penta-head with washers. 3. Nominal Size: Nominal handhole size shall be 30"wide x 48"long x 36"deep. 4. Color: gray. F. Ground Bar and Termination Hardware 1. Acceptable Manufactures: Harger or approved equal. 2. Product Description: Copper ground bars with dimensions measuring 1/4"x 1"x 9" shall be furnished and installed with telecommunication handholes.The ground bars shall have 5 1/4—20 tapped holes with insulators and panhead torx screws. 17124-3 G. Geotextile Materials 1. Acceptable Manufactures: Propex Geosynthetics or approved equal. 2. Product Description: Woven geotextile,polypropylene resin fiber material shall be furnished and installed with telecommunication handholes.Minimum Average Roll Values(MARV)shall be as follows: MARV PROPERTY TEST METHOD ENGLISH MECHANICAL Tensile Strength (Grab) ASTM D-4632 200 lbs Elongation ASTM D-4632 12% Puncture ASTM D-4833 90 lbs CBR Puncture ASTM D-6241 700 lbs Mullen Burst ASTM D-3786 400 psi Trapezoidal Tear ASTM D-4533 75 lbs ENDURANCE UV Resistance(%Retained at 500 ASTM D-4533 70% hrs) HYDRAULIC Apparent Opening Size(AOS)3 ASTM D-4751 40 US Std. Sieve Permittivity ASTM D-4491 0.05 sec"' Water Flow Rate ASTM D-4491 4 gpm/ft2 H. Locate/Tracer Wire 1. Acceptable Manufactures: Pro-Pak Industries,Pro-Trace or approved equal. 2. Product Description: Copper conductor,45 MIL thick HDPE jacket, 12 AWG(or 10 AWG)solid copper conductor, designed for direct bury,orange in color. I. Fiber Optic Splice Enclosure - - 1. Acceptable Manufactures: Coyote or approved equal. 2. Product Description: Two part epoxy gel filled water proof splice enclosure with • capacity for a minimum of 12 single mode and 12 multimode fibers rated:for-direct-bury applications. Splice enclosure shall be sized to fit in the existing handholes. A` l t C. J. Fiber Optic Cable 1. Fiber Optic Cable shall be 1 hybrid cable with 12 strands of Multi-mode/ 12 strands of single-mode matching the existing cable. 2. Jacket.The overall jacket shall be made of virgin,black,low density,high molecular weight polyethylene. 17124-4 PART 3-EXECUTION 3 • 3.01 HDPE DUCT INSTALLATION: -- - A. HDPE duct shall be installed at a depth of 36"to 42"of cover below grade. Minimum cover shall be 36"unless otherwise noted. Crossings of known and identified utilities and obstructions require variance to maximum and minimum depths specified. When a depth of 36"to 42"cannot be maintained notify the Owner's representative to determine maximum allowable depth. Provide additional cover as required by State,City,other utilities and authorities having jurisdiction where applicable or as necessary to traverse other utilities. B. Maintain a minimum 12"horizontal separation between other communication utilities and piped fluids. Maintain a minimum 3"horizontal separation from power and foreign conduits. Maintain a minimum 60"horizontal separation from water mains. At crossings provide a minimum vertical separation of 6"from conduits,ducts,cable and piped fluids. Notify Owner's representative for variances. C. Contractor is required to maintain positive drainage along the route throughout the duration of the project. All necessary dewatering shall be provided at no additional cost to the Owner. D. Provide pull tape in each HDPE duct in each segment of the route. Secure pull tape to duct plug at each end. E. HDPE duct shall extend into handholes and turn up. See detailed drawings for handhole installation. F. HDPE duct shall be installed using the industry standard installation equipment and methods. G. A site survey of the installation of the duct shall be made by the Contractor prior to beginning work. H. Cut duct square using a saw or pipe cutter;de-burr cut ends. I. Duct shall be field joined by either fusion methods or mechanical couplings. Use only those mechanical couplings specified. As-built markups shall reflect the station number of coupled joints. J. Plug both ends of unused duct using approved duct plugs. Protect installed duct against entrance of dirt and moisture before and after installation. K. Manufacturer's recommended installation tension shall not be violated. L. Damaged HDPE duct shall be replaced with new. M. Test each segment of new HDPE duct for excessive deflection and collapse using a test mandrel no smaller than 80%of inside diameter of the duct. The test shall be conducted after the trench has been backfilled and compacted to the required finished grade according to project specifications. 3.02 HANDHOLE INSTALLATION: A. Refer to the detailed drawings for handhole installation details. B. Unless otherwise noted,handholes shall be installed level with grade, flush and parallel to streets and sidewalks. If necessary,slope the area around the handhole,within a few feet,to direct drainage away from the handhole. Provide fill around handhole and compact near to 90%modified standard proctor density using a vibrating rammer compaction machine with appropriate sized foot and compacting around handholes in 8"to 12"lifts C. All dirt,debris,trash,packaging,tape,etc.,resulting from work associated with the project shall be cleaned from handholes prior to acceptance of the project work. The rim of the 17124-5 handhole shall be cleaned and the cover bolted down when work is complete. All bolts shall be accounted for. D. Open handholes shall be sufficiently barricaded. 3.03 FIBER OPTIC INSTALLATION: A. CONTRACTOR Qualifications: Trained and experienced personnel shall supervise the fiber optic cable installation. Qualified technicians shall make the cable terminations and splices.The CONTRACTOR upon request of the ENGINEER shall provide documentation of qualifications and experience for fiber optic equipment installations. The ENGINEER shall determine if the CONTRACTOR is qualified to perform this work.The CONTRACTOR shall have attended a certified fiber optic training class mandated by the specifications prior to starting work. C H • t �+w 1 ;1 E • 7 y S�� 17124-6 PART 4-METHOD OF MEASUREMENT AND BASIS OF PAYMENT 4.01 METHOD OF MEASUREMENT: Measurement for IT/Traffic Signal Interconnect will be as follows: A. This item will be the lump sum for IT/Traffic Signal Interconnect. 4.02 BASIS OF PAYMENT: Payment for IT/Traffic Signal Interconnect will be as follows: A. Payment for IT/Traffic Signal Interconnect shall be full compensation for supplying all equipment, labor, and materials necessary to install the complete system as shown on the plans and outlined in the specifications.The installation shall include but not be limited to conduit,mechanical couplings,conduit plugs,pull tape,polymer concrete handhole boxes and covers, stainless steel cover bolts, geotextile woven fabric,granular base,ground bar and termination hardware,tracer wire,trenching or pushing of conduit,excavation,backfilling, compacting, surface restoration, fiber optic cable, fiber splices/terminations, splice enclosures,fiber testing,utility coordination, and all other miscellaneous items necessary to complete the IT/Traffic Signal Interconnect system in place. Schedule of Unit Prices IT/INTERCONNECT US HIGHWAY 6 AND SYCAMORE ST Estimated Quantity Extended Price No. Item Description Unita Unk Cost _ 1 R!Interconnect Handtole,Type 2,30'x48" EA $ 3 $ 2 fi 1 Interconnect Water Prod Spice Enclosure EA $ 2 S 3 R!k tercomect Condit:2"HDPE LF $ 4335 $ 4 ITIInterconnect:Pull Tape LF $ 4335 S 5 fi!Interconnect Tracer Cable 1dt10 LF $ 1907 S 6 R/k tercornect.12SM/12MM Hybrid Fiber Optic Cable LF $ 785 S Total Project Costs= $ Approved Protect Engineer Dale END OF SECTION 17124 , 17 �5..- i ( ) , 17124-7 SECTION 20000 RETAINING WALL, HEAVY This Special Provision addresses modifications to the Standard Specifications for Design-Build submittals for the Modular Block Retaining Wall and Intermediate Foundation Improvement for the referenced project. Design calculations to be performed by the Contractor's Designers will require coordination of submittals between the Modular Block Retaining Wall Designer and the Intermediate Foundation Improvement Designer as detailed in this Special Provision. Definitions and Acronyms used in this Special Provision IFI — Intermediate Foundation Improvement MBRW — Modular Block Retaining Wall MODULAR BLOCK RETAINING WALL • Modular Block Retaining Wall design and construction shall conform to the requirements of the Iowa DOT Standard Specifications Section 2430 with the following modifications and exceptions. 2430.02. A. 2. Submittals. Detailed design calculations shall include the following: Item Criteria Notes MBRW Designer shall provide a table of values Maximum Bearing for use by the IFI Designer based on the MBRW Pressure Designer's evaluation of eccentric loads including earth and surcharge loads IFI Designer shall provide a table of composite Sliding Stability at Base F.S. >_ 1.5 base friction angles for use by the MBRW of Wall Designer based on the actual replacement ratios used in the IFI design. s L/6 (L = Base Eccentricity, e, at Base width of wall) Internal MBRW Designer shall provide sufficient Connection/Sliding/ F.S. >_ 1.5 laboratory test or performance data to verify the Interface Stability of values used in the design submittal. MBRW Units Unit Weight = Retained Backfill 130 pcf Friction Angle = 26 degrees Traffic Surcharge 250 psf Loading Backfill Slope As per plans Retaining Wall Drainage MBRW Designer shall specify any special drainage and/or backfill requirements. 20000 - 1 In lieu of the submittal requirements of Article 1105.03, 6 sets of preliminary and final MBRW design submittals shall be provided to the Engineer and the Geotechnical Engineer for review. 2430.02. B Materials. The proposed modular block retaining wall materials shall be in conformance with the Iowa Department of Transportation materials IM 445.05 (Segmental Retaining Walls, Wet Cast). An approved sources list may be found in IM 445.05, Appendix A. The supplier of all substantial material components and the Wall Design Engineer shall have demonstrated experience in gravity modular block wall systems for previous projects. 2430.03. B. Foundation Soil Preparation. The provisions of this section are waived in lieu of the provisions of the IFI system to be designed by the IFI Specialty Contractor's Designer. All other provisions and requirements of Section 2430 shall remain in effect and unchanged Fa c - o 20000 - 2 SECTION 30000 RETAINING WALL INTERMEDIATE FOUNDATION GENERAL A. Description This work includes furnishing the material for and installation of either stone columns or rammed aggregate piers, hereafter collectively denoted as "intermediate foundations", in locations as shown in the contract documents. The design of the proposed intermediate foundation system shall be the responsibility of the Contractor. B. Purpose for Project— Sycamore Street Improvements The purpose of the intermediate foundation improvement for this project is to increase the allowable bearing capacity, control total and differential settlement, provide sufficient shear strength in composite friction to resist wall sliding, and to provide sufficient shear strength for global stability beneath the proposed Modular Block Retaining Wall. The intermediate foundation improvement elements shall extend through the lower strength soils, hereafter denoted as "soil to be improved". The soils to be improved include, but are not necessarily limited to, soft to medium stiff lean clay and silty lean clays. The intermediate foundation improvement elements shall extend at least 10 feet below the base of the wall into the underlying stiffer soils, hereafter denoted as "foundation soil", which includes soils of similar description, but stiffer consistency. The intermediate foundation improvement system designer shall coordinate with the Modular Block Retaining Wall designer with regard to evaluation of bearing capacity and base sliding. The Modular Block Retaining Wall designer shall provide a table of maximum imposed bearing pressures for use by the intermediate foundation improvement system designer in evaluating the bearing capacity of the proposed foundation improvement system. The intermediate foundation improvement system designer shall provide composite friction angles at the interface between the Modular Block Retaining Wall and the intermediate foundation improvement system for use by the Modular Block Retaining Wall designer in evaluating base sliding. The following minimum design criteria shall govern the design of the intermediate foundation improvement system: Design Parameters Minimum design parameter value see Project Geotechnical Report (Sycamore Street Improvements, September 15, 2011) Minimum Factor of Safety Against Bearing 2.5 Capacity Failure Minimum Factor of Safety Against Global 1.3 Stability Failure (Drained and Undrained) Minimum Replacement Ratio 20% 30000 - 1 C. Method The Contractor may elect to utilize either a stone column or rammed aggregate pier intermediate foundation system, based upon the soil information provided in the contract documents, additional borings conducted by the Contractor, the Contractor's expertise, and other factors. The Contractor shall be responsible for the design of the intermediate foundation system selected and meeting the performance requirements specified herein. If the Contractor does not possess the capability or expertise to design and/or install the intermediate foundation system or they select a system that is considered proprietary, they shall make arrangements to contract the services of a licensed Contractor or other qualified personnel to perform the necessary design and/or installation. All intermediate foundation design documents shall be signed and sealed by a Professional Engineer licensed in the State of Iowa. The procurement of any permits required for the installation of the intermediate foundations, including the disposal of any water or spoils, shall be the sole responsibility of the Contractor. D. Submittals 1. The Contractor shall submit six copies of the following documents to the Engineer a minimum of 30 days prior to the installation of the intermediate foundation system they have selected. a. Evidence of successful installation of the selected intermediate foundation system in the United States on five or more projects under similar conditions using the same proposed installation technique within the last 3 years. The documentation to be submitted includes references for the specific projects. The references shall consist of the Contracting Authority and Engineer, including names, addresses, and telephone numbers. b. Certification that the project superintendent possesses a minimum of 5 years of method specific experience. c. Construction drawings showing intermediate foundation locations, depths, and identification numbers. Construction drawings shall be signed and sealed by a Professional Engineer licensed in the State of Iowa. d. A description of the equipment and construction procedures to be used, including a plan to dispose of any water or spoils if applicable. e. A proposed verification program, including: i. Proposed independent testing agency to be used. ii. Proposed means and methods for verification that design and performance criteria have been satisfied. iii. Proposed Quality Control program to verify that intermediate foundation improvement elements are installed in accordance with the designer's specifications. This shall address issues such as daily reporting procedures, control and measurement of column or pier diameter, lift thickness, and any other pertinent information. The roles of the Contractor and Engineer shall be defined in the contract documents. iv. Proposed program to monitor performance of the intermediate foundation system during and after construction of the overlying embankment. This procedure may include installation of settlement plates, inclinometers, or other instrumentation. Instrumentation installed to monitor performance may also be used to aid in verification that design and performance criteria have been satisfied. 30000 - 2 f. The source of the proposed intermediate foundation backfill material and the gradation and bandwidths the Contractor proposes to use. The submittal shall also include shear strength testing of friction angle of the proposed aggregate for verification of the contractor's design assumptions. Upon approval of the backfill source and gradation, the Contractor shall maintain this gradation throughout the intermediate foundation installation. g. Results of bearing capacity and slope stability analysis, and other calculations relating to performance of the intermediate foundation system. 2. Final Report At the completion of the installation of the intermediate foundations, the Contractor shall submit a report to the Engineer detailing the equipment and methods used, production rates, the performance of the site during treatment, and that the site meets the criteria established for this project. This report shall include a summary of all verification testing performed. E. Pre-Construction Conference A pre-construction conference shall be held at least five working days prior to the Contractor beginning any intermediate foundation installation work at the site to discuss construction procedures, personnel, verification program, quality control, and equipment to be used. Those attending shall include: 1. The superintendent, on-site supervisors, independent testing agency representative, and all foremen in charge of intermediate foundation installation operations. 2. The Engineer, key inspection personnel, and representatives of the Contracting Authority. If the Contractor's key personnel change or if the Contractor proposes a significant revision of the approved intermediate foundation installation plan, an additional conference shall be held before any additional work is performed. F. Basis of Acceptance The basis of acceptance for the intermediate foundations will include visual inspection by the Engineer, who will consider results of all verification tests as well as consistent use of procedures, methods, and construction performance rates. METHOD OF MEASUREMENT A. The item for "Intermediate Foundation Improvements" will be the Lump Sum for completed and accepted rammed aggregate piers or stone columns in locations as shown in the contract documents. Backfill and temporary casing will not be measured. B. The item for "Intermediate Foundation Improvements Verification Testing" will be the Lump Sum. 4 jJ 30000 - 3 BASIS OF PAYMENT A. The Contractor will be paid the contract Lump Sum price for "Intermediate Foundation Improvements". This payment shall be full compensation for design, field staking for the location of elements, and drilling; furnishing, transporting, placing and compacting intermediate foundation system backfill and associated work; and full-time quality control. Backfill and temporary casing will not be paid for directly, but shall be considered incidental to the intermediate foundation improvements, as per plan. The installation of additional intermediate foundation members as required complying with the wall design requirements will not be paid for separately, but shall be considered incidental to the Intermediate Foundation Improvement item. t,] e`er _ �n rn � f 1 CD 30000 - 4 Geotechnical Engineering Report Sycamore Street Improvements Iowa City, Iowa September 15, 2011 Terracon Project No. 06115623.01 Prepared for: Foth Infrastructure & Environment LLC Cedar Rapids, Iowa Prepared by: Terracon Consultants, Inc. Iowa City, Iowa HT1 1 _._' .. t Offices Nationwide Established in 1965 rracor'i Employee-Owned terracon.com Geotechnical Environmental Construction Materials Facilities TABLE OF CONTENTS Page 1.0 INTRODUCTION 1 2.0 PROJECT INFORMATION 1 2.1 Project Description 1 3.0 SUBSURFACE CONDITIONS 2 3.1 Geology 2 3.2 Typical Subsurface Profile 2 3.3 Groundwater Conditions 3 4.0 RECOMMENDATIONS FOR DESIGN AND CONSTRUCTION 3 4.1 Geotechnical Considerations 3 4.2 Retaining Wall Design and Site Preparation 4 4.3 Retaining Wall Global Stability 5 4.4 Intermediate Foundation Improvements 7 4.5 Embankment Borrow Materials and Fill 7 4.6 Temporary Shoring/Excavation 8 4.7 Pavements 8 4.7.1 Pavement Subgrades 8 4.7.2 Pavement Subdrain System 9 4.7.3 Pavement Design Recommendations 10 4.7.4 Design Considerations 10 5.0 GENERAL COMMENTS 11 Exhibit No. Appendix A — Field Exploration Site Location Plan A-1 Boring Location Plan • A-2 Boring Logs A-3 Field Exploration Description A-4 Appendix B — Laboratory Testing Laboratory Test Description B-1 UU Triaxial Test Data B-2 Appendix C — Supporting Documents General Notes C-1 Unified Soil Classification System C-2 Appendix D — Special Provisions D-1 Responsive F Resourceful ; Reliable GEOTECHNICAL ENGINEERING REPORT SYCAMORE STREET IMPROVEMENTS IOWA CITY, IOWA N Terracon Project No. 06115623.01 ..- September 15, 2011 <t ' --, a 10,' r.1 1.0 INTRODUCTION This report presents the results of our subsurface exploration and geotechnical engineering services performed for Sycamore Street Improvements planned near US Highway 6 in Iowa City. Iowa. The purpose of these services is to provide information and geotechnical engineering recommendations relative to: subsurface soil/rock conditions excavation conditions site preparation and earthwork pavement subgrade preparation t retaining wall/embankment global pavement design recommendations stability evaluation The geotechnical engineering scope of work for this project included the advancement of three test borings to depths ranging from approximately 24 to 371/2 feet below existing site grades. These borings were augmented with test probing in the area directly behind the retaining wall to determine the lateral extent of the existing retaining wall foundation. Logs of the borings along with a Site Location Plan and a Boring Location Plan are included in Appendix A of this report. The results of the laboratory testing performed on soil samples obtained from the site during the field exploration are included on the boring logs. Descriptions of the field exploration and laboratory testing are included in their respective appendices. 2.0 PROJECT INFORMATION 2.1 Project Description Roadway improvements are currently being planned near the intersection of US Highway 6 and Sycamore Street in Iowa City, Iowa. As part of these improvements, embankment widening will be conducted to accommodate a vehicular turning lane and pedestrian path. The widening will be conducted primarily along the east side of Sycamore Street with small portions along Highway 6 also planned to be modified. An existing retaining wall, L-shaped in plain view, is located near the edge of the right-of-way in the northeast quadrant of the intersection. This wall will be demolished to allow placement of new retaining wall. The maximum height of retained fill for the existing wall Responsive Resourceful Reliable 1 Geotechnical Engineering Report l��rracon Sycamore Street Improvements . Iowa City, Iowa September 15, 2011 1 Terracon Project No. 06115623.01 is on the order of 7 feet, while a maximum wall height of about 20 feet is anticipated for the new wall. Various slope configurations and retaining concepts were discussed in preliminary meetings between the City of Iowa City. Foth and Terracon subsequently evaluated. A gravity retaining wall concept using large modular blocks was selected as the preferred wall system based on the preliminary analysis and discussion. { 1 • 3.0 SUBSURFACE CONDITIONS - 7-1 `�' 3.1 Geology "'" `.) The surficial geology of the area consist of lacustrine/slow water clayey deposits with occasional sand interbeds overlying clayey glacial till soils which in turn overlies relatively shallow limestone bedrock. Site grade has been extensively modified from past roadway and nearby commercial development. and fill soils are also common in the area. 3.2 Typical Subsurface Profile Based on the results of the borings, subsurface conditions on the project site can be generalized as follows: Approximate Depth to Bottom of Stratum at Description Centerline of Embankment Material Encountered Consistency/Density (feet) Embankment Fill, typically lean clay with trace sand, Stratum 1 8'/ - 12 N/A concrete surfacing near the slope crest Lean clay to silty clay with occasional sand seams. Stratum 2 18—351/2 ! Sand seams prevalent in a Very soft to stiff zone 5 to 7 feet below parking lot elevation Stratum 3 23-37 Lean to fat clay, some Stiff to hard sandy zones Highly weathered, Stratum 4 24 to 37% 1 Limestone bedrock moderately hard rock in upper portion 1. Bottom of Borings Responsive r Resourceful r Reliable 2 Geotechnical Engineering Report lierracon Sycamore Street Improvements b Iowa City, Iowa September 15, 2011 c. Terracon Project No. 06115623.01 Despite the relatively large range in the depths of the bottoms of the various strata in the table above, relatively horizontal to slightly dipping stratification is present at the site when normalized to account for ground surface elevation differences. Conditions encountered at each boring location are indicated on the individual boring logs. Stratification boundaries on the boring logs represent the approximate location of changes in soil and rock types; in-situ, the transition between materials may be gradual. Details for each of the borings can be found on the boring logs in Appendix A of this report. 3.3 Groundwater Conditions The boreholes were observed while drilling and after completion for the presence and level of groundwater. Groundwater levels on the order of 18 to 21% were measured in Borings B-2 and B-3, respectively. In Boring B-1, a water level was not identified during the short time period the boring was open. This does not necessarily mean that this boring terminated above groundwater, or that the absence of a water level is a long-term condition. The field investigation does not fully reflect seasonal or long-term groundwater conditions which will be influenced by precipitation, irrigation, hydrologic impacts originating off-site, and other factors beyond the scope of this investigation. Also, trapped or "perched" water can be present within sand or silt seams within the native clay or in fill soils above the lower permeable clays. Long term observations in piezometers or observation wells sealed from the influence of surface water are often required to define groundwater levels in materials of this type. 4.0 RECOMMENDATIONS FOR DESIGN AND CONSTRUCTION 4.1 Geotechnical Considerations Selection of a gravity-type retaining wall system for the project was based on several factors related to the geometry of the existing roadway embankment and the need to maintain traffic during construction. These factors included concerns about needing extensive excavation of the embankment versus the cost of installing temporary shoring to allow construction of a conventional, mechanically reinforced (MSE) wall. Although a gravity-type retaining wall can be constructed in a smaller footprint with less excavation impact on the existing embankment, this type of system results in higher imposed foundation stresses due to the eccentricity of the wall loading. This type of system also creates a more critical global stability condition due to the limited horizontal impact on embankment stability versus a conventional, reinforced MSE wall system. Responsive r Resourceful i Reliable 3 Geotechnical Engineering Report lierracon Sycamore Street Improvements Iowa City, Iowa September 15, 2011 rTerracon Project No. 06115623.01 Based on the subsurface exploration data and laboratory testing, significant foundation improvement measures will be required to improve subgrade conditions for the anticipated foundation bearing pressures and provide sufficient factor of safety against slope movement. A soft clay layer was encountered above a sand layer in Borings B-2 and B-3, and this stratum was a key component in both our global stability analysis and foundation bearing capacity analysis. Thus, ground improvement measures in the form of rammed aggregate piers or stone columns (intermediate foundation improvement) are recommended to satisfy these geotechnical issues. It should be noted that our evaluation did not include review of internal stability for the proposed retaining wall; these analyses will be the responsibility of the contractor's wall designer. Our bearing capacity analysis was cursory in nature. and separate analysis should be conducted by the contractor's designer. Our global stability analyses were based on generalized foundation improvement assumptions and were sufficient to verify the feasibility of these methods to provide the required global stability. The contractor's intermediate foundation improvement designer must provide separate design analysis of the system, using parameters consistent with their proposed installation methods and materials. l 4.2 Retaining Wall Design and Site Preparation . = Soft to very soft clay conditions were noted in the upper portion of the soil profile and should be expected in excavations for the new retaining wall. Subgrade instability is expected to be encountered from these base soils without improvement measures. The rammed aggregate piers/stone columns should be designed to accommodate the design bearing pressures provided by the wall designer with consideration to load eccentricity due to earth and surcharge pressures. Minimum lateral limits of subgrade improvement for bearing capacity should be evaluated with consideration to the provided minimum limits established for global stability discussed subsequently. Special subgrade preparation, including provisions for a compacted granular leveling course and backfill drainage provisions, will be the responsibility of the retaining wall designer. Draft performance specifications in the form of a special provision for the modular block retaining wall are provided with this report. The special provision is based on modifications to Iowa DOT Standard Specifications Section 2430. Project plans have not been provided for the existing retaining wall, and we are uncertain of the subsurface extent of the wall foundation system. The field investigation included probing in the backfill zone using drilling techniques, and the wall heel was contacted at a distance of 6 inches from the back face of the wall, but absent at a distance of about 11/2 feet in locations of the maximum wall height of 7 feet. This limited heel width is somewhat atypical of traditional gravity walls, and alternate design/construction methods may have been used to promote existing wall stability including extended toe width on the front side of the retaining wall, tie-backs (i.e. Responsive Resourceful Reliable 4 Geotechnical Engineering Report lrerracon Sycamore Street Improvements I- Iowa City, Iowa September 15, 2011E Terracon Project No. 06115623.01 deadman), and/or moment-resisting deep foundations. Additional geotechnical review may be necessary once demolition activity is initiated, and the existing wall configuration better understood. While groundwater was observed at depths below presumed foundation elevation, seepage is a common occurrence in fills and sand-laden native clays. The potential for seepage should be considered by the contractor and appropriate collection means should be made available at the time of excavation. The installation of intermediate foundation improvement elements will likely penetrate saturated sand seams, and cave-in of unsupported sidewalls is possible. In general, the base of the foundation structure should be free of water and loose material prior to placement of the modular block retaining wall. Should the soils at the bearing level become disturbed, the effected soils should be removed prior to block placement in accordance with the designer's recommendations. „ 4.3 Retaining Wall Global Stability -ma=r --, r 1-1' ;,) Our analyses were based on a generalized cross-section plan sheet prepared_ by Foth Infrastructure and Environment and the soil borings performed along the existing embankment. In general, we understand that the final slope above the wall will have inclination on the order of 4H:1 V. Global stability analyses were performed for the proposed slopes using the computer program (GeoStudio® SLOPE/W)) utilizing the Morgenstern-Price force and moment equilibrium method of analysis. Global stability evaluates the ratio of resisting to driving forces, and is referred to as a factor of safety (FOS). The magnitude of these forces depend on the slope geometry, soil characteristics (texture, density, shear strength, and moisture content), surcharge loading, and groundwater conditions. A factor of safety of 1.0 indicates that these forces are in equilibrium and failure is imminent. A factor of safety greater than 1.0 indicates that there is a margin of safety against catastrophic failure. The closer the factor of safety is to 1.0, the higher the probability of movement becomes. The degree of risk or the magnitude of the factor of safety which is considered acceptable is generally established by industry standards and depend on many factors such as variability of the soil conditions, groundwater conditions, surcharge loading, and cost of repair. It should be noted that we recommend a minimum factor of safety of 1.3 for this project. Based on our analysis, the proposed retaining wall has a factor of safety less than those normally considered acceptable without provision of foundation improvement measures. Undrained soil strength parameters used in our analysis were developed based on review of unconfined compressive strengths along with UU triaxial test data. Drained strength parameters were developed based on published soil plasticity and estimated clay fraction relationships and allowed to vary with overburden pressure. Responsive Resourceful Reliable 5 Geotechnical Engineering Report 1��rracon Sycamore Street Improvements Iowa City, Iowa September 15. 2011 Terracon Project No. 06115623.01 We used the strength parameters listed in the following table in our analyses and we recommend these values be considered maximum allowable values to be used in contractor's design submittals for the native and embankment soils. The contractor's intermediate foundation improvement designer must conduct their own independent evaluation of the available subsurface information and provide their design evaluation of the proposed foundation improvement system using material and replacement parameters applicable to the proposed foundation improvement methodology. Soil Stratum Total Soil Unit Drained Strength Undrained Strength Weight Friction Angle (pcf) (Degrees) Friction Angle Cohesion (psf) (deg) New/Existing Fill 130 30 30 --- Upper Stiff Clay 120 29 --- 1,000 Soft Clay 120 26 - -- 625 Sand 125 32 32 0 Lower Clay/Till 120 28 --- 750 In our analyses, the intermediate foundation improvement system (such as rammed aggregate piers or stone columns) was modeled as a modified soil zone below the base of the wall extending from the toe of the wall to a distance of approximately 75% of the wall height back behind the face of the wall. A sensitivity analysis was conducted by allowing the improved zone strength to vary, and the composite strength (combined aggregate pier and surrounding native clay strength) that provided a factor of safety of 1.3 determined. The minimum replacement area of the improved zone was determined by resolving the composite strength into the component native soil strength and estimated aggregate pier strength, and expressed as a percentage of the retaining wall base width (minimum replacement ratio). Minimum depth requirements of the improved zone were established through review of critical slip planes developed in the stability analysis. We recommend the intermediate foundation soil improvement system extend a minimum of 10 feet below foundation elevation or bedrock if occurring at shallower depths. The results of our analyses, using simple replacement ratio strength parameters without inclusion of stress concentration, indicated replacement ratios on the order of 30% or greater (over a width equal to 75% of the wall height) may be required to attain a minimum factor of safety of 1.3. In our opinion, the project specifications should require a minimum replacement ratio of at least 20% to account for potential strain incompatibility between the intermediate foundation improvement elements and the soft clay stratum. The contractor's proposed replacement ratios and its justification should be reviewed by the design team prior to implementation. Responsive Resourceful Reliable 6 Geotechnical Engineering Report 1��rracon Sycamore Street Improvements Fe Iowa City, Iowa September 15, 2011 r Terracon Project No. 06115623.01 4.4 Intermediate Foundation Improvements A draft special provision is provided herewith that provides performance specifications for design of the intermediate foundation improvements. Minimum requirements for the replacement ratio and appropriate factors of safety are provided, along with submittals required by the foundation improvement contractor. 4.5 Embankment Borrow Materials and Fill Granular fill is recommended for both wall backfill and grade raising above the wall as a means to improve backfill drainage, reduce earth pressures, and provide a stable base for paved surfaces associated with the embankment widening. Wall design, however, should not emphasize the benefits of a narrow strip of granular backfill, and instead use the strength parameters of the existing backfill as noted in the special provision. Compacted fill, defined as fill placed under engineering observation for project purposes, should meet the following material property and compaction requirements: Engineered USCS Classification Acceptable Location for Placement Fill Type Granular Fill GW, GP, GM, SW, SP, SM Wall backfill and embankment grade raising 1. Granular fill should consist of approved materials that are free of organic matter and debris. Frozen material should not be used. and fill should not be placed on a frozen subgrade. A sample of each material type should be submitted to the geotechnical engineer for evaluation. ITEM DESCRIPTION Fill Lift Thickness 9-inches or less in loose thickness' Compaction Requirements 2'3 Minimum 95% of the maximum Standard Proctor dry density (ASTM D 698) Granular fill: Workable moisture levels — generally within the range Compaction Water Content 4 of±2% of the optimum moisture content value as determined by the Standard Proctor test at the time of placement and compaction 1. Lift thickness should be reduced to 4 inches in loose thickness when hand equipment (e.g., jumping jack, vibratory plate compactor, etc.) is used. Self-propelled drum rollers should not be used within 3 feet of the wall. 2. We recommend that engineered fill be tested for moisture content and compaction during placement. Should the results of the in-place density tests indicate the specified moisture or compaction limits have not been met, the area represented by the test should be reworked and retested as required until the specified moisture and compaction requirements are achieved. 3. If the granular material is a coarse sand or gravel, or of a uniform size, or has a low fines content, compaction comparison to relative density may be more appropriate. 4. Specifically, moisture levels should be maintained low enough to allow for satisfactory compaction to be achieved without the fill material pumping when proofrolled. Responsive Resourceful Reliable 7 Geotechnical Engineering Report lierracon Sycamore Street Improvements , Iowa City, Iowa September 15, 2011 is Terracon Project No. 06115623.01 The fill materials should be compacted in approximately horizontal lifts and keyed or "benched" into the existing embankment at the margins of the excavation. Benching of the excavation sideslopes (stair-stepped with maximum vertical lifts of 2 feet) and moisture adjustment of the existing embankment will be necessary to integrate the materials with compaction equipment operating over both new and existing fill. Existing clay fill materials should be compacted using sheepsfoot equipment to improve integration of successive lifts; smooth-drum rollers or plate compactors are normally appropriate for granular materials. All trench excavations should be made with sufficient working space to permit construction including backfill placement and compaction. If utility trenches are backfilled with relatively clean granular material, they should be capped with at least 18 inches of fine-grained site materials in non-pavement areas to reduce the infiltration and conveyance of surface water through the trench backfill. 4.6 Temporary Shoring/Excavation The grading contractor is responsible for designing and constructing stable. temporary excavations and should shore, slope or bench the sides of the excavations as required, to maintain stability of both the excavation sides and bottom. As a minimum, all temporary excavations should be sloped or braced as required by Occupational Health and Safety Administration (OSHA) regulations to provide stability and safe working conditions. Temporary excavations will probably be required during grading operations. All excavations should comply with applicable local, state and federal safety regulations, including the current OSHA Excavation and Trench Safety Standards. 4.7 Pavements 4.7.1 Pavement Subgrades Pavement subgrade is anticipated to consist of miscellaneous fill soils comprising the existing embankment section. We recommend removing existing fill materials that do not appear to have been properly placed and compacted from below the new pavement areas. As a minimum. we recommend scarifying, moisture conditioning and recompacting the top foot of subgrade to provide for more uniform pavement support. prior to placing of base course materials and/or pavements. The subgrade for pavements should be prepared in accordance with the Embankment Borrow Materials and Fill section of this report. In addition to the scarification and compaction recommended, we recommend the exposed subgrade be proofrolled. Proofrolling clay subgrades could be accomplished by using heavy, rubber-tired construction equipment or a tandem axle dump truck (gross weight of 20 tons). This surficial proofroll and compaction would help to provide a stable base for the compaction of new structural fill. and delineates low Responsive G Resourceful Reliable 8 Geotechnical Engineering Report lierracon Sycamore Street Improvements 14.. Iowa City, Iowa September 15. 2011 s Terracon Project No. 06115623.01 density, soft, or disturbed areas that may exist below subgrade level. Unsuitable material encountered below subgrade level should be further undercut and replaced with structural fill. The upper 1 foot of subgrade material should be compacted to at least 98 percent of the material's maximum dry density as determined by ASTM D698. If there is a delay between subgrade preparation and paving, the pavement subgrades should be carefully re-evaluated as the time for pavement construction approaches. Within a few days of the scheduled paving. we recommend the pavement areas be proofrolled again in the presence of Terracon personnel. Particular attention should be given to the areas that were rutted and disturbed earlier during construction operations and frequent movement of construction equipment. Areas where unsuitable conditions exist should be repaired by removing and replacing the materials with properly compacted fill. During subgrade preparation for pavements, it is sometimes necessary to provide a layer of crushed limestone to help improve subgrade stability for heavy construction equipment traffic. Alternate methods of subgrade stability improvement include subexcavation/replacement and chemical stabilization incorporating fly ash and/or cement. 4.7.2 Pavement Subdrain System Due to the frost susceptible soils and the possibility of perched groundwater, we recommend the installation of a pavement subdrain system to control subgrade moisture, improve stability, and improve long term pavement performance. The pavement subdrain system would consist of a permeable base and longitudinal subdrains. The permeable granular base should consist of a coarse, well-graded, free-draining granular material meeting IDOT Specifications 4121 or 4132 with a minimum thickness of 6 inches. Depending upon the subgrade preparation, a thicker base course may be required. The longitudinal subdrains should be extended a minimum of 31/2 feet below pavement subgrade for frost protection. The subdrain trenches should be backfilled with clean, well-graded granular material meeting IDOT porous backfill or Section 4131 criteria or an alternative free-draining granular material encapsulated with suitable filter fabric. A minimum 4-inch diameter, perforated drain line should be placed near the base of the drain and surrounded with at least 6-inches annulus of the drainage material. The subdrains should be hydraulically connected with the permeable base layer. Subdrains should be sloped to provide positive gravity drainage to reliable discharge points such as a ditch or stormwater inlet. Periodic maintenance of subdrains is required for long-term proper performance. We also recommend that pavement subgrades be crowned at least 0.5 percent to promote the flow of water towards the subdrains, and to reduce the potential for ponding of water on the subgrade. Responsive r Resourceful r Reliable 9 Geotechnical Engineering Report l��rr�con Sycamore Street Improvements ■ Iowa City, Iowa September 15, 2011 Terracon Project No. 06115623.01 4.7.3 Pavement Design Recommendations Traffic load information was not available at the time of this report; therefore, a formal pavement design is not provided. Portland cement concrete thickness provided in the table below are based on review of AASHTO (1993) guidelines and per our local experience. As a minimum, we suggest the following typical pavement section be considered. Recommended Pavement Section Thickness' (inches) Traffic Area Portland Cement Concrete' Aggregate Base Course2'3 Sycamore Street 9 6 1. All materials should meet the current Iowa Department of Transportation (IDOT) Standard Specifications for Highway and Bridge Construction. r Concrete Pavement- IDOT Portland Cement Concrete Type C: Section 2301 2. The granular base course materials should be placed on a stable subgrade and compacted to at least 98 percent of the materials standard Proctor maximum dry density. 3. The 6-inch granular base should be considered below PCC pavements to help reduce potential for slab curl, shrinkage cracking, and subgrade "pumping" through joints. 4.7.4 Design Considerations Long term pavement performance will be dependent upon several factors, including pavement and subgrade thicknesses, maintaining subgrade moisture levels and providing for preventive maintenance. The following recommendations should be considered the minimum: _ . c.) • Site grading at a minimum 2% grade away from the pavements • PCC joint spacing and reinforcement per ACI 330R-08 • The subgrade and the pavement surface have a minimum 1/4 inch per foot slope to promote proper surface drainage • Install joint sealant and seal cracks immediately • Seal all landscaped areas in, or adjacent to pavements to minimize or prevent moisture migration to subgrade soils • Placing compacted, low permeability backfill against the exterior side of curb and gutter, • Placing curb, gutter and/or sidewalk directly on subgrade soils without the use of base course materials Edge restraints (i.e. concrete curbs or aggregate shoulders) should be planned along curves and areas of maneuvering vehicles. A maintenance program that includes surface sealing, joint cleaning and sealing, and timely repair of cracks and deteriorated areas will increase the Responsive Resourceful Q Reliable 10 Geotechnical Engineering Report lierracon Sycamore Street Improvements • Iowa City, Iowa September 15, 2011 e Terracon Project No. 06115623.01 pavement's service life. As an option. thicker sections could be constructed to decrease future maintenance. All concrete for rigid pavements should have a minimum 28-day compressive strength of 4.000 psi, and be placed with a maximum slump of 4 inches. Although not required for structural support. a minimum 4-inch thick base course layer is recommended to help reduce potential for slab curl, shrinkage cracking, and subgrade "pumping" through joints. Proper joint spacing will also be required to prevent excessive slab curling and shrinkage cracking. All joints should be sealed to prevent entry of foreign material and dowelled where necessary for load transfer. Where practical, we recommend "early-entry" cutting of crack-control joints in Portland cement concrete pavements. Cutting of the concrete in its 'green" state typically reduces the potential for micro-cracking of the pavements prior to the crack control joints being formed, compared to cutting the joints after the concrete has fully set. Micro-cracking of pavements may lead to crack formation in locations other than the sawed joints, and/or reduction of fatigue life of the pavement. Pavement design methods are intended to provide structural sections with adequate thickness over a particular subgrade such that wheel loads are reduced to a level the subgrade can support. The support characteristics of the subgrade for pavement design do not account for environmental distress resulting from frost heave or clay shrink/swell. Thus, the pavement may be adequate from a structural standpoint, yet still experience cracking and movement of the subgrade. It is, therefore, important to minimize moisture changes in the subgrade to reduce frost heave and shrink/swell movements. Preventive maintenance should be planned and provided for through an on-going pavement management program intended to slow the rate of deterioration and to preserve the pavement investment. Preventive maintenance consists of both localized maintenance (e.g. crack and joint sealing and patching) and global maintenance (e.g. surface sealing). Preventive maintenance is usually the first priority when implementing a planned maintenance program and provides the highest return on investment for pavements. Prior to implementing any maintenance, additional engineering observation is recommended to determine the type and extent of preventive maintenance. • 5.0 GENERAL COMMENTS r' Terracon should be retained to review the final design plans and specifications so comments can be made regarding interpretation and implementation of our geotechnical recommendations in the design and specifications. Terracon also should be retained to provide observation and testing services during grading, excavation. subgrade preparation and other earth-related construction phases of the project. Responsive • Resourceful Reliable 11 Geotechnical Engineering Report l��rracon Sycamore Street Improvements E Iowa City, Iowa September 15, 2011 r Terracon Project No. 06115623.01 The analysis and recommendations presented in this report are based upon the data obtained from the borings performed at the indicated locations and from other information discussed in this report. This report does not reflect variations that may occur between borings, across the site, or due to the modifying effects of weather. The nature and extent of such variations may not become evident until during or after construction. If variations appear, we should be immediately notified so that further evaluation and supplemental recommendations can be provided. The scope of services for this project does not include either specifically or by implication any environmental or biological (e.g., mold, fungi, bacteria) assessment of the site or identification or prevention of pollutants, hazardous materials or conditions. If the owner is concerned about the potential for such contamination or pollution, other studies should be undertaken. This report has been prepared for the exclusive use of our client for specific application to the project discussed and has been prepared in accordance with generally accepted geotechnical engineering practices. No warranties, either express or implied, are intended or made. Site safety, excavation support, and dewatering requirements are the responsibility of others. In the event that changes in the nature, design, or location of the project as outlined in this report are planned, the conclusions and recommendations contained in this report shall not be considered valid unless Terracon reviews the changes and either verifies or modifies the conclusions of this report in writing. I hereby certify that this engineering document was prepared by me or SOF.•-••••��t! under my direct personal supervision and that I am a duly licensed •.���: Profes onal ngi er under the laws of the State of Iowa ANDRE M. GALLEYkntK- tS 1� 1�4SJ André Gallet Date e• My license renewal date is December 31, 2012 Yr I 177 CZ) Responsive c Resourceful r Reliable 12 a F_ n rci "owl (J O APPENDIX A FIELD EXPLORATION 11 li-_ ��-. Il l ` � �Li� + ! i [ I I�----- (� 1�`'F.�- �� c -� u.s f_ ��I11, Park,, f1g1 _ / i O t3ow r, St Ii �r s tI �I r r _.b �-^: �. ondehip at e • r t � -----....:._---f �,r rte' ) .1....-..�••i Li]r. park � kt e I - ----1,,-.__N L"---........ i 2 t .' /*-~— II She"la"Ave 3 , p g f Y t:=:1 L:.. I '`7!` 1L � Q �L. 1�Ilw Muscatine Ave � ; ), ll'' JCS _�0 :. PROJECT LOCATION lr=.) -irr: ILr---- i' Wayne Ave . 'ter Stun HlgNan4 AveKirkwood Communit •y + - rry Pic c__,..1 . I!.�`l I i Colkpe Iowa ' -�` ''. N `-- LAY-- Campus i:\.-i-ss.:''''If` v�� Metoet Perk -� c °` , / 1:., f '-2:...,----- 4,./-4..._—T-:.:- ...,,,,j-z1 i s a C\.. P.L...._i L.__. .-:-.„-.- r- . c3 0 .7---- ...C:\ r` ^� - Hct voase ` 1 4, �: ILL_ tr—ar J _..,1, ,1 L____Ht------1,F----:i ir----N- PN> ///341/ u,j, ...N /r I \\,‘i) . __ d i -7•44,.:_ , . Lit i I _______9 Ii 1,-7 ../7,.:... 3 �` i' f . *; '.:,; • :� - =,=T-=-Fakmtadolws`�` �.1 � I r ti yyetr, e, 1�Piant ' 11 �. A'''. /`' :/ f, Park, 0 .- _ i . y.—: , /•' iA -,.... .-. ._:_i_ 1 / 1..._ .____., E:3 u k c, _, ,, .. .I--•• ..n. `.n 9I M `i.� - -- NORTH 15ro4.d14o. Date 1 I I ` : 46,..,1,1 4.23 �routt SITE LOCATION PLAN EXHIBIT# (1) � 11erracon GJK PROPOSED US HIGHWAY 6!SYCAMORE STREET IMPROVEMENTS Fie Nano PC Consulting Engineers and ScientistsFOTH INFRASTRUCTURE&ENVIRONMENTAL LLC BASE DRAWING FROM GOGGLE MAPS o isoo: ost ts623-ot.dw9 INTERSECTION US HIGHWAY 6&SYCAMORE STREET A-1 THIS DRAWING IS INTENDED FOR GENERAL LOCATION Leyaal Nares 783 HIGHWAY 1 WEST IOWA CITY.IOWA 52246 PURPOSES ONLY APPROXIMATE DRAWING SCALE SITEPH.(319)533-2262 FAX.{319)688-3008 _ IOWA CITY,IOWA NJ o (5.1() \ 0L, • Y-3 - FII 1 p O ery 0 iff ` 1 I O 11 0.1 • IP 0 i 0 0 o0Fir OW 1( , TI If WY RAI p ..:_4i, \.........._.- ._ i --. ..._ _ ..... . o ' fl TI _ • v B-1 ❑ B-3 SYCAMORE STREET I - - - - - - - - • _- - _--_ _ -_ G fa-, V - — - — -o— - — - — - — - — _ _ 6' .6'." ."..7:74_ _- iAf'1„ bE - � � ac o�E aE _yc— — – — – �= I �I It �, i� .. j' ' II I I PROPOSED MODULAR BLOCK RETAINING WALL (HEAVY) 0 i` I l' 0 — _ J • I — SYCAMORE MALL LEGEND • -APPROXIMATE BORING LOCATION_ NORTH Prowl No. Das: 06115623 from 1 BORING LOCATION PLAN EXHIBIT# Prowl king D� ii rracon GJK PROPOSED US HIGHWAY 61 SYCAMORE STREET IMPROVEMENTS BASE DRAWING FROM PDF TITLED'Retaining Wall }""'"° Consulting Engineers and Scientists FOTH INFRASTRUCTURE&ENVIRONMENTAL LLC 70111).Par BY FOTH o so• 06115623-01.dwg INTERSECTION US HIGHWAY 6&SYCAMORE STREET A-2 THIS THIS DRAWING IS INTENDED FOR GENERAL LOCATION L°Yoi1 Name 783 HIGHWAY 1 WEST IOWA CITY.IOWA 52218 PURPOSES ONLY APPROXIMATE DRAWING SCALE BORING PH.(319)533.2262 FAX.(319)688-3008 IOWA CITY,IOWA I 1 LOG OF BORING NO. 1 Page 1 of 2 CLIENT OWNER Foth Infrastructure& Environment LLC City of Iowa City SITE U.S. Highway 6&Sycamore Street PROJECT Iowa City, Iowa U.S. Highway 6/Sycamore Street Improvements SAMPLES TESTS to DESCRIPTION _, n z I U � Ww > ZCO 0 . CC Z ZZW CC 0 Approx. Surface Elevation.: 726 ft o s Z "`;'p` PP A rox.6"Concrete — HS 4.-40.4.-40. p."„ ;:;:; FILL LEAN CLAY.TRACE SAND, - 1 ST 15 22 103 •;•;• Brown -- 4404••••• — 2 HS 6 21 102 •••:•i 5— ••..... 6 720 — i��. HS 44; — 3 ST 4 28 ;.;.; FILL.LEAN CLAY&LEAN TO FAT CLAY. — *SSTRACE SAND&ORGANICS, Brown and HS v.. Dark Brown — 4 8 19 98 mot,, 10— ST , iii•12 714 _ HS . — CL 5 ST 4 --.26 , *300D. 15— ' HS _ .r . — LEAN CLAY.TRACE SAND&SAND _ .. SEAMS, Brown, Medium Stiff to Stiff — • 20— CL 6 ST 17 22 98 1000 - - HS - — CL 7 ST 16 25 100 1540 25= /<27.5 — HS 698.5 — — SANDY LEAN TO FAT CLAY.TRACE -L/CH 8 ST 11 16 110 2930 GRAVEL, Brown, Stiff to Hard 30— 3 — *8000 o — U 0: = HS Continued Next Page w ~ The stratification lines represent the approximate boundary lines *Calibrated Hand Penetrometer between soil and rock types: in-situ,the transition may be gradual. **CME 140 lb.SPT automatic hammer M WATER LEVEL OBSERVATIONS, ft BORING STARTED 5-20-11 WL QNONE WD 1 BORING COMPLETED 5-20-11 8 WL 7 T Backfilled lerracon RIG 83E FOREMAN SZ w 2`WL Exhibit A-3 APPROVED BKS JOB# 06115623, LOG OF BORING NO. 1 Page 2 of 2 CLIENT OWNER Foth Infrastructure& Environment LLC City of Iowa City SITE U.S. Highway 6 & Sycamore Street PROJECT Iowa City, Iowa U.S. Highway 61 Sycamore Street Improvements SAMPLES TESTS U DESCRIPTION cc Z mw > Zc) C w Z OZ S) }} w H Z >- Ort o CC 8 Z F- L' cai)m BOO O a. D(7 SANDY VELLEANBrownTO FAT CotLAYHard.TRACE — HS GRA , , Stiff 34.5 691.5 CUCH 9 SS 1 50/5' 18 r I 35.5 *** HIGHLY WEATHERED&BROKEN, 690.5 35— HS \LIMESTONE, Gray Brown Auger Refusal @ about 35.5 feet. BOTTOM OF BORING *** Classification estimated from disturbed samples. Core samples and petrographic analysis may indicate other rock types. v R —1 Y ' C.) ci CD 0 0 0 z 0 0 w w The stratification lines represent the approximate boundary lines 'Calibrated Hand Penetrometer between soil and rock types: in-situ,the transition may be gradual. "CME 140 lb. SPT automatic hammer M WATER LEVEL OBSERVATIONS, ft BORING STARTED 5-20-11 WL 17 NONE WD 1 BORING COMPLETED 5-20-11 WL Backfilled lierraconi lerracon RIG 83E FOREMAN SZ w WL Exhibit A-3 APPROVED BKS JOB# 06115623, / LOG OF BORING NO. 2 Page 1 of 1 CLIENT OWNER Foth Infrastructure& Environment LLC City of Iowa City SITE U.S. Highway 6& Sycamore Street PROJECT Iowa City, Iowa U.S. Highway 6/Sycamore Street Improvements SAMPLES TESTS C9 o .eo t O a DESCRIPTION m z m U cF >- Cr w ■ z Z LT 18- _ ±• m > z(0 a:w Z Zz . iii Z L Z u)m 0 0 "iii W S)0 ~ > ) OW CL c9 Approx. Surface Elevation.: 705 ft o z HS 11114 FILL,LEAN CLAY.TRACE SAND, — 1 ST 7 22 101 Brown -701 HS —• 2 ST 7 25 :••• FILL.LEAN CLAY.TRACE SAND, 5- •••••• ORGANICS&WOOD PIECES, "A•• Gray Brown and Dark Brown _ 3 HS 10 19 104 •••••• _ ST i±:!: • 8.5 696.5 — •::• FINE TO MEDIUM SAND WITH CLAY -SP/SC 4 HSS 6 14 17 (Possible Fill), Brown, Medium Dense 10 '•11.5 693.5 — HS oo ti ## _ 00 LEAN CLAY TO SILTY CLAY, — 00 TRACE SAND, Brown, -CUML 5 ST 5 30 760 �� Soft to Medium Stiff 15— *1 500 ii — HS #iiJ 0 18 V 687 LEAN CLAY.TRACE SAND, — CL 6 ST 17 21 *3000 Brown, Stiff 20- - HS A 23 682 = ( 24 ***HIGHLY WEATHERED&BROKEN 681 7 SS 0 50/4" �' ��IMESTONE, Brown BOTTOM OF BORING ***Classification estimated from disturbed samples. Core samples and petrographic --- • analysis may indicate other rock types. _, iz 1- o 0 i 0 QU K K W 1- The stratification lines represent the approximate boundary lines *Calibrated Hand Penetrometer p5 between soil and rock types: in-situ,the transition may be gradual. **CME 140 lb.SPT automatic hammer WATER LEVEL OBSERVATIONS, ft BORING STARTED 5-20-11 WL 19 WS 1 18 AB BORING COMPLETED 5-20-11 W lerracon WL Backfilled RIG 83E FOREMAN SZ W m`WL Exhibit A-3 APPROVED BKS JOB# 06115623k I LOG OF BORING NO. 3 Page 1 of 2 CLIENT OWNER Foth Infrastructure& Environment LLC City of Iowa City SITE U.S.Highway 6&Sycamore Street PROJECT Iowa City, Iowa U.S. Highway 6 I Sycamore Street Improvements SAMPLES TESTS p c o 2_ o DESCRIPTION w * I- z i i f U) co >0 ?Q) CL Z OZ Qp > 0 o Approx. Surface Elevation.: 714.5 ft o S z I CV c(33m U)i o a ,17, .,,op:. Approx.6"Concrete — PA •••.;�; i LOG OF BORING NO. 3 Page 2 of 2 CLIENT OWNER Foth Infrastructure& Environment LLC City of Iowa City SITE U.S. Highway 6&Sycamore Street PROJECT Iowa City, Iowa U.S. Highway 6/Sycamore Street Improvements SAMPLES TESTS DESCRIPTION m w > Zuu 1:'w Z ZZ Ca y} w � LC D Z) Z ~ D 8 0 n Z0) 0/0 � y LEAN CLAY TO SILTY CLAY, — P'4 00 0 TRACE SAND, Gray Brown, Medium Stiff 014;35.5 679 35 �L/ML 9 SS 7 11 16 *1000 ``�� SANDY LEAN TO FAT CLAY, PA 37 TRACE GRAVEL, Gray 677.5 37 5 "' HIGHLY WEATHERED&BROKEN 677 \UMESTONE, Brown Auger Refusal @ about 37.5 feet BOTTOM OF BORING "'" Classification estimated from disturbed samples. Core samples and petrographic analysis may indicate other rock types. C n c 0 0 c7 z 0 Q0 w The stratification lines represent the approximate boundary lines 'Calibrated Hand Penetrometer between soil and rock types: in-situ,the transition may be gradual. "CME 140 lb.SPT automatic hammer WATER LEVEL OBSERVATIONS, ft BORING STARTED 5-20-11 WL 21.5 WD 1 BORING COMPLETED 5-20-11 w WL Backfilled lerracon RIG 83E FOREMAN SZ mtWL Exhibit A-3 APPROVED BKS JOB# 06115623, Geotechnical Engineering Report l��rracon Sycamore Street Improvements w Iowa City, Iowa September 15, 2011 it Terracon Project No. 06115623.01 Field Exploration Description The field exploration consisted of performing three soil borings with sampling at the project site along with three drilled probes to determine the limits of the existing retaining wall foundation. The borings were extended to depths of about 10 to 15 feet below the existing grades. Boring locations were located in the field by Foth with approximate locations shown on the attached diagram. The borings were drilled with all-terrain and truck-mounted rotary drilling rigs using continuous flight, hollow-stemmed augers to advance the boreholes. Samples were obtained using either thin-walled tube or split-barrel sampling procedures. In the thin-walled tube sampling procedure, a thin-walled tube or seamless steel tube with a sharp cutting edge is pushed hydraulically into the ground to obtain relatively undisturbed samples of cohesive soils. In the split-barrel sampling procedure, a standard 2-inch O.D. split-barrel sampling spoon is driven into the ground with a 140-pound hammer falling a distance of 30 inches. A CME automatic SPT hammer was used to advance the split-barrel sampler in the borings performed for this project. The number of blows required to advance the sampling spoon the last 12 inches of a normal 18- inch penetration is recorded as the standard penetration resistance value. These values are indicated on the boring logs at the corresponding depths of occurrence. The samples were sealed and returned to the laboratory for testing and classification. Field logs of the borings were prepared by the drill crew. Each log included visual classification of the materials encountered during drilling as well as the driller's interpretation of the subsurface conditions between samples. The boring logs included with this report represent an interpretation of the field logs by a geotechnical engineer and include modifications based on laboratory observation and tests on select samples. Responsive ■ Resourceful c Reliable Exhibit A-4 1,4..A.. cn • ---;71 e-: ca APPENDIX B LABORATORY TESTING Geotechnical Engineering Report l��rracon Sycamore Street Improvements k Iowa City, Iowa September 15, 2011 r Terracon Project No. 06115623.01 Laboratory Testing Soil samples were tested in the laboratory to measure their natural water contents. Dry unit weight measurements were performed on portions of intact thin-walled tube samples. The unconfined compressive strength of some thin-walled tube samples was measured along with triaxial testing under unconsolidated-undrained conditions on a select sample. A hand penetrometer was used to estimate the unconfined compressive strength of some cohesive samples. The hand penetrometer provides a better estimate of soil consistency than visual examination alone. Atterberg limits testing was performed to aid in classifying the soils and evaluating their engineering properties. The results of the laboratory tests are shown on the boring logs, adjacent to the soil profiles, at their corresponding sample depths. As a part of the laboratory testing program, the soil samples were classified in the laboratory based on visual observation, texture. plasticity. and the limited laboratory testing described above. Additional testing could be performed to more accurately classify the samples. Portions of the recovered samples were placed in jars, and the samples will be retained for at least 1 month in case additional testing is requested. The soil descriptions presented on the boring logs for native soils are in accordance with our enclosed General Notes and Unified Soil Classification System (USCS). The estimated group symbol for the USCS is also shown on the boring logs, and a brief description of the Unified System is attached to this report. Classification of rock materials is in accordance with the enclosed General Notes — Sedimentary Rock Classification and has been estimated from disturbed samples. Core samples and petrographic analysis may indicate other rock types. r.) N CD Cn) O Responsive ■ Resourceful g Reliable Exhibit B-1 S 15 1 D •a. wi H E ' -z,. 1 1- A .fes' 4` R 10 , , P _ S s T i {} R - E 5 - - . S . . , S 0 � � 8 � 0 5 10 15 20 25 30 35 40 45 50 NORMAL STRESS, psi 4 SPECIMEN #: A B D • WATER CONTENT, % FROM TRIMMINGS 29.6 26.5 E 3 )�t\ b s DRY DENSITY, pcf 94.8 102.7 ✓ r r t R /`�1 �' A z SATURATION, % 103 111 T 3 VOID RATIO 0.78 0.64 0 � WATER CONTENT, % AFTER SHEAR 29.3 27.9 R f 2 / nn R 2 E (p S A J- I" S 1 "it. MINOR PRINCIPAL STRESS, psi 5.8 14.2 2 MOHR'S CIRCLES DRAWN AT % STRAIN 10.0 10.0 s 1 DEVIATOR STRESS AT % STRAIN, psi 2.3 2.6 I STRAIN AT PEAK DEVIATOR STRESS, % 15.0 14.2 0 0 5 10 15 20 DEVIATOR STRESS AT 15% STRAIN, psi 2.7 3.1 STRAIN, 9 INITIAL DIAMETER, inch 2.870 2.737 CONTROLLED - STRAIN TEST INITIAL HEIGHT, inch 5.810 5.72 STRAIN RATE, %/minute 0.33 0.33 DESCRIPTION OF SPECIMENS: LEAN CLAY WITH SAND, YELLOWISH BROWN WITH BROWN LL PL PI Gs 2.7 EST. SAMPLE TYPE: 3" SHELBY TUBE TEST TYPE: UU REMARKS: PROJECT: SYCAMORE STREET 06115623 BORING #: B-2 SAMPLE #: ; A, B DEPTH, feet: 5.0 - 7.5 LABORATORY: TERRACON - LENEXA DATE: 6/6/2011 TRIAXIAL COMPRESSION TEST REPORT PROCEDURE: ASTM D2850, UNCONSOLIDATED, UNDRAINED COMPRESSIVE STRENGTH OF COHESIVE SOILS 1N TRIAXIAL COMPRESSION, MEMBRANE CORRECTION APPLIED. OTHER TESTS WERE CONDUCTED IN GENERAL ACCORDANCE WITH ASTMS D2216 AND D931B IF f�rrac o n APPLICABLE. N:1Pm}cts\20111061156231(06115623 Tria»al UU 62-5 5 JOsx)REPORT Exhibit B-2 N -..- c+ .rte �e�+ C) i +fi 2.--.4c--) } 'r o APPENDIX C SUPPORTING DOCUMENTS GENERAL NOTES DRILLING&SAMPLING SYMBOLS: SS: Split Spoon- 13/8" I.D., 2"O.D., unless otherwise noted HS: Hollow Stem Auger ST: Thin-Walled Tube-2"O.D., unless otherwise noted PA: Power Auger RS: Ring Sampler-2.42" I.D., 3"O.D., unless otherwise noted HA: Hand Auger DB: Diamond Bit Coring-4", N, B RB: Rock Bit BS: Bulk Sample or Auger Sample WB: Wash Boring or Mud Rotary The number of blows required to advance a standard 2-inch O.D. split-spoon sampler(SS)the last 12 inches of the total 18-inch penetration with a 140-pound hammer falling 30 inches is considered the"Standard Penetration"or"N-value". WATER LEVEL MEASUREMENT SYMBOLS: ..,� WL: Water Level WS: While Sampling N/E: Not Encountered ,---• J WCI: Wet Cave in WD: While Drilling -•Cr- -1 Fri r-, DCI: Dry Cave in BCR: Before Casing Removal _ -,' �1. , AB: After Boring ACR: After Casing Removal "_- Water levels indicated on the boring logs are the levels measured in the borings at the times indicated. Groundwater levels at other times and other locations across the site could vary. In pervious soils, the indicated levels may reflect the location of groundwater. In low permeability soils. the accurate determination of groundwater levels may not be possible with only short-term observations. DESCRIPTIVE SOIL CLASSIFICATION: Soil classification is based on the Unified Classification System. Coarse Grained Soils have more than 50% of their dry weight retained on a #200 sieve; their principal descriptors are: boulders, cobbles, gravel or sand. Fine Grained Soils have less than 50% of their dry weight retained on a #200 sieve: they are principally described as clays if they are plastic, and silts if they are slightly plastic or non-plastic. Major constituents may be added as modifiers and minor constituents may be added according to the relative proportions based on grain size. In addition to gradation, coarse-grained soils are defined on the basis of their in-place relative density and fine-grained soils on the basis of their consistency. CONSISTENCY OF FINE-GRAINED SOILS RELATIVE DENSITY OF COARSE-GRAINED SOILS Unconfined Standard Penetration Standard Penetration Compressive or N-value (SS) Consistency or N-value(SS) Ring Sampler(RS) Relative Density Strength, Qu, psf Blows/Ft. Blows/Ft. Blows/Ft. < 500 <2 Very Soft 0-3 0-6 Very Loose 500- 1,000 2-3 Soft 4-9 7-18 Loose 1,001 -2,000 4-6 Medium Stiff 10-29 19-58 Medium Dense 2,001 -4,000 7-12 Stiff 30-49 59-98 Dense 4,001 -8,000 13-26 Very Stiff 50+ 99+ Very Dense 8,000+ 26+ Hard RELATIVE PROPORTIONS OF SAND AND GRAVEL GRAIN SIZE TERMINOLOGY Descriptive Term(s) of other Percent of Major Component Particle Size Constituents Dry Weight of Sample Trace < 15 Boulders Over 12 in. (300mm) With 15-29 Cobbles 12 in.to 3 in. (300mm to 75 mm) Modifier > 30 Gravel 3 in.to#4 sieve (75mm to 4.75 mm) Sand #4 to#200 sieve (4.75mm to 0.075mm) Silt or Clay Passing#200 Sieve (0.075mm) RELATIVE PROPORTIONS OF FINES PLASTICITY DESCRIPTION Descriptive Term(s) of other Percent of Term Plasticity Constituents Dry Weight Index Trace < 5 Non-plastic 0 With 5- 12 Low 1-10 Modifiers > 12 Medium 11-30 High 30+ Responsive . Resourceful . Reliable Exhibit C-1 UNIFIED SOIL CLASSIFICATION SYSTEM Soil Classification Criteria for Assigning Group Symbols and Group Names Using Laboratory Tests A Group Group Name B Symbol Gravels: Clean Gravels: Cu>4 and 1 s Ccs 3E GW Well-graded gravel F More than 50%of Less than 5%fines C Cu<4 and/or 1>Cc>3E GP Poorly graded gravel F coarse fraction retained on Gravels with Fines: Fines classify as ML or MH GM Silty gravel ES'II Coarse Grained Soils: More than 12%fines More than 50/o retained I,. , =--ve Fines classify as CL or CH GC Clayey gravel F•°'" on No.200 sieve Sands: Clean Sands: Cu>6 and 1 s Cc s 3E SW Well-graded sand' 50%or more of coarse Less than 5%fines° Cu<6 and/or 1>Cc>3E SP Poorly graded sand 1 fraction passes Sands with Fines: Fines classify as ML or MH SM Silty sand G•"•I No.4 sieve More than 12%fines° Fines Classify as CL or CH SC Clayey sand G.HJ Inorganic: PI>7 and plots on or above"A"line' CL Lean clay WA 'Silts and Clays: PI<4 or plots below"A"line' ML Sin K•L,M Liquid limit less than 50 Liquid limit-oven dried Organic clayK,L,M," Fine-Grained Soils: Organic: <0.75 OL KLM,o 50%or more passes the Liquid limit-not dried Organic sill No.200 sieve Inorganic: PI plots on or above"A"Iine CH Fat clayK•L Silts and Clays: _ PI plots below"A"line MH Elastic Silt" Liquid limit 50 or more Liquid limit-oven dried Organic claywM•P Organic: <0.75 OH Al-:/A° limit-not dried Organic silt Highly organic soils: Primarily organic matter,dark in color,and organic odor PT Peat A Based on the material passing the 3-in.(75-mm)sieve " If fines are organic,add"with organic fines"to group name. B If field sample contained cobbles or boulders,or both,add"with cobbles ' If soil contains>15%gravel,add"with gravel"to group name. or boulders,or both"to group name. ' If Atterberg limits plot in shaded area,soil is a CL-ML,silty clay. C Gravels with 5 to 12%fines require dual symbols: GW-GM well-graded K If soil contains 15 to 29%plus No.200,add"with sand"or"with gravel with silt,GW-GC well-graded gravel with clay,GP-GM poorly gravel,"whichever is predominant. graded gravel with silt,GP-GC poorly graded gravel with clay. L If soil contains>30%plus No.200 predominantly sand,add"sandy" ° Sands with 5 to 12%fines require dual symbols: SW-SM well-graded to group name. sand with silt,SW-SC well-graded sand with clay,SP-SM poorly graded N If soil contains>30%plus No.200,predominantly gravel,add sand with silt,SP-SC poorly graded sand with clay "gravelly"to group name. (D.„,)2 " PI>4 and plots on or above"A"line. E Cu=De0/D,o CC= ° PI<4 or plots below"A"line. D10 x D80 P PI plots on or above"A"line. F If soil contains>_15%sand. add"with sand"to group name. ° PI plots below"A"line. G If fines classify as CL-ML,use dual symbol GC-GM,or SC-SM. 60 i i I For dassification of fine-grained ' ' soils and fine-grained fraction I / b0 —of coarse-grained soils .._ . a, ticb/ Equation of"A--line +V, �P d Horizontal at P1=4 to L1.25 5. ,% ry X 40 -- then P10.73(LL-20) ' 0+ O p Equation of"U"-line d �^ +V Z Vertical at LL=16 to P1=7, ,'' ' ' co › -- e" 30 — then PI�.9(LL 6) •••••4 •";_ 1= � rJ : dr -f C) .0 �� P ..' d rn 20 7-(E-7, g MH or OH 10 Co xA' 7 ---- • `a—• 4 -- Akili1V AAL or OL O o ._ k::., 0 10 16 20 30 40 50 60 70 80 90 100 110 LIQUID LIMIT(LL) Responsive r_ Resourceful ► Reliable Exhibit C-2 PLANS OF PROPOSED IMPROVEMENTS FOR Csl or` 0) ":3- 2012 c, -- coU . S . HIGHWAY 6 AND SYCAMORE STREET wcn o ci 11�1�CRSEOTION PHOWELIE TS I— F= STANDARD ROAD PLANS 105-4 ©Q T V OF [10'n a9 Q QO M Q -J I- ,2-03-96 C©( h Y C©©GGRAC1 Ne., 3899-434790 0The following Standard Road Plans shall be considered applicable to construction work on this project C) I.D.0.T. PROJECT NUMBERS: UST-006-7(82)--4A-52, STPN-006-7(84)--2J-52 NUMBER DESCRIPTION DATE F-- — - LOCATION MAP NOT TO SCALE U EC-101 WOOD EXCELSIOR MAT FOR SLOPE PRO_T. 04-20-10 " " _ EC 102 SILT FENCE 04-20-10 0�� cRKwooDa �I "' ST- g MI-2I0 PCC DRIVEWAYS AND ALLEYS 04-17-12 s?ST fOFfNC INDEX OF SHEETS 105-3 MI 220 DETECTABLE WARNINGS AND PEDESTRIAN RAMP 04-17-12 "SND sr„ ° AVE sT """'E IA-18-B5 PM 110 LINE TYPES 04-19-11 ND Sr R Cf N h F PM-Ill SYMBOLS AND LEGENDS 10-18-11 �ar RRIENDr Ave „� r \ i sT _ _" N0. DESCRIPTION PM 120 STOP LINES AND ISLANDS 04_1q_II lRDsr r 5 AVE 3 HIGHLAND AVE " \ sRADFO"D A.01 TITLE SHEET PM-522 TWO-LANE ROADWAY WITH LEFT TURN LANES 04-19-11 - d A.02 LEGEND & SYMBOL INFORMATION SHEET PM 550 TWO-LANE ROADWAY WITH 2 WAY LEFT 04-19-11 „ �'kz Sr „c ~" AVE \. A.03 GENERAL NOTES "�°°°AVF`olrc"w°c>�- - B.01-B.06 TYPICAL CROSS-SECTIONS PM-561 DIVIDED MULTILANE ROADWAY WI RIGHT TURN LANES O4-19-11 Eavp° ,,,,,,‘---,-----s. 6DEFOREsr N-p° Is r AVE F DEFOREST AVE 21 '�' C.O1-C.13 ESTIMATE OF QUANTITIES AND GENERAL INFORMATION PM-562 DIVIDED MULTILANE ROADWAY W/ LEFT TURN LANES 04-19-11 a Rt/214 AVE // 0.01-D.02 PLAN AND PROF ILE SHEETS SYCAMORE STREET PV 102 PCC NCURB DETAILS 04-19-11 "OErhY°pD er... . ; Y saucE„ / "O E.01-E.02 PLAN SHEETS - US HIGHWAY 6 PV 103 MANHOLE BOXOUTS IN PCC PAVEMENT 04-19-11 S CE : f•� G.O1 REFERENCE TIES AND BENCHMARKS PV 104 RAMPED MEDIAN NOSE 04-N-11 OLYMPIC ti egommo°D °R �� PROJECT J.OI-J.10 STAGING AND TRAFFIC CONTROL SHEETS RF-2 TYPE 'C' CONCRETE ADAPTORS FOR CULVERTS 10-18-11 1 a „ / ���J�"''•" LOCATION K.01-K.02 PAVEMENT MARKING AND TRAFFIC SIGNING �. �"W �f� L.01-L.07 GEOMETRICS, STAKING AND JOINTING SHEETS RF-3 CONCRETE APRONS 10-18-11 • TMGA1E AVE HouYwOOD BLVD out r--- 4) RF-14 CONNECTED PIPE JOINTS 10-18-11 / 3 /0, 0 4r . &ar, \ L.OB L.09 JOINT ROUTING AND SEALING ;rj y , RF-19C SUBDRAINS (LONGITUDINAL) 10-19-10 0 2 �-1RA� t" r$000 N.OI N.12 TRAFFIC SIGNAL SHEETS - :� t RF 19E OUTLETS FOR LONGITUDINAL SUBORAIN 10-20-09 p x CROSS PARK AVE m atom' w w••' FPc T.O1 EARTHWORK TABULATIONS >�RF-26 PIPE APRON GUARD 10-18-11 g IRON DR 'LP U.0I-U.03 RETAINING WALL DETAILS .<, 1 Q 4 I APPLE e ,R FunRDNst; d ' W.01-W.04 CROSS-SECTIONS - SYCAMORE STREET �., RGI PCC PAVEMENT WIDENING 04 19 Il DR sANiwsKr oR o i y ms`s' RG 2 HMA RESURFACING (DOUBLE COARSE) 10-19-04 k ASN ct �`� AYE WAG" AVE w 3 rp �OOo �K` J RL 2A DETAILS OF EMBANKMENT SUBGRADE TREATMENT 10-18-05 � sANDusrs %OEM CAL,, N= 51 101 LOCATIONS TYPE 'A' SIGNS 04 21 09 CAUF•• _ �i'qd „F N `�� SI-131 INSTALLATION TYPE 'A' SIGN 10-18-11 CHERRY Po ')/- 0. BRIAR BURNS � r °annn NppDOR kD ,c �� `' SW 101 TRENCH BEDDING AND BACKFILL 04-21-09 of cH-SM{ro� PEPPER DR '� /' _'� SW 102 R IG IO GRAVITY PIPE TRENCH BEDDING 04-21-09 0' R TOM.*A� - PAirAEx + -.- 18 = SW-401 CIRCULAR STORM MANHOLE 04-21-09 a�} c",.,,n, nR AKESD� /_ SW-508 SINGLE OPEN-THROAT INK. LG. 10-20-09 • SW-510 DOUBLE OPEN-THROAT INK. LG. 10-18-11 THE CITY OF IOWA CITY STANDARD SPEC IF ICAT ION & DE TA ILS AND THE ; SW-602 CASTINGS FOR STORM SEWER MANHOLE 10-20-09 REFERENCED IOWA DEPARTMENT OF TRANSPORTATION STANDARD SPECIFICATIONS • _ TC-252 ROUTES CLOSED TO TRAFFIC 04-17-12 FOR HIGHWAY AND BRIDGE CONSTRUCTION, SERIES 2009. PLUS THE APPL ICABLE = TC-402 SHOULDER CLOSURE - MULTILANE 04-17-12 GENERAL SUPPLEMENTAL SPECIFICATIONS, DEVELOPMENTAL SPECIFICATIONS, MILEAGE SUMMARY 105 I TC 418 LANE CLOSURE ON DIVIDED HIGHWAY 04-17-12 SUPPLEMENTAL SPECIFICATIONS, SPEC IAL PROVISIONS SHALL APPLY TO 09-27-94 IC-482 UNEVEN LANES 04-19-11 CONSTRUCTION WORK ON THIS PROJECT. IN THE EVENT THAT THERE IS A CONFL ICT 0 N BETWEEN CITY AND IOWA DOT SPECIFICATIONS REFERENCED ABOVE, THE MORE STRINGENT ,ld. LOCATION LIN. FT. MILES Z Z OF THE TWO SHALL PREVAIL. Q LY OWNER: ENGINEER: SYCAMORE STREET (SI 2,244 0.43 CITY OF IOWA CITY FOTH INFRASTRUCTURE & ENVIRONMENT, LLC STA. 100+04 - 122+48 LREDUCED _ sox ! C/O DAVE PANOS,P.E. C/O SCOTT SOVERS,P.E. SYCAMORE STREET (N) ii. DO NOT 410 EAST WASHINGTON STREET 3950 RIVER RIDGE DRIVE NE,SUITE A STA. 6000+00 6010+13 1,013 0.19 �, IOWA CITY,IA 52240 CEDAR RAPIDS,IA 52402 ILLII O PFAXE319)3565 0175 IOWA PFAXE319)365969) 365 1,208 0.23 SCALE t'� STAU2l6HI0HWAY 6 228+18 - ONE CALL 800 /292-8989 .j y' 4,465 0.85 — I WR-wale-YOU-OIG I hereby certify that this engineering document was prepared by me or under W Z 1♦. Mill. my direct personal supervision and that I am a duly licensed Professional Engineer under the laws of the State of Iowa. Cle a... mu.. �OFESsfp� 0 f��1S11�s��! CITY OF IOWA CITY iFmr jr' , .nit q. ° �`� (v /4-r�l 0 F� �i THIS ENGINEERING DOCUMENT HAS BEEN 2 � i:1'ot APPROVED FOR CONSTRUCTION. �t� i SCOTT K. c SCOTT K.BONERS,P.E. VJ '�:ia.. mi. v • `( �I14I., U-1,..) BONERS m License Number:17141 17141 f4;,,?, My license renewal date Is DECEMBER 31,2013. QV/� ■NIMMENI Illir Foth Infrastructure&Environment,LLC 's�7 // ' /`,/ZO i L - - - Pages or sheets covered by this seal: — UMMEME •U` 3950 River Ridge Onve NE,Suite A 71...G( /L, ,L-G_ 7 Lim W PC�3 5.9565 Fax:319-365-9631 APPROVED BY DARapids.IA 52402TE CITY OF IOWA CITY rO NA x ALL SHEETS EXCEPT N.01-N.12 Z ENGINEER: FOTH INFRASTRUCTURE & ENVIRONMENT LLC. ENGLISH CITY OF IOWA CITY JOHNSON COUNTY CITY CONTRACT NO. : 3811 -434710 SHEET NUMBER A .01 STANDARD SYMBOLS TABULATION OF UTILITIES 102-13 02 23-93 RIGHT OF WAY LEGEND O Interstate Highway Symbol (ST; Septic Tank Guardrail (Beam or Coble) TABULATION OF UTILITIES U.S.Highway Symbol 'C) Cistern ci P Guard Post (one or two) A Proposed Right of Way OIowa Highway Symbol LP L.P.Gas Tank (No Footing) O❑[0 Guard Post (over two) 6. Existing Right of Way County Road Highway Symbol ID Underground Storage Tank 0 FP Filler Pipe CITY OF IOWA CITY - ENGINEERING DEPARTMENT DAVE PANOS -AExisting and Proposed Right of Way Alvergreen Tree O Latrine O GV Gas Valve 410 E.WASHINGTON STREET �-J IOWA CITY,IA 52240 PHONE:(319)356-5145 • Easement and Existing Right of Way Deciduous Tree Luminaire 0 WV Water Valve FAX:(319)356-5007 CITY OF IOWA CITY - STREET & TRAFFIC ENGINEERING I ■ Borrow F Fruit Tree IS Traffic Signal 0 SL Speed Limit Sign JOHN SOBASKI 3800 NAPOLEON LANE ,.) Easement lTem orar ) E\ -3 Shrub (Bushes) Traffic Signal with Luminaire 0 MM Mile Marker Post IOWA CITY.IOWA 522 PHONE:13191356-516140 p y ,r-v-rm Timber 0 TP Telephone Pedestal 0 SIGN Sign CITY OF IOWA CITY - WATER DIVISION • Easement - Hed e 0 TVP Television Pedestal 0 WHO Water Hook UpED MORENO T g w 80 STEPHEN ATKINS DRIVE X Excess IOWA CITY,IOWA 52245 AA PHONE:(319)356-5164 - S_ Stump AP- Telephone Pole ❑ RT Radio Tower FAX:(3191 356-5167 l>1 Q Property Line CITY OF IOWA CITY - WASTEWATER DIVISION \\I/i Swamp 0 Telephone Pole (Second Company) 0 TA Tower Anchor DAVE ELIAS A/C Access Control — Son. — 1000 SOUTH CLINTON STREET Tf1= Rock OutcropTelephone Pole (Third Com an ) ❑ E B Electric Box IOWA CITY,IOWA 52240 P CompanPHONE:(3191356-5170 FAX:1319)356-5172 Do°,0% Broken Concrete Telephone Pole (Fourth Company) 0 TCB Traffic Signal Control Box CENTURY LINK COMMUNICATIONS KEVIN HEEREN N7 A A V Revetment (Rip Rap) $ Telephone Pole (Fifth Company) 0 RRB Rail Road Signal Control Box T 615 3RD AVENUE SE CONVENTIONAL SIGNS CEDAR RAPIDS.IOWA 52401 ❑t CemeteryPHONE:(3I9)399-7408 Power Pole 0 TSB Telephone Switch Box FAX:(319)399-7218 4 o Survey Line LG l Grave r& Power Pole (Second Company) 0 GW Guy Wire AT&T JIM GOEKE Station Reference Point FO _ 5261 NW 114TH ST.SUITE B A — — — Section Corner (CV) Cave °° Power Pole (Third Company) GRIMES.IOWA 50111 - PHONE:(SIS)986-9413 e - - Proposed Profile Grade (S H) Sink Hole Power Pole (Fourth Company) MID-AMERICAN ENERGY - GAS ED YOUNG DON MASTON Board Fence Power Pole (Fifth Company) G 1630 LOWER MUSCATINE ROAD 1630 LOWER MUSCATINE ROAD - - - - - Railroad IOWA CITY,IOWA 52240 IOWA CITY, IOWA 52240 PHONE:(319)341-4457 PHONE: 1319) 341-4461 * * Chain Link or Security Fence Electrical Highline Tower (Metal or Concrete) FAX:(319)341 4498 FAX;• !3191 341 4490 -Existing ''roposed Field Tile MID-AMERICAN ENERGY - ELECTRIC — X Wire Fence Telephone Riser Pole DICK BOCK JASON L. WARREN : Culverts P OHE 1630 LOWER MUSCATINE ROAD 1630 LOWER MUSCATINE ROAD Existing oposed IOWA CITY.IOWA 52240 IOWA CITY. IOWA 52240 A AE PHONE:1319)341-4423 PHONE: (3191 341-4425 - Y Y Terrace « FAX:(319)341-4490 FAX: 1319) 341-4490 Stream YVYYY Earth Dam or Dike (Existing) $ Telegraph Pole MEDiACOM ..... — TV — 55446WIN SOUTTHI GATE OLL AVENUE T Earth Dom or Dike (Proposed) Satellite TV Dish IOWA CITY.IOWA 52240 PHONE:(319)351-0408,EXT 234 0 Tile Outlet — - -W— - - Existing Water Line FAX:(3191 351-3839 - Edge of Water — - -W2— - - Existing Water Line (Second Company) . Existing Drainage -• Son:--- Existing Sanitary Sewer Line ---.,_,,-► Proposed Drainage - - -T- - - Existing Telephone Line SYMBOLS UNIQUE TO PROJECT • Right of Way Rail or Lot Corner - - -T2- - - Existing Telephone Line (Second Company) G WHERE PUBLIC UTILITY FIXTURES ARE SHOWN AS EXISTING ON THE PLANS OR ENCOUNTERED WITHIN THE CONSTRUCTION AREA. IT SHALL BE THE RESPONSIBILITY (-ri �-. ❑� Concrete Monument - - FO-1- - Existing Fiber Optics Telephone Line OF THE CONTRACTOR TO NOTIFY THE OWNERS OF THOSE UTILITIES PRIOR TO THE -,- ) F BEGINNING OF ANY CONSTRUCTION. THE CONTRACTOR SHALL AFFORD ACCESS TO Well — -St.S.— - ExistingStorm Sewer Line ShadingPCC Paved Surface THESE FACILITIES FOR NECESSARY MODIFICATION OF SERVICES. UNDERGROUND �. FACILITIES. STRUCTURES AND UTILITIES HAVE BEEN PLOTTED FROM AVAILABLE "---1 • g Iii SURVEYS AND RECORDS, AND THEREFORE THEIR LOCATIONS MUST BE CONSIDERED '�, I+ �� t�' Windmill — —G— — Existing Gas Line Shading - HMA Paved Surface APPROXIMATE ONLY. IT IS POSSIBLE THERE MAY BE OTHERS, THE EXISTENCE �, ,�� r OF WHICH PRESENTLY NOT KNOWN OR SHOWN. IT IS THE CONTRACTOR'S 'r'I :ti?"''• i RESPONSIBILITY TO DETERMINE THEIR EXISTENCE AND EXACT LOCATION AND TO :Cr- 0 Beehive Intake — -G-HP— - Existing High Pressure Gas Line ;;rti;y,{ti�lf.,;+i Shading - Class E Revetment AVOID DAMAGE THERETO. NO CLAIMS FOR ADDITIONAL COMPENSATION WILL BE 1-11 -1)ALLOWED TO THE CONTRACTOR FOR ANY INTERFERENCE OR DELAY CAUSED BY ©-7:-.-)SUCH WORK. ® Existing Intake — —G2-- — Existing Gas Line (Second Company) T � ! THE CONTRACTOR IS REOUIREO TO UTILIZE THE UTILITY ONE-CALL SERVICE AT .f... r.Sa. '',....01 I. Proposed Intake — •G2 HP— (8001-292-8989 AT LEAST 48 HOURS PRIOR TO EXCAVATING ANYWHERE ON THE Existing High Pressure Gas Line (Second Company) PROJECT. C.)) e Existing Utility Access (Manhole) E Existing Power Line THE ABOVE UTILITY COMPANIES ARE KNOWN TO HAVE FACILITIES ON THE PROJECT. KNOWN UTILITY CONFLICTS ARE BEING RESOLVED BY EACH RESPECTIVE UTILITY • Proposed Utility Access (Manhole) E2 Existing Power Line (Second Company) COMPANY. UTILITY CONFLICTS DISCOVERED DURING CONSTRUCTION WILL BE �[ ADDRESSED AT THE TIME OF DISCOVERY. • Fire Hydrant ----TV---- Cable Television Line • WH Water Hydrant (Rural) (Symbols are Typical Only) IOWA 1—CALL# 1-800-292-8989 PROJECT NO: I II002-00 DESIGNED BY: S. SOVERS NO DATE BY REVISION DESCRIPTION ith US HIGHWAY 6 AND SYCAMORE STREET SHEET NO. PROJECT DATE: 06/30/2011 CHECKED BY: - CAD DATE: 6/4/2012 6:47:41 AM DRAWN BY: - N.00#' INTERSECTION IMPROVEMENTS A.02 CAD FILE: X:\CR\IE\2011\111002-OD\CAD\Plans\I II002-00.AO1.sht \v� CITY OF IOWA CITY,IOWA LEGEND&SYMBOL INFORMATION SHEET GENERAL NOTES 1. CERTAIN RELOCATIONS OF EXISTING UTILITIES MAY BE REQUIRED AS A RESULT OF CONSTRUCTION OF THIS PROJECT. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO COORDINATE THE REQUIRED WORK WITH THE RESPECTIVE UTILITY COMPANIES IN ORDER TO AVOID UNNECESSARY DELAYS TO CONSTRUCTION. 2. IOWA CODE 480, UNDERGROUND FACILITIES INFORMATION. REQUIRES VERBAL NOTICE TO IOWA ONE CALL, 1-800-292-8989, NOT LESS THAN 48 HOURS BEFORE EXCAVATING. EXCLUDING WEEKENDS AND LEGAL HOLIDAYS. 3. WHERE PUBLIC UTILITY FIXTURES ARE SHOWN AS EXISTING ON THE PLANS OR ENCOUNTERED WITHIN THE CONSTRUCTION AREA, IT SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR TO NOTIFY THE OWNERS OF THOSE UTILITIES PRIOR TO THE BEGINNING OF ANY CONSTRUCTION. THE CONTRACTOR SHALL AFFORD ACCESS TO THESE FACILITIES FOR NECESSARY MODIFICATION OF SERVICES. UNDERGROUND FACILITIES, STRUCTURES AND UTILITIES HAVE BEEN PLOTTED FROM AVAILABLE SURVEYS AND RECORDS, AND THEREFORE THEIR LOCATIONS MUST BE CONSIDERED APPROXIMATE ONLY. IT IS POSSIBLE THERE MAY BE OTHERS, THE EXISTENCE OF WHICH IS PRESENTLY NOT KNOWN OR SHOWN. IT IS THE CONTRACTOR'S RESPONSIBILITY TO DETERMINE THEIR EXISTENCE AND EXACT LOCATION AND TO AVOID DAMAGE THERETO. NO CLAIMS FOR ADDITIONAL COMPENSATION WILL BE ALLOWED TO THE CONTRACTOR FOR ANY INTERFERENCE OR DELAY CAUSED BY SUCH WORK. 4. THE CONTRACTOR SHALL PROVIDE THE LABOR AND EQUIPMENT NECESSARY TO DETERMINE THE EXACT LOCATION AND ELEVATION OF ALL UTILITY CROSSINGS WHICH MAY CAUSE CONFLICTS. THESE DETERMINATIONS SHALL BE MADE PRIOR TO THE START OF ACTUAL CONSTRUCTION. THE CONTRACTOR SHALL CONTACT THE UTILITY COMPANY PRIOR TO BEGINNING EXCAVATION. THE CONTRACTOR SHALL ALSO THEN UNCOVER THE UTILITY, ASSIST THE ENGINEER IN DETERMINING THE ELEVATION AT THE CARRIER PIPE, AND BACKFILL THE EXCAVATION. 5. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE APPROVED WASTE AREAS OR DISPOSAL SITES FOR EXCESS MATERIAL (EXCAVATED MATERIAL OR BROKEN CONCRETE) WHICH IS NOT DESIRABLE TO BE INCORPORATED INTO THE WORK INVOLVED ON THIS PROJECT. 6. THE CONTRACTOR SHALL DISPOSE ALL ASPHALTIC CEMENT CONCRETE AND OTHER BITUMINOUS MATERIALS IN ACCORDANCE WITH THE RULES AND REGULATIONS OF THE IOWA DEPARTMENT OF NATURAL RESOURCES. 7. ALL HOLES RESULTING FROM OPERATIONS OF THE CONTRACTOR, INCLUDING REMOVAL OF FENCE POSTS, UTILITY POLES OR FOUNDATION STRUCTURES SHALL BE FILLED AND CONSOLIDATED TO FINISHED GRADE AS DIRECTED BY THE ENGINEER TO PREVENT FUTURE SETTLEMENT. THE VOIDS SHALL BE FILLED AS SOON AS PRACTICAL -- PREFERABLY THE DAY CREATED AND NOT LATER THAN THE FOLLOWING DAY. ANY PORTION OF THE RIGHT-OF-WAY OR PROJECT LIMITS (INCLUDING BORROW AREAS AND OPERATION AREAS) DISTURBED BY ANY SUCH OPERATIONS SHALL BE RESTORED TO AN ACCEPTABLE CONDITION. THIS OPERATION SHALL BE CONSIDERED INCIDENTAL TO OTHER BID ITEMS IN PROJECT. 8. DURING REMOVAL AND CONSTRUCTION THE CONTRACTOR SHALL USE ALL MEANS NECESSARY TO CONTROL DUST SPREADING FROM ALL WORK AND STAGING AREAS. DUST CONTROL MEASURES SHALL BE IN ACCORDANCE WITH APPLICABLE SPECIFICATIONS AND APPROVED BY THE ENGINEER, AND SHALL BE INCIDENTAL. 9. EROSION CONTROL MEASURES NECESSARY TO PROTECT AGAINST SILTATION, EROSION AND DUST POLLUTION ON THE PROJECT SITE SHALL COMPLY WITH SOIL EROSION CONTROL REQUIREMENTS OF IOWA CODE AND LOCAL ORDINANCES. `_- 10. IN ORDER TO AVOID UNNECESSARY SURFACE BREAKS OR PREMATURE SPALLING, THE CONTRACTOR IS t.)�• .a„.� CAUTIONED TO EXERCISE EXTREME CARE WHEN PERFORMING ANY OF THE NECESSARY SAW-CUTTING OPERATIONS ;....,. FOR THE PROPOSED PAVEMENT REMOVAL. 11. THE CONTRACTOR SHALL TAKE SPECIAL CARE TO MAINTAIN POSITIVE DRAINAGE WHERE INTAKES ARE LOCATED. .7<j • 12. THE CONTRACTOR SHALL MAINTAIN ACCESS TO INDIVIDUAL PROPERTIES THROUGHOUT THE CONSTRUCTION OF THE PROJECT. THE CONTRACTOR SHALL NOTIFY PROPERTY OWNERS 48 HOURS IN ADVANCE OF DRIVEWAY "i• ra MODIFICATIONS THAT WILL TEMPORARILY LIMIT OWNER ACCESS TO THEIR PROPERTY. C, 13. THE CONTRACTOR SHALL CONFINE WORK TO THE CONSTRUCTION LIMITS AND RIGHT-OF-WAY. IF THE CONTRACTOR _- OBTAINS ADDITIONAL EASEMENTS FOR THE STORAGE OF EQUIPMENT AND MATERIALS, COPIES OF THE AGREEMENTS WITH THE PROPERTY OWNERS SHALL BE PROVIDED TO THE ENGINEER. 14. THE CONTRACTOR SHALL NOT DISTURB GRASS AREAS OR TREES OUTSIDE THE CONSTRUCTION LIMITS. THE CONTRACTOR WILL NOT BE PERMITTED TO PARK OR SERVICE VEHICLES OR EQUIPMENT, OR USE THESE AREAS FOR STORAGE OF MATERIALS. ALL STORAGE, PARKING AND SERVICE AREA(S) WILL BE SUBJECT TO THE APPROVAL OF THE ENGINEER. 15. THE UTILITY COMPANIES WHOSE FACILITIES ARE SHOWN ON THE PLANS OR KNOWN TO BE WITHIN CONSTRUCTION LIMITS, SHALL BE NOTIFIED BY THE CONTRACTOR PRIOR TO START OF CONSTRUCTION. 16- ALL CONSTRUCTION SHALL BE IN ACCORDANCE WITH THE IOWA DEPARTMENT OF TRANSPORTATION STANDARD SPECIFICATIONS (2009) AND THE CITY OF IOWA CITY STANDARD AND SUPPLEMENTAL SPECIFICATIONS AND DETAILS. 17. THE CONTRACTOR SHALL COORDINATE WITH ALL PUBLIC AND PRIVATE PROJECTS IN THE AREA AT ALL TIMES. THE FOLLOWING IS A LIST OF KNOWN IOWA CITY PROJECTS: A) LOWER MUSCATINE ROAD IMPROVEMENTS B) 1ST AVENUE RAILROAD UNDERPASS PROJECT PROJECT NO: 111002-00 DESIGNED BY: S. SOVERS NO DATE BY REVISION DESCRIPTION PROJECT DATE: 06/30/2011 CHECKED BY: - . Foth US HIGHWAY 6 AND SYCAMORE STREET CAD DATE: 6/4/2012 6:47:41 AM DRAWN BY: - INTERSECTION IMPROVEMENTS A,03 CAD FILE: KACR\IE\2011\111002-00\CAD\Plans\1[1002-00_AOI.sht v CITY OF IOWA CITY.IOWA GENERAL NOTES • WEST EX. R/W EX. R/W 1 EAST 4 VAR IES Ill 411 -VAR IES ►1 ra 37.0' •- I r.a I CD _ :1 3' 12.5' 10.- Al 12.0' -•1 12.5' 0. 6.O' , 41 8.0' 0,, , 1.0' = i SOUTHBOUND TURN LANE NORTHBOUND 4.7._i' 1 TRAFFIC TRAFFIC _ _ •-r`t :-2 1 $ 1• I PROFILE GRADE MATCH - EXISTING VAR1E• 0 I 0 FORESLOPE _44m. a _46.. 4.0% 2.0%..0- © — - - - - - - - _, "I ..—a-•uFu u►-u—n 0 i LORNAMENTAL METAL RAILING (BLACK )) O 11= —II'OIf=�D=1i=�11=Ifs'=1 V 11=1I=11-11=11=1[ 11=11=11=11=u=n—u—�� =n1 - If =1141r_II=1r::1r_ n=n=!WIWI!VIVITO„n_,n„n�r�r n 11=ram 12.1 �: � , 1 SUBDRAIN SUBDRAIN $ N. \ (6" PROPOSED SIDEWALK) z' (9" PCC PAVEMENT) N ' (6" MODIFIED SUBBASE) N. (12" SPECIAL COMPACTION OF SUBGRAOE)- \ ,) N ti EXISTING 6" N __ - _ _ WATER MAIN PROPOSED 12" N I-I WATER MAIN \ i I 1 \I 1 I ' PROPOSED MODULAR BLOCK RETAINING WALL. HEAVY I I (NATURAL CONCRETE COLOR I WITHN OLD WORLD TEXTURE FINISH) I I N Ar- \\ -- NOTES: _ NORMAL SECTION SHOWN MAY BE APPROPRIATELY MODIFIED FOR AREAS (COMPACTED GRANULAR BACKFILL) \ N SPECIFICALLY DESIGNATED BY THE ENGINEER SUCH AS INTERSECTIONS. I REFER TO OTHER DRAWINGS FOR DETAILS ,►(I II REMOVE EXISTING RETAINING WALL & FOOTING) Q REFER TO OTHER DRAWINGS FOR DETAILS OF SHOULDER AND POSSIBLE TEMPORARY SHEETING/SHORING / I I II SIDEWALK CONSTRUCTION I 1 02 EXCAVATE ANO BACKFILL 3.0' I I II PROPOSED PCC CURB AND GUTTER (2'-6" ); 03 COMPACTED GRANULAR BACKFILL I I1 2.5' 12.0' PER PERFORMANCE SPECIFICATION I 1 2.0 40 6" STANDARD CURB (COMPACTED GRANULAR PROPOSED 6" HMA DRIVEWAY BACKFILL (BETWEEN OS REFER TO STANDARD ROAD PLAN DUAL ROW BLOCKS) I I 0 W/ 4" MIIIFIED SUBBAS RF-19C, TYPE 12 INSTALLATION I AS SHOWN IN TABULATION © KT-2 OR L-2 JOINT 1 IJ- -141.111.........1.11"ftmm 07 JOINT LAYOUT SHALL BE AS SHOWNIN THE 'L' I I _ _ JOINTS WILLS BEE TCO TRANSVERSE SYCAMORE STREET C(10' DEPTH BEDROCK)FOUNDATN I I F J L1 TYPICAL CROSS SECTION © PCC PAVEMENT (8 IN W/ 1/2" EXPANSION MATERIAL ALONG WALL AND BACK OF CURB) LOCATION I I THREE LANE ROADWAY ON 7 IN OF MODIFIED SUBBASE IDENTIFICATION STATION TO STATION s-- —� 37.0' B - B 90 6" OF TOPSOIL SHALL BE PLACED ON ` 1 WITH 6" INTEGRAL CURB ALL DISTURBED AREAS SYCAMORE STREET 6000+39 6004+30 PROJECT NO: 111002-00 DESIGNED BY: S. SOVERS NO DATE BY REVISION DESCRIPTION PROJECT DATE, 06/30/2011 CHECKED BY: - JF US HIGHWAY 6 AND SYCAMORE STREET CAD DATE: 6/4/2012 8:47:42 AM DRAWN BY: - - INTERSECTION IMPROVEMENTS B•01 CAD FILE: X:\CR\IE\201 I\111002-00\CAO\Plans\111002-00-BOI.sht 9Foth CITY OF IOWA CITY,IOWA TYPICAL CROSS SECTIONS AND DETAILS WEST BOUND TRAFFIC -4 8.0' 12.0' ► 41 12.0' . . 10.0' 10---4 ®13.0' 4.0' --r 24.0' 1.-.48.0. 0- NORTH THRU LANE THRU LANE CHANNELIZED TURN LEFLANE T SOUTH ISLAND 14" DEPTH ON PCC 2'-6" CURB AND GUTTER SAFETY EDGE TAPER EAST BOUND 1'-6" THICKNESS EARTHEN SHOULDER 4" HMA OVERLAY THICKENED EDGE-115,---.411- TRAFFIC SAFETY EDGE (TOPSOIL AND SEED) 14" DEPTH 0 4" HMA OVERLAY 4, © 0 I * EARTHEN SHOULDER (TOPSOIL AND SEED) NOTES: /�f4 0014 _ •"� 1 i/1/ /i// /i/ii/ 4 NORMAL SECTION SHOWN MAY BE - - _ ___ APPROPRIATELY MODIFIED FOR AREAS ----- SPECIFICALLY - - - - - - - - _ ___ _ rl�r!!/!ll1i�� SPECIFICALLY DESIGNATED BY THE - - - ENGINEER SUCH AS INTERSECTIONS. SUBDRAIN �_ II-11=:! REFER TO OTHER DRAWINGS FOR " HMA Hs p • EXISTING 10" i11=11=11=:11=11=u�u-u- 11-111711-II? 6" PCC 0 w 1.=11-II=I.=11=11=11=11-11=11=11= n DETAILS 1.5" SURFACE COURSE PCC PAVEMENT ��-•��-1f_11=p=jI=11-1�. MEDIAN PAVEMENT SUBDRAIN Y 6" HMA SHOULDER 1.5" INTERMEDIATE COURSE 1.0" BASE COURSE 2.0" BASE COURSE (10" PCC PAVEMENT) 4" HMA 1V R AY (12" SPECIAL COMPACTION OF SUBGRADE 1.5" SURFACE COURSE 1.5" INTERMEDIATE COURSE Q1 6" SLOPED CURB (12" SPECIAL BACKFILL) 1.0" BASE COURSE 02 REFER TO STANDARD ROAD PLAN TYPICAL CROSS SECTION RF-19C, TYPE 7A INSTALLATION AS SHOWN IN TABULATION DESIGN RATES U.S. HIGHWAY 6 PC CONCRETE PAVEMENT WIDENING CD BT-3 JOINT. TIE BARS SHALL BE ITEM RATE WITH 4" HMA OVERLAY CENTERED VERTICALLY WITHIN - LOCATION ® EXISTING PCC PAVEMENT SURFACE COURSE 145 LBS./CU.FT ROAD IDENTIFICATION STATION TO STATION FEET ® JOINT LAYOUT SHALL BE AS SHOWN INTERMEDIATE COURSE 145 LBS./CU.FT IN THE 'L' SHEETS. TRANSVERSE BASE COURSE 145 LBS./CU.FT HIGHWAY 6 216+10.00 228+18.00 13.0 JOINTS WILL BE 'CD'. TACK COAT 0.05 GAL/SO.YD. NORTH EAST BOUND TRAFFIC SOUTH , 4 8.0' ► ►I-4 12.0' 12.0' 10i• i r j'A 013.0' 0- + 10.0' 14.- 4 12.0' ► 4 12.0' ` A ®15.0' 0- �3 CY-i - - LEFT CHANNELIZED l THRU LANE I THRU LANE RIGHT C.)1 1 TURN LANE ISLAND TURN LANE -I C",1 •r' 14" DEPTH ON PCC I 3.0' CURB AND GUTTER f'-. �1 T 2.-6" 2rr1 .: J 4" HMA OVERLAY THICKNESS-�% 1'-6" I'-6" IW.------41THICKNESS CD-'`s , 0 TAPER -41.----4.-THICKENED EARTHEN SHOULDER WEST BOUND EDGE 4" HMA OVERLAY THICKENED EDGE i--••t TAPER -`i-r r.,..) TRAFFIC Q Q O 14" DEPTH 14" DEPTH O 0 -4.■4"L 40 y C.11 P _/ Zeelf •'.1 allill hii_ 3% f rTYP1 '2) EXISTING 10" 41=II=Ir•-,. 1_ _ _ - - - -- EXISTING ID" - 1i!I _NOTES: 6" HMA SHOULDER Q SUBDRAIN PCC PAVEMENT :5i1��11=•11-111 :11i1PCC PAVEMENT111 .11111171' n-..- ' NORMAL SECTION SHOWN MAY BE t1,,_��_.11_n_.._.-• n-n-p�I lailil II APPROPRIATELY MODIFIED FOR AREAS '�-°-11.I SPECIFICALLY DESIGNATED BY THE 6" PCC (l0" PCC PAVEMENT) MEDIAN //�� CO ENGINEER SUCH AS INTERSECTIONS. PAVEMENT SL SUBDRAIN REFER TO OTHER DRAWINGS FOR 4" HMA OVERLAY DETAILS 1.5" SURFACE COURSE 12" SPECIAL BACKFILL 12" MODIFIED SUBBASE CD 6" SLOPED CURB 1.5" INTERMEDIATE COURSE 1.0" BASE COURSE cD REFER TO STANDARD ROAD PLAN C12" SPECIAL COMPACTION RF-19C, TYPE 7A INSTALLATION AS SHOWN IN TABULATION OF SUBGRADE 03 REFER TO STANDARD ROAD PLAN RF-19C. TYPE 12 INSTALLATION TYPICAL CROSS SECTION AS SHOWN IN TABULATION DESIGN RATES U.S. HIGHWAY 6 PC CONCRETE PAVEMENT WIDENING ® BT-3 JOINT. TIE BARS SHALL BEITEM RATE WITH 4" HMA OVERLAY CENTERED VERTICALLY WITHIN LOCATION EXISTING PCC PAVEMENT SURFACE COURSE 145 LBS./CU.FT ® JOINT LAYOUT SHALL BE AS SHOWN INTERMEDIATE COURSE 145 LBS./CU.FT ROAD IDENTIFICATION STATION TO STATION FEET FEET IN THE 'L' SHEETS. TRANSVERSE BASE COURSE 145 LBS./CU.FT HIGHWAY 6 216+10.00 228+18.00 15.0 13.0 JOINTS WILL BE 'CO'. - TACK COAT 0.05 GAL/SO.YD. PROJECT No: 111002-00 oeslcNEo BY: S. SOVERS NO DATE BY REVISION DESCRIPTION I US HIGHWAY 6 AND SYCAMORE STREET N,. PROJECT DATE: 06/30/2011 CHECKED BY: - - CAD DATE: 6/4/2012 8:47:42 AM DRAWN B \v/Y: ` Fotli INTERSECTION IMPROVEMENTS B.02 CAD FILE: X.\CR\IE\2011\111002-00\CAD\Planah s\11100200-B0 l. t CITY OF IOWA CITY,IOWA TYPICAL CROSS SECTIONS AND DETAILS ✓I`tfl��f�I`�/��/�s,Q�fl < Q�✓` lik kee �AV •• i. 7 i Asa\ i_ r ''r , < ti. niJ �� 1 PLUGGED TEE T n . //. ��A • �- i4 I 1 ' Il'i `�li uIj�� ''�``. PAVLMENI LUNLITUCINA� ' TRANSVLRSL J u % THICKNESS JOINT` JOINT -�1 14 Il /f• I 24" •4 DEFORMED 18",3/4" SMOOTH DOWEL • v" v v,,/�/�I�I�I�/�/\I� �8.. BARS A7 30" O.C. AT 18" ON CENTER � �✓/`% -- ;``I/Ifs � w 1ff1`��G`�`f/'`�`//�jf�♦ ♦�j`�``� 1ST SAW CUT f// I/If f 8,. •6 DEFORMED 18",_1" SMOOTH DOWEL ^.k/'-(FULL DEPTH) ��`� I /BARS A7 30" O.C. AT 18" ON CENTER �{ `44'REQUIRED ONLY WHEN LENGTH 2ND SAW CUT AT-. 1 ��� 1f�� _ ✓ V 1 III v OF PATCH IS 15'OR GREATER. PATCH LIMITS (FULL DEPTH) 04 'i THRUST BLOCK DETAIL #4, ;, THRUST BLOCKS ARE REQUIRED AT PIPING DIRECTION CHANGES, AT `f/`I Q DEAD ENDS, AND AT FIRE HYDRANTS. THRUST BLOCKS SHALL BE HOLE 1/8" `'2 11 K POURED-IN-PLACE CONCRETE 2,000 P.S.I. MINIMUM STRENGTH. A GREATER THAN HOLE I/8" �j�/ f� MINIMUM OF 18 INCHES THICK, AND SHALL BE CAST AGAINST A GREATER THAN I , �I... TIE OR DOWEL TIE OR DOWEL ��I/�. �. 10. SOLID, UNDISTURBED EDGE OF TRENCH FOR BEARING. NO BOLTS, BAR EMBEDED 9" SECOND SAW CUT,FULL DEPTH BAR EMBEDED 9" ����j +4 JOINTS OR DRAIN HOLES SHALL COME INTO CONTACT WITH THE CONCRETE WITH EPDXY MADE PRIOR TO BREAKING OUT PATCH AREA (�� �� /�� GROUT. WITH EPDXY .. �/� THRUST BLOCK AND THE PIPE SHALL BE WRAPPED WITH A PLASTIC SHEET �" FIRST SAW CUT,FULL DEPTH i� 8" GROUT. ^ N *- ' +0. •`/ AT THE CONCRETE BEARING SURFACES. 4+.. N.A• ;f`ff` `��\\� ���\\\\\\` PAVEMENT PLAN G���j1�/jai % ��i� / 00. ' OFF-SET .° ,. . ....rig. ,`f``f✓`. 4,0 ,s,\_ e EXISTING !-.. `A`• �I I``fI``/I, �,�I� PAVEMENT .• •°'.. 7 P.•C.iy.'. T ## ' `.,O' f``'`` i T/2 Ai.. .• .. . • i��i1���i��0i�/i'. f✓ii�;�` �� �'�~��i f f' f/i 1�%���AA _ .���;''!3 %\/\T Y BRANCH /`�44.A.. ////////////// ////////////////' II 1� 1_I I „°I„ Rc 1 %f�//�f/� 2 e!11 1 �,I� iilr(�=l; �i��f�P j44.44 `/ a PLUGGED END e e ef/��Q``ff,N//• 3• F T j UTILITY C704010NO2 O3 �`\ ✓�I✓IG��O✓/'�F, -f�q`�p``�f``''``'``ff``��i✓-, ftp`i/�q`�'`�'f``Q``I/`�'f``/Q,f UNDISTURBED SOIL ✓/✓Iff COMPOSITE PAVEMENT PATCHES THRUST BLOCK QUANTITIES (SQUARE FEET) PIPE DEAD END 90° 45° II-1/4 BEND 22-1/2 BEND SIZE OR TEE BEND BEND 4" 1.4 1.9 1.0 1.0 1.0 NOTES: OPATCH DEPTH:TYPICAL PATCH THICKNESS SHALL BE A MINIMUM OF 1" DEEPER 6" 2.8 4.0 2.1 1.1 1.0 THAN EXISTING PAVEMENT SECTION.WHERE DRILLING IS NOT PRACTICAL 8n 4.8 6.8 3.7 1.9 1.0 DUE TO PAVEMENT DETERMINATION,THICKEN ABUTTING PAVEMENT EDGE BY 10" 7.3 10.3 5.8 2.8 1.4 AN ADDITIONAL 50/. OF EXISTING SECTION DEPTH. 12" 10.3 14.5 7.9 4.0 2,0 O SPECIAL BACKFILL: MINIMUM OF 12 INCHES SUBGRADE TO BE REMOVED AND 16" 17.8 25.2 13.6 7.0 3.5 REPLACED WITH SPECIAL BACKFILL MATERIAL. }I 20" 27.5 38.9 21.0 10.7 • 5.4 O GRANULAR BACKFILL: UTILITY TRENCHES TO BE BACKFILLED WITH GRANULAR FOTH 1 24" 39.2 55.5 30.0 15.3 7.7 BACKFILL MATERIAL TO BOTTOM OF THE SPECIAL BACKFILL (NOT MORE THAN 8" LIFTS). SHEET I OF I 30" 60.3 85.3 46.2 13.5 11.8 36" 86.4 122.2 66.1 33.7 16.9 GRANULAR BACKFILL CLASS 1 MATERIAL SHALL MEET THE REQUIREMENTS OF TYPICAL DETAIL NO. 1 42" 116.6 165.0 89.3 45.5 22.9 IOWA DOT STANDARD SPECIFICATIONS 4109,GRADATION NO.30 (CLASS A). PCC FULL DEPTH PATCH 48" 152,0 215.0 116.3 59.3 29.8 54" 192.1 271.6 147.0 74.9 37.6 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 BASED ON ACTUAL SOIL BEARING STRENGTH. '-, C.) rV •.,y; 1 THRUST BLOCK QUANTITIES ii CD 4:7- r. ---,7 ' i d ti Eft PROJECT N0: 111002-00 DESISTED -- NO DATE By REVISION DESCRIPTION SHEET M. PROJECT DATE: 06/30/2011 CHECKED BY: CAD DATE: 6/4/2012 8:47:43 AM DRAWN BY: - - F� US HINTERSECTIONIGHWAY6 AND IMPROVEMENTS SYCAMORESTREET 6.03 CAD FILE: %:\CR\IE\20II\11!002-00\CAD\Plane\)(1002-00_BOl.eht CITY OF IOWA CITY,IOWA TYPICAL CROSS SECTIONS AND DETAILS 7308-0 Posted Runout Location Station • MODIFIED Spe(nch) (ft pertInch) 0 0 0 O 45 or More 50 20 to 45 25 Under 20 10 s • r4/ r..-3Bridge, Based on turning maneuvers Bridge Approach or / ^— (f\ C NJ .� r4/ at side roads and Intersections. Pavement Section _ L_ ,, 1 - - c-)—. 1 QS Surface Course Location O O O O QI Intermediate Course f--i _-.-1 g • Station S 1 8 RemarksI_) Feet Inches Inches Inches ©Base Courses N.) SURFACE, INTERMEDIATE. > u. AND BASE COURSE RUNOUT PROJECT NO: 111002-00 DESIGNED BY: S. SOBERS NO DATE BY _ ;:RIPTION SHEET NO. PROJECT DATE: 06/30/2011 CHECKED BY: - FOtIi US HIGHWAY 6 AND SYCAMORE STREET CAD DATE: 6/4/2012 8:47:43 AM DRAWN BY: - INTERSECTION IMPROVEMENTS B.04 CAD FILE: K:\CR\IE\20I I\111002-00\CAO\Plans\111002-00.801.sht 9 CITY OF IOWA CITY,IOWA TYPICAL CROSS SECTIONS AND DETAILS GENERAL WATERMAIN INSTALLATION NOTES ALL FITTINGS AND VALVES SHALL BE DUCTILE IRON WITH 3.0' RADIAL _ HYDRANT ASSEMBLY _I MEGALUG MECHANICAL JOINTS AND NITRILE GASKETS AS CLEAR SPACE PAY LIMITS 1 NOTE SPECIFIED. I,-3LOWEST NOZZLES MUST BE AT LEAST ALL BURIED DIP PIPING,FITTINGS,VALVES AND HYDRANTS c_ 3 WAY HYDRANT WITH 1'-6" AND NOT MORE THAN SHALL BE INSTALLED WITH POLYETHYLENE WRAP AS PER -- A `�4l/�" (12" WATERMAIN AND SMALLER) OR 1'-11" ABOVE FINISH GRADE. SPECIFICATIONS. i;__J i- 51/4 (16" WATERMAIN AND ABOVE) ALL DISTURBED AREAS SHALL BE GRADED TO MATCH '.r:C" C:: i i MAIN VALVE OPENING & 6" INLET EXISTING GROUND CONTOURS AND COMPACTED TO ri / TYPE E 140 Rt'p apron Two-piece lived casting RCP apron section t /SeCllal Notes: — O d — -, Q, Frame and cover shallbe Neeneh R-1642 or /111 - - ,. approved equal. 4f2 ` Q "'7 ' Q2 Cover shop contain the Nowa City standard logo •4 bars Q 18" and o minimum of one concealed pa:khole. qg•• Class I bedding material 08.. -- / On Cortef _ O A=/��. y4 O If frame is required to be atlachetl to U/ ;. �._T- -4. II structure,drallour TA"diameter holes or r_jR INl1 sols,equally spaced around frame. :&L L L 70. ���� Q Remove bolls upon completion of paving. .0 STORM SEWER t. O TYPICAL SECTION ELEVATION • Anctwr Boll bole O Flange 4yp. REINFORCING BAR LIST _ PLAN D W Mak Size Length Count D W Mark Size Length Count 411 4 2'-0" , 348" T•10„ 411 4 7'-6" 3 412 _ 4 3'-8^ 2 412 4 3-8" 6 411 4 2'-6l/i' 8-1" 3 15" 2'-101/2' - 3 411 4 Sa" ' " a` 412 4 3'-8" 2 412 4 3'-8" 6 a 411 4 3'-1" 3 411 4 8'-7" 3 1—26"mn. 412 _ 4 3'-8" 3 412 4 3'-8" 6 - `:11 6 'NI -H-1- 411 421 4 4'-2" 3 411 4 6'-7^ 3 ,4 �, 6%•• &SUDAS e,'''',"4.,,„,,,,°.7"".,,,,,,,,,: we limirxo 24" 4-6" 66" 6'11" 412 4 3'-8" 3 412 4 3'-8" 6 REVISION 1 I SW-602 411 - 4 5'-3" 3 411 4 9'-8" J RGURE 6010. STANDARD 10AD PLAN N 30" 5.7" 7z' 1D'-o" NEW 110/21/08 S far I a z 24"min. AA 412 4 3'-8" 4 412 4 3'-8" 7 PEYISIaR:Ne".�Pep sits Iii .1/,6a2ale. 411 4 6'-4" 3 411 4 10'-3" 3 FIGURE 4030.221 g SS'Ie"m� e- WLVJ9,rill pl;x RA51, 36" 6'-8" SHEET lOF) 412 4 3-8" 5 4f2 4 3'-8., 7 "a"."„• d° .""...” 411 4 6'•11" 3 84" 11,1" 411 4 10'g" 3 TYPICAL SECTION GST INGS FOR `^ 412 4 3'-6" 5 412 4 3'-8" 8 RCP APRdI SECTION FOOTING STORM SEWER MANHOLES 1O Heavy duty costing.Mork lid with"Storm"or "Storm C.O." Threaded PVC cop 0 Do not olow casting to bear on top of riser I.g•• or iron body ferrule pipe;provideTYPE 1---1 1 with brass screw plug a 2 inch clearance,minimum. Concrete 4"Imin.) Cover shallc Q 24 inch�iameler RCP for subaain 8 inches or Two-piece Fazed costing smaller;30 inch diameter RCP foe 10 to 12 inch Cover shop contain the Iowa City .4 hoop subdroin. A manufactured cleanout may be used anee concealed psckhole o and o minimum of O in lieu of a Type 9 cleanout,if approved by Q '� the Engineer. 1w Subdrain ® Design is intended for use in conjunction with Q O M1`J Costing. See OeloiA 8"(max.)PVC y C� -� 8 inch PVC riser pipe.Other sized cobs may be " 8" (max.)PVC riser pipe. Match used with smaller pipe,as approved by the riser pipe. Match size of subdrain ROME 111111 Engineer, / C.3 ria size of subdrdn PIPsA" rw -�y ,'rR '° C`` C 6"mi Concrete Q Provide Type C casting,os required t1/lit ppe V �'lll >tr=r:- (^� -- pipe. -. ', sue. — .. ' - w . Dose T 6" Class 1 /��" C") E TYPE A-1 CLEANOUT TYPE A-2 CLEANOUT bedding TYPE B CLEANOUT A STORM SEWER "'I;"1 4-- Y (Non-tralfc areas only) (Non-traffic areas only) C,�r qty$ �'CIg,,,r, .. cv ORKS DE 1L.).1 Cleanout Cleanout r 9 Ys" PLAN -I cri INE T/e" r,,.r�.u...,Nj • 45° Bend mi 45° bend I+ 9" .1 4 6• Subdroin , Wye Uiaie 31"min. CI END OF RUN IN-LINE DETAIL A 4 }} k { 1 m TYPE A CLEANOUT CONNECTIONS (Dimensions ore nominal) i'/i' ��SUDAS ( '°"'°`O'°""e Tse NOW 1E0 NEWREVISION $, 24"min. RGURE6010. STANDARDIOADPLAN SW-602 I 0/21/08 F• • 26"min- Rep furze z w FIGURE 4040.232 g • 27-rgin "51°6' 4aID.14 rli sxp4[ Rr 'I/,6020 JL 1' T.SHEET 10F 1 TYPICAL SECTION o SUEORAIN O,EANOJTS "' CASTINGS FOR si STORM SEMER MANHOLES PROJECT N0: 111002-0D DESIGNED BY: S. SOVERS NO DATE BY REVISION DESCRIPTION SHEET NO. PROJECT DATE: 06/30/2011 CHECKED BY: - US HIGHWAY 6 AND SYCAMORE STREET CAD DATE: 6/4/2012 8:47:44 AM DRAWN BY: - \v/` F� INTERSECTION IMPROVEMENTS B•06 CAD FILE: SACR\IE\2011\111002-00\CAD\Plans\111002-00-BOI.sht CITY OF IOWA CITY,IOWA TYPICAL CROSS SECTIONS AND DETAILS ESTIMATED PROJECT QUANTITIES loo-olc 07-15-97 Quantities Estimated As Built Item No. Item Code Item Unit Division I Division 2 Division 3 Division 4 Division 5 Division 1 Division 2 Division 3 Division 4 Division 5 City I City II IBOT 9R Total City ] City 11 IDBT 3R (USTEP Elgible) (Non-Participating)f6TPM-006-7m4)--2J-52) (USTEP Elgible) (Non-Participating)(STPN-oo6-7(84 2J-521 1 2102-0425071 SPECIAL BACKFILL CY 354 354 2 2102-2710070 EXCAVATION, CL 10, ROWY+BORROW CY 5350 5350 3 2102-2710080 EXCAVATION, CL 10, UNSUIT/UNSTABLE MAT'L CY 500 500 4 2105-8425015 TOPSOIL, STRIP, SALVAGE+SPREAD CY 536 536 5 2115-0100000 MODIFIED SUBBASE CY 406 119 525 6 2122-5500060 PAVED SHLD, HMA, 6" SY 2192 2192 7 2123-7450020 SHLD FINISH, EARTH STA 20 20 8 2212-5070310 PATCH, FULL-DEPTH REPAIR SY 150 150 9 2212-5070330 PATCH BY COUNT (REPAIR) EACH 10 10 10 2301-1033090 STD/S-F PCC PAV'T, CL C CL 3, 9" SY 460 1641 2101 11 2301-1033100 STD/S-F PCC PAV'T, CL C CL 3, 10" SY 2053 2053 12 2301-4875006 MEDIAN, PCC, 6" SY 225 225 13 2301-6911722 PCC PAV'T SAMPLE LS 0.5 0.5 1 14 2301-7000110 PAY ADJ I/D-PCC PAV'T THICKNESS EACH 0.5 0.5 1 15 2303-0041500 HMA (3M ESAL) BASE, 1/2" TON 334 334 16 2303-0042500 HMA (3M ESAL) INTERMEDIATE, 1/2" TON 534 534 17 2303-0043503 HMA (3M ESAL) SURF, 1/2", ERIC L-3 TON 567 567 18 2303-0245000 ASPH BINDER, PG 64-28 TON 87 87 19 2303-6911000 HMA PAV'T SAMPLE LS 1 1 20 2303-9093010 HMA, DRIVEWAY SY 808 808 21 2317-7000120 PAY ADJ I/D-HMA PAV'T SMOOTHNESS EACH 1 1 22 2401-6750001 REMVL LS 0.5 0.5 1 23 2414-6460000 ORNAMENTAL METAL RAIL LF 626 626 24 2416-0100024 APRON, CONC, 24" EACH 1 I 25 2430-0000100 MODULAR BLOCK RETAIN WALL SF 30 30 26 2435-0140148 MANHOLE, STORM SWR, SW 401, 48" EACH 1 l _- 27 2435-0250700 INTAKE, SW-507 EACH 2 2 r,.) 28 2435-0250800 INTAKE, SW-508 EACH 2 2 :5-"C-,-: 5- -",—j 29 2435-0250804 INTAKE, SW-508, TOP AND INSERT ONLY EACH I I 30 2502-8212034 SUBDRAIN, LONGITUDINAL, (SHLD) 4" LF 2500 2500 ;-)-. i -- 31 2502-8212036 SUBDRAIN, LONGITUDINAL, (SHLD) 6" LF 808 808 32 2502-8220193 SUBDRAIN OUTLET (RF 19C) EACH 1 1 1 33 2502-8220196 SUBDRAIN OUTLET (RF-19E) EACH 2 6 8 - r+t'-1 `" E !1 34 2503-0114215 STORM SWR G-MAIN,TRENCHED, RCP 2000D,15" LF 11 11 e 35 2503-0114224 STORM SWR G-MAIN,TRENCHED, RCP 20000,24" LF 64 64 :��'� t'.) ; 36 2507-6800061 REVETMENT, CLASS E TON 18 18 ��� 37 2510-6745850 RMVL OF PAV'T SY 294 1654 1948 i - 38 2511-6745900 RMVL OF SIDEWALK SY 460 460 39 2511-7526004 SIDEWALK, PCC, 4" SY 22 22 40 2511-7526006 SIDEWALK, PCC, 6" SY 36 880 916 41 2511-7528101 DETECTABLE WARNING - CURB RAMP SF 84 84 42 2512-1725256 CURB+GUTTER, PCC, 2.5' LF 736 736 43 2512-1725306 CURB+GUTTER, PCC, 3.0' LF 450 450 44 2515-2475007 DRIVEWAY, PCC, 7" SY 253 253 45 2515-6745600 RMVL OF PAVED DRIVEWAY SY 1236 1236 46 2518-6910000 SAFETY CLOSURE EACH 2 2 47 2519-3300600 FENCE, SAFETY LF 750 750 48 2525-0000100 TRAFFIC SIGNALIZATION LS I 1 49 2525-0000120 RMVL OF TRAFFIC SIGNALIZATION LS I I 50 2526-8285000 CONSTRUCTION SURVEY LS 0.5 0.25 0.25 1 51 2527-9263109 PAINTED PAV'T MARK, WATERBORNE/SOLVENT STA 14.8 14.8 52 2527-9263117 PAINTED PAV'T MARK, DURABLE STA 26.1 82.5 108.6 53 2527-9263138 PAINTED SYMBOL+LEGEND EACH 3 3 54 2527-9263143 PAINTED SYMBOL+LEGEND, DURABLE EACH 6 9 15 55 2528-8445110 TRAFFIC CONTROL LS 0.5 0.25 0.25 1 56 2528-8445113 FLAGGER EACH 10 5 5 20 57 2533-4980005 MOBILIZATION LS 0.5 0.25 0.25 I 58 2542-1006010 CRACK & JOINT CLEAN & SEAL (PCC PAV'T) MILE 0.42 0.42 59 2542-1007000 SEALER MATERIAL (PCC PAV'T) LB 1975 1975 60 2554-0112012 WATER MAIN, TRENCHED, DIP, 12" - CLASS 52 LF 910 910 61 2554-0203000 FITTINGS BY WEIGHT, DI LB 1112 1112 62 2554-0206000 VALVE, BUTTERFLY, DIP, 16" EACH 2 2 63 2554-0207012 VALVE. GATE, DIP, 12" EACH 5 5 64 2554-0210201 FIRE HYDRANT ASSEMBLY, WM-201 EACH 2 2 65 2599-9999005 REMOVAL OF FIRE HYDRANT EACH 2 _ 2 66 2599-9999005 BUS STOP SHELTER, REMOVE AND REINSTALL EACH I I PROJECT D111DESIGNEDBY: S.SOVERS NO DATE BY REVISION DESCRIPTION PROJECT DATE: 06/30/6/30/2011 CHECKED Eo BY: - US HIGHWAY 6 AND SYCAMORE STREET CAO DATE: 6/4/2012 6:47:47 AM DRAWN BY: - INTERSECTION IMPROVEMENTS C.01 CAD FILE: X,\CR\IE\2011\111002-00\CAO\Plarn\111002-00-C01.sht 9Foth CITY OF IOWA CITY,IOWA ESTIMATED PROJECT QUANTITIES ESTIMATED PROJECT QUANTITIES 100-OIC 07-15-97 Quantities Estimated As Built Item No. Item Code [tem Unit Division I Division 2 Division 3 Division 4 Division 5 Division I Division 2 Division 3 Division 4 Division 5 City I City II 100T 3R Total City I City II 1007 3R (USTEP Elgible) (Non-Participating)(mTPR-DDB-7W4)--2J-52) (USTEP Elgible) (Non-Participating)(STPN-DOB-71841--2J-52) 67 2599-9999005 SUBDRAIN, CLEANOUTS, 6 IN. PVC, TYPE A-1 EACH 2 2 68 2599-9999009 REMOVAL OF WATER MAIN LF 375 375 69 2599-9999010 MODULAR BLOCK RETAINING WALL (HEAVY) LS I 1 70 2599-9999010 INTERMEDIATE FOUNDATION FOR MODULAR BLOCK RETAINING WALL (HEAVY) LS 1 i 71 2599-9999010 REMOVAL OF EXISTING RETAINING WALL LS 1 1 72 2599-9999010 IT / TRAFFIC SIGNAL INTERCONNECT LS 1 I , 73 2599-9999010 CONSTRUCTION EROSION CONTROL LS 0.5 0.25 0.25 1 74 2601-2634150 MULCH, WOOD CELLULOSE FIBER ACRE 0.81 0.69 1.5 _ 75 2601-2636044 SEED+FERTILIZE (URBAN) ACRE 0.81 0.69 1.5 76 2601-2638352 SLOPE PROTECTION, WOOD EXCELSIOR SO 175 175 77 2601-2642120 STABILIZE CROP - SEED+FERTILIZE (URBAN) ACRE 0.81 0.69 1.5 78 2602-0000020 SILT FENCE LF 500 500 79 2602-0000060 RMVL OF SILT FENCE LF 500 500 80 2602-0000090 CLEAN-OUT OF SILT FENCE LF 500 _ 500 hJ c----, i • F- .1 C1 S C",—:. 1 --4 C"'; $ . `2'1 , r PROJECT NO: 111002-00 DESIGNED S.SOVERS NO DATE BY REVISION DESCRIPTION Fo � SHEET N0. PROJECT DATE: 06/30/2011 CHECKED BY:Y: - US HIGHWAY 6 AND SYCAMORE STREET 06/30 CAD DATE: 6/4/2012 8:47:47 AM DRAWN BY: - INTERSECTION IMPROVEMENTS C.02 CAO FILE: X:\CR\IE\2011\111002-00\CAD\Plans\111002-00-CO1.sht v Cm OF IOWA CITY,IOWA ESTIMATED PROJECT QUANTITIES ESTIMATE REFERENCE INFORMATION 100 4A ESTIMATE REFERENCE INFORMATION 1029-O 10-29-02 10-29-02 INeo. Item Code Description INeom Item Code Description 12102-0425071 SPECIAL BACKFILL 7 2123-7450020 SHLD FINISH, EARTH A. REFER TO TYPICAL SECTIONS ON SHEETS B.02 FOR LOCATIONS AND DEPTHS. A. INCLUDED FOR FINISHING BEHIND BACK OF CURB AFTER PAVEMENT PLACEMENT. B. REQUIREMENTS OF SPECIAL BACKFILL TO MEET SECTIONS 2102 AND 4132 OF THE IOWA DOT SPECIFICATIONS. B. THIS ITEM INCLUDES MAINLINE, SIDEROADS, DRIVEWAYS AND PARKING LOTS EACH MEASURED SEPARATELY. C. USE OF RECYCLED PCC AND HMA PAVEMENTS FOR SPECIAL BACKFILL WILL NOT BE ALLOWED ON THIS PROJECT. D. INCLUDES 12" SUBGRADE PREPARATION FOR PCC PAVEMENT WHERE SPECIFIED. 8 2212-5070310 PATCH. FULL-DEPTH REPAIR E. THE CONTRACTOR WILL BE PAID THE CONTRACT UNIT PRICE PER CUBIC YARD. THIS SHALL BE CONSIDERED FULL 9 2212-5070330 PATCH BY COUNT (REPAIR) COMPENSATION FOR FURNISHING ALL TOOLS, EQUIPMENT, LABOR AND MATERIALS NECESSARY FOR THE INSTALLATION OF A. THIS BID ITEM INCLUDES AN ESTIMATED QUANTITY TO REPAIR EXISTING PAVEMENT PRIOR TO HMA OVERLAY. SPECIAL BACKFILL IN ACCORDANCE TO THE CONTRACT DOCUMENTS. B. ACTUAL PATCH LOCATIONS SHALL BE DETERMINED IN THE FIELD. C. REFER TO TYPICAL DETAIL ON SHEET B.03 FOR ADDITIONAL DETAILS. 2 2102-2710070 EXCAVATION. CL 10, RDWY+BORROW D. THE CONTRACTOR WILL BE PAID THE CONTRACT UNIT PRICE. THIS SHALL BE CONSIDERED FULL COMPENSATION A. THIS BID ITEM INCLUDES THE FOLLOWING QUANTITIES: FOR FURNISHING ALL TOOLS, EQUIPMENT, LABOR AND MATERIALS NECESSARY FOR THE FULL-DEPTH REPAIR (PER TYPICAL DETAIL) IN ACCORDANCE TO THE CONTRACT DOCUMENTS. 5350 CY OF TEMPLATE FILL + SHRINK (ESTIMATED 30% SHRINK IN VOLUME) 698 CY OF CUT 10 2301-1033090 STD/S-F PCC PAV'T, CL C CL 3, 9" 4652 CY OF CLASS 10 BORROW A. REOUIRES 'CD' TRANSVERSE JOINTS. B. REFER TO TYPICAL SECTION ON SHEET B.01. B. THE ESTIMATED 4652 CY OF BORROW SHALL BE SUPPLIED BY THE CONTRACTOR. C. REFER TO SHEET L.03 FOR GEOMETRIC STAKING AND JOINTING DETAILS. C. THE CONTRACTOR WILL BE REQUIRED TO COMPACT TO AT LEAST 95% OF THE MATERIALS STANDARD PROCTOR DENSITY. D. IOWA DOT STANDARD SPECIFICATION 2316 PAVEMENT SMOOTHNESS SHALL APPLY. D. THE CONTRACTOR WILL BE RESPONSIBLE FOR HIRING AN INDEPENDENT GEOTECHNICAL TESTING LABORATORY E. ALL SYCAMORE STREET PAVING NORTH OF STA. 6001+00 IS DIVISION #2. (AS APPROVED BY THE PROJECT ENGINEER) TO PERFORM ALL MATERIAL AND COMPACTION TESTING AS REQUIRED F. CONTRACTOR SHALL PROVIDE CERTIFIED PLANT INSPECTION FOR PCC PAVING, PER IOWA DOT SPECIFICATIONS BY THE CONTRACT DOCUMENTS. NO SEPARATE PAYMENT WILL BE MADE FOR TESTING SERVICES, IT SHALL BE G. CONTRACTOR MAY USE THE MATURITY METHOD OF TESTING TO DETERMINE THE STRENGTH OF THE PCC PAVING, PER CONSIDERED INCIDENTAL TO THIS ITEM. IOWA DOT STANDARD SPECIFICATIONS. E. THE TEMPLATE QUANTITIES ARE BASED UPON BOTTOM OF SUBBASE AND DO NOT INCLUDE THE TOPSOIL VOLUME. F. OVERHAUL WILL NOT BE MEASURED OR PAID FOR, BUT SHALL BE CONSIDERED INCIDENTAL TO ROADWAY EXCAVATION 11 2301-1033100 STD/S-F PCC PAV'T, CL C CL 3. 10" ON THIS PROJECT. A. REQUIRES 'CD' TRANSVERSE JOINTS. G. THIS ITEM WILL BE PAID BASED UPON PLAN QUANTITY OF CUBIC YARDS OF CLASS IO ROADWAY EXCAVATION. B. REFER TO TYPICAL SECTIONS ON SHEET B.02. H. THIS ITEM DOES INCLUDE THE EARTH SHOULDER FILL QUANTITY. C. REFER TO SHEETS L.01-L.02 FOR GEOMETRIC STAKING AND JOINTING DETAILS. D. IOWA DOT STANDARD SPECIFICATION 2316 PAVEMENT SMOOTHNESS SHALL APPLY. 3 2102-2710080 EXCAVATION, CL 10, UNSUIT/UNSTABLE MAT'L E. CONTRACTOR SHALL PROVIDE CERTIFIED PLANT INSPECTION FOR PCC PAVING, PER IOWA DOT SPECIFICATIONS A. THIS ITEM HAS BEEN INCLUDED IN THE CASE OF UNSUITABLE OR UNSTABLE MATERIALS ARE ENCOUNTERED DURING F. CONTRACTOR MAY USE THE MATURITY METHOD OF TESTING TO DETERMINE THE STRENGTH OF THE PCC PAVING, PER CONSTRUCTION OF THE PROJECT. IOWA DOT STANDARD SPECIFICATIONS. B. THIS BID ITEM SHALL ONLY BE USED AS DIRECTED BY THE PROJECT ENGINEER. C. INCLUDES EXCAVATION OF UNSUITABLE OR UNSTABLE MATERIAL AND REPLACEMENT OF SUITABLE IMPORTED FILL 12 2301-4875006 MEDIAN, PCC 6" MATERIAL. EXCESS MATERIAL MAY BE UTILIZED IN FILL EMBANKMENTS PER SPECIFICATIONS. A. REFER TO TYPICAL SECTIONS ON SHEET B.02. ,a r-.) D. OVERHAUL WILL NOT BE MEASURED OR PAID FOR, BUT SHALL BE CONSIDERED INCIDENTAL TO ROADWAY EXCAVATION. B. REFER TO SHEETS L.01-L.02 FOR GEOMETRIC STAKING AND JOINTING DETAILS. 'r 4 2105-8425015 TOPSOIL, STRIP, SALVAGE+SPREAD 13 2301-6911722 PCC PAV'T SAMPLE A. REFER TO TABULATION ON SHEET T.01 FOR PROJECT QUANTITIES. ESTIMATED 50% SHRINK IN VOLUME. A. REFER TO IOWA DOT STANDARD SPECIFICATIONS 2301. B. THIS BID ITEM INCLUDES THE FOLLOWING QUANTITIES: m �" 14 2301-7000110 PAY ADJ I/D-PCC PAV'T THICKNESS '; g - 536 CY OF STRIPPING A. REFER TO IOWA DOT STANDARD SPECIFICATIONS 2301.05 FOR PAYMENT SCHEDULES. v R' "-"' 522 CY OF SPREADING + SHRINK (ESTIMATED 507. SHRINK IN VOLUME) I.:3 14 CY OF BORROW (CONTRACTOR FURNISHED) 15 2303-0041500 HMA (3M ESAL) BASE, 1/2" 16 2303-0042500 HMA (3M ESAL) INTERMEDIATE, 1/2" C. THE OFFSITE DISPOSAL OF THE ESTIMATED 14 CY NET EXCESS MATERIAL WILL NOT BE PAID FOR SEPARATELY BUT 17 2303-0043503 HMA (3M ESAL) SURF, 1/2", FRIC L-3 SHALL BE CONSIDERED INCIDENTAL TO THIS ITEM. 18 2303-0245000 ASPH BINDER. PG 64-28 D. OVERHAUL WILL NOT BE MEASURED OR PAID FOR, BUT SHALL BE CONSIDERED INCIDENTAL TO ROADWAY EXCAVATION. A. REFER TO SHEETS E.01-E.02, SHEETS L.O1-L.02 AND TYPICAL SECTIONS ON SHEET B.02. E. THIS ITEM WILL BE PAID BASED ON PLAN QUANTITY OF CUBIC YARDS OF TOPSOIL STRIPPED, SALVAGED AND SPREAD. B. ASPHALT BINDER CONTENT SHALL BE 6% OF MIXTURE WEIGHT FOR BASE, INTERMEDIATE, AND SURFACE COURSE. C. IOWA DOT STANDARD SPECIFICATION 2316 PAVEMENT SMOOTHNESS SHALL APPLY. 5 2115-0100000 MODIFIED SUBBASE D. CONTRACTOR SHALL PROVIDE CERTIFIED PLANT INSPECTION FOR HMA PAVING, PER IOWA DOT SPECIFICATIONS A. REFER TO TYPICAL SECTION ON SHEETS B.01 FOR LOCATION AND DEPTH. B. REQUIREMENTS OF MODIFIED SUBBASE TO MEET SECTIONS 2115 AND 4123 OF THE IOWA DOT SPECIFICATIONS. 19 2303-6911000 HMA PAV'T SAMPLE C. USE OF RECYCLED PCC AND HMA PAVEMENTS FOR MODIFIED SUBBASE WILL NOT BE ALLOWED ON THIS PROJECT. A. REFER TO IOWA DOT STANDARD SPECIFICATIONS 2303. D. INCLUDES 12" SUBGRADE PREPARATION FOR PAVEMENT WHERE SPECIFIED. E. INCLUDES QUANTITY FOR PLACEMENT ON DRIVEWAYS/PARKING LOTS (4" DEPTH). 20 2303-9093010 HMA, DRIVEWAY F. THE CONTRACTOR WILL BE PAID THE CONTRACT UNIT PRICE PER CUBIC YARD. THIS SHALL BE CONSIDERED FULL A. REFER TO POINT OF ACCESS TABULATION ON SHEET C.IO. COMPENSATION FOR FURNISHING ALL TOOLS, EQUIPMENT, LABOR AND MATERIALS NECESSARY FOR THE INSTALLATION OF B. REFER TO SHEETS L.03-L.04 FOR GEOMETRIC STAKING DETAILS. MODIFIED SUBBASE IN ACCORDANCE TO THE CONTRACT DOCUMENTS. C. ALL HMA DRIVEWAYS ARE TO BE AN APPROVED 1/2" MIX WITH A PG 64-22 ASPHALT BINDER. D. HMA DRIVEWAY WILL BE MEASURED BASED UPON THE SQUARE YARDS OF HMA PAVEMENT PLACED. 6 2122-5500060 PAVED SHLD, HMA 6" E. THE CONTRACTOR WILL BE PAID THE CONTRACT UNIT PRICE PER SQUARE YARD OF HMA DRIVEWAY. THIS SHALL A. REFER TO TYPICAL SECTIONS ON SHEET 8.02 FOR LOCATIONS AND DEPTHS. BE CONSIDERED FULL COMPENSATION FOR FURNISHING ALL TOOLS, EQUIPMENT, LABOR AND MATERIALS B. REOUIREMENTS OF PAVED SHOULDERS TO MEET SECTIONS 2122 OF THE IOWA DOT SPECIFICATIONS. (HMA PAVEMENT, BINDER, TACK COAT) NECESSARY FOR THE INSTALLATION OF HMA DRIVEWAY IN ACCORDANCE C. MISCELLANEOUS GRADING AS REQUIRED FOR SHOULDER CONSTRUCTION WILL NOT BE PAID FOR SEPERATELY, BUT SHALL TO THE CONTRACT DOCUMENTS. BE CONSIDERED INCIDENTAL TO THIS ITEM. C. THE CONTRACTOR WILL BE PAID THE CONTRACT UNIT PRICE PER SQUARE YARD. THIS SHALL BE CONSIDERED FULL 21 2317-7000120 PAY ADJ I/D-HMA PAV'T SMOOTHNESS COMPENSATION FOR FURNISHING ALL TOOLS, EQUIPMENT, LABOR AND MATERIALS NECESSARY FOR THE INSTALLATION OF A. REFER TO IOWA DOT STANDARD SPECIFICATIONS 2317 FOR ADDITIONAL INFORMATION. PAVED SHOULDER IN ACCORDANCE TO THE CONTRACT DOCUMENTS. PROJECT NO: 111002-00 DESIGNED BY: S. SOVERS NO DATE BY REVISION OESCRIPTION PROJECT DATE: 06/30/2011 CHECKED BY: - F0th US HIGHWAY 6 AND SYCAMORE STREET CAD DATE: 6/4/2012 8:47,47 AM DRAWN BY: - INTERSECTION IMPROVEMENTS C.03 CAD FILE: X:\CR\IE\2011\111002-00\CAD\Plans\IIID02-DO-CDI.sht v CITY OF IOWA CITY,IOWA ESTIMATED PROJECT QUANTITIES ESTIMATE REFERENCE INFORMATION 100-4A ESTIMATE REFERENCE INFORMATION 1004A 10-29-02 :0-2q-02 [Nom Item Code Description INeom Item Code Description 22 2401-6750001 REMVL AS PER PLAN 34 2503-0114215 STORM SWR G-MAIN,TRENCHED, RCP 20000,15" A. REFER TO TABULATION ON SHEET C.10. 35 2503-0114224 STORM SWR G-MAIN,TRENCHED, RCP 20000,24" B. REMOVALS WILL BE MEASURED FOR PAYMENT AS LUMP SUM FOR THE PROJECT. A. REFER TO STORM SEWER TABULATION ON SHEET C.07. C. THE CONTRACTOR WILL BE PAID THE LUMP SUM CONTRACT PRICE. THIS SHALL BE CONSIDERED FULL B. REFER TO IOWA DOT STANDARD ROAD PLANS SW-101 AND SW-102 FOR TYPICAL TRENCH DETAILS. COMPENSATION FOR FURNISHING ALL MATERIAL, EQUIPMENT AND LABOR FOR PERFORMANCE OF WORK AND C. TRENCH BEDDING FOR STORM SEWERS WITHIN 5 FT OR UNDER PAVED AREAS (MAINLINE, SIDE ROADS, AND DRIVEWAYS) PROPER DISPOSAL OF REMOVED MATERIAL. INCLUDING LONGITUDINAL (BACK OF CURB) AND TRANSVERSE RUNS WITHIN THE STREET SHALL BE CLASS R-2 WITH D. REMOVAL OF TREES AND SHRUBS MUST BE APPROVED BY THE ENGINEER. ALL COSTS ASSOCIATED WITH REPLACEMENT OF CLASS "A" CRUSHED STONE (MEETING IOWA DOT GRADATION NO. II) GRANULAR MATERIAL TRENCH BACKFILL UNAPPROVED REMOVALS WILL BE AT THE CONTRACTOR'S EXPENSE. COMPACTED TO 95% STANDARD PROCTOR DENSITY. E. INCLUDES REMOVAL FROM PROJECT SITE AND DISPOSAL OF TREES/SHRUBS AS IDENTIFIED BY THE ENGINEER OR SHOWN D. THE CONTRACTOR WILL BE RESPONSIBLE FOR HIRING AN INDEPENDENT GEOTECHNICAL TESTING LABORATORY ON THE PLANS; GRUB, REMOVE AND DISPOSE OF STUMPS AND ROOTS. (AS APPROVED BY THE PROJECT ENGINEER) TO PERFORM ALL MATERIAL AND COMPACTION TESTING AS REQUIRED BY THE CONTRACT DOCUMENTS. NO SEPARATE PAYMENT WILL BE MADE FOR TESTING SERVICES, IT SHALL BE 23 2414-6460000 ORNAMENTAL METAL RAILING CONSIDERED INCIDENTAL TO THIS ITEM. A. REFER TO RETAINING WALL DETAILS ON SHEET U.O1 AND TYPICAL FENCE PANEL DETAIL ON SHEETS U.02-U.03. E. ALL STORM SEWER SHALL HAVE BELL AND SPIGOT JOINTS WITH 0-RING GASKET JOINT PER ASTM C443. B. THE CONTRACTOR SHALL BE PAID THE CONTRACT UNIT PRICE PER LINEAR FOOT. THIS SHALL BE CONSIDERED F. INCLUDES FURNISHING PIPE AND APPURTENANCES, HANDLING, EXCAVATION, DEWATERING, INSTALLATION. FULL COMPENSATION FOR FURNISHING ALL TOOLS, EQUIPMENT, LABOR AND MATERAILS NECESSARY FOR THE GRANULAR BEDDING, TRENCH BACKFILL, CONCRETE COLLARS, CONNECTIONS TO EXISTING STORM SEWER STRUCTURES & PIPE INSTALLATION OF ORNAMENTAL METAL RAILING IN ACCORDANCE WITH THE CONTRACT DOCUMENTS. AND ALL OTHER MISCELLANEOUS WORK. 24 2416-0100024 APRON, CONC, 24" 36 2507-6800061 REVETMENT, CLASS E A. REFER TO STORM SEWER TABULATION ON SHEET C.07. A. REFER TO INSTALLATION DETAIL ON SHEET 8.05. B. PIPE CONNECTORS SHALL BE INSTALLED ON THE LAST THREE PIPE JOINTS FOR ALL STORM SEWER OUTLETS. B. REFER TO STORM SEWER TABULATION ON SHEET C.07. C. REFER TO IOWA DOT STANDARD ROAD PLAN RF-14 FOR DETAILS ON CONNECTED PIPE JOINTS. C. THIS ITEM SHALL BE USED AT CULVERT OUTLETS (REFER TO D SHEETS), AS SPECIFIED. D. REFER TO FIGURE 4030.221 ON SHEET B.06 FOR DETAILS ON CONCRETE APRON FOOTING. D. INCLUDES ENGINEERING FABRIC INCIDENTAL TO THIS ITEM. E. INCLUDES APRON GUARD, PIPE CONNECTORS AND CONCRETE APRON FOOTING. F. INCLUDES MISCELLANEOUS CHANNEL GRADING AT INLET/OUTLET OF STORM SEWER. 37 2510-6745850 RMVL OF PAV'T A. REFER TO GENERAL NOTES NO.5 & 6 ON SHEET A.03. 25 2430-0000100 MODULAR BLOCK RETAIN WALL B. REFER TO REMOVAL OF PAVEMENT TABULATION ON SHEET C.10. A. REFER TO SHEET L.02 FOR RETAINING WALL DETAILS. C. THIS ITEM INCLUDES REMOVAL AND DISPOSAL OF ALL PCC, ACC OF VARIOUS THICKNESSES. B. MODULAR CONCRETE UNITS SHALL BE KEYSTONE COMPAC HEWNSTONE (SANDSTONE COLOR) OR APPROVED EQUAL. D. INCLUDES FULL DEPTH SAW CUTTING NECESSARY TO CREATE A CLEAN EDGE BETWEEN EXISTING AND PROPOSED PAVEMENTS. C. THE CONTRACTOR SHALL SUBMIT SHOP DRAWINGS FOR APPROVAL BY ENGINEER. E. INCLUDES SAW CUTTING NECESSARY FOR STAGED CONSTRUCTION. D. REFER TO IOWA DOT STANDARD SPECIFICATIONS 2430 FOR MODULAR BLOCK RETAINING WALL. F. REFER TO TRAFFIC CONTROL AND STAGING SHEETS J.01-J.05 FOR CONSTRUCTION SEQUENCE. E. INCLUDES RETAINING WALL MATERIALS, EXCAVATION, GRANULAR BACKFILL AND ALL APPURTENANCES TO CONSTRUCT THE WALL, IN ACCORDANCE TO THE CONTRACT DOCUMENTS. 38 2511-6745900 RMVL OF SIDEWALK A. DISPOSAL SHALL BE IN ACCORDANCE WITH GENERAL NOTE 5 ON SHEET A.03. 26 2435-0140148 MANHOLE, STORM SWR, SW-401, 48" B. REFER TO REMOVAL OF SIDEWALK TABULATION ON SHEET C.10. A. REFER TO STORM SEWER TABULATION ON SHEET C.07. C. INCLUDES FULL DEPTH SAW CUTTING NECESSARY TO CREATE A CLEAN EDGE BETWEEN EXISTING AND PROPOSED SIDEWALK. B. REFER TO IOWA DOT STANDARD ROAD PLANS. C. MANHOLE FRAME AND LIDS FEATURING THE CITY OF IOWA CITY LOGO & STORM SEWER LABEL AS ILLUSTRATED ON 39 2511-7526004 SIDEWALK, PCC, 4" THE MODIFIED STANDARD ROAD PLAN SW-602 ON SHEET B.06 SHALL BE FURNISHED BY THE CITY. 40 2511-7526006 SIDEWALK, PCC, 6" D. INCLUDES FURNISHING STRUCTURES AND APPURTENANCES, HANDLING, EXCAVATION, DEWATERING, INSTALLATION, 41 2511-7528101 DETECTABLE WARNING - CURB RAMP BEDDING, BACKFILL, CONCRETE COLLARS AND MISCELLANEOUS WORK. A. REFER TO SIDEWALK TABULATION ON SHEET C.08. B. SIDEWALKS THAT ARE 5 FT AND NARROWER SHALL BE 4 IN., VARIABLE WIDTH AND 8 FT SIDEWALKS SHALL BE 6 IN. 27 2435-0250700 INTAKE, SW-507 C. REFER TO SHEETS L.01-L.07 FOR GEOMETRIC STAKING AND JOINTING DETAILS. 28 2435-0250800 INTAKE, SW-508 D. REFER TO IOWA DOT STANDARD ROAD PLAN MI-220 FOR CURB RAMP DETAILS. 29 2435-0250804 INTAKE, SW-508,TOP AND INSERT ONLY E. DETECTABLE WARNING PANELS SHALL BE CAST IRON (PAINTED BRICK RED). A. REFER TO STORM SEWER TABULATION ON SHEET C.07. F. ALL PEDESTRIAN CURB RAMPS SHALL INCLUDE A THICKENED EDGE TO MATCH EXISTING OR NEW ADJOINING PAVEMENT THICKNESS. B. REFER TO IOWA DOT STANDARD ROAD PLANS. THICKENED EDGE SHALL EXTEND A MINIMUM OF 2.5 FT FROM PAVEMENT BACK OF CURB. ALL CURB RAMPS SHALL BE A MINIMUM C. INTAKE FRAME AND LIDS FEATURING THE IOWA CITY LOGO & STORM SEWER LABEL AS ILLUSTRATED ON OF 6 IN. THICKNESS BEYOND THICKENED EDGE. RAMPS WILL BE PAID UNDER THE 6 IN PCC SIDEWALK ITEM. THE MODIFIED STANDARD ROAD PLAN SW-602 ON SHEET 8.06 SHALL BE FURNISHED BY THE CITY. G. CONSTRUCTION OF PEDESTRIAN CURB RAMPS SHALL MEET CURRENT ADA REQUIREMENTS. D. INCLUDES FURNISHING STRUCTURES AND APPURTENANCES, HANDLING, EXCAVATION, DEWATERING, INSTALLATION, H. PEDESTRIAN CURB RAMPS LOCATED AT THE INTERSECTION OF SYCAMORE STREET AND US HIGHWAY 6 ARE DIVISION #1. THE BEDDING, BACKFILL, CONCRETE COLLARS AND MISCELLANEOUS WORK. REMAINING 6-INCH PCC SIDEWALK IS DIVISION #2. 30 2502-8212034 SUBDRAIN, LONGITUDINAL, (SHLD) 4" 42 2512-1725256 CURB+GUTTER, PCC, 2.5' 31 2502-8212036 SUBDRAIN, LONGITUDINAL, (SHLD) 6" A. CURB AND GUTTER SHALL BE 9-IN. DEPTH WITH A STANDARD 6-IN CURB. A. REFER TO LONGITUDINAL SUBDRAIN TABULATION (104-9) ON SHEET C.07. B. REFER TO THE FOLLOWING LOCATIONS FOR THE USE OF THIS BID ITEM: B. REFER TO TYPICAL SECTIONS ON SHEETS B.01-B.02. C. REFER TO E-SHEETS FOR US HWY 6 SUBDRAIN LOCATIONS. SYCAMORE STREET CURB AND GUTTER REPLACEMENT FOR THE DRIVEWAY LOCATED AT STA. 6009+24.15 (RT) D. INCLUDES POROUS BACKFILL, TEES, PLUGS AND ALL OTHER REQUIRED FITTINGS; INCIDENTAL TO THIS ITEM. SYCAMORE MALL PARKING LOT (STA. 6001+57 TO 6007+21, RT) E. REFER TO IOWA DOT STANDARD ROAD PLAN RF-19C FOR CONSTRUCTION DETAILS. SYCAMORE STREET CURB AND GUTTER REPLACEMENT FOR STAGED CONSTRUCTION (STA. 121+54.63 TO 121+29.6346T) F. PIPE AND FITTINGS SHALL BE POLYVINYL CHLORIDE (PVC) CORRUGATED PIPE MANUFACTURED BY CONTECH CONSTRUCTION PRODUCTS (A-2000), ADVANCED DRAINAGE SYSTEMS (ADS N-12) OR HANCOR (HI-0), AS SPECIFIED. 43 2512-1725306 CURB+GUTTER, PCC, 3.0' A. CURB AND GUTTER SHALL BE 10-IN. DEPTH WITH A SLOPED 6-1N CURB. � 32 2502-8220193 SUBDRAIN OUTLET (RF-I9C) ' 4 -= B. REFER TO THE FOLLOWING LOCATIONS FOR THE USE OF THIS BID ITEM: 33 2502-8220196 SUBDRAIN OUTLET (RF-19E) (73 • ` I A. REFER TO LONGITUDINAL SUBDRAIN TABULATION (104-9) ON SHEET C.07. WB US HIGHWAY 6 - STA. 219+40 TO 221+65 (LT) 4.7' 8. REFER TO 0 AND E SHEETS FOR OUTLET LOCATIONS. EB US HIGHWAY 6 - STA. 222+62.81 TO 224+88.00 (RT) F" C. REFER TO IOWA DOT STANDARD ROAD PLAN RF-19C AND RF-19E FOR INSTALLATION DETAILS. nj � 3 d D. SUBDRAIN OUTLETS SHALL BE CMP. 44 2515-2475007 DRIVEWAY, PCC, 7" - RF E. INCLUDES RODENT GUARDS. A. REFER TO POINT OF ACCESS TABULATION ON SHEET C.10. ' 1\) sT 1 PROJECT N0: 111002-00 DESIGNED Y: S. COVERS NO DATE BY REVISION DESCRIPTION �� PROJECT DATE, 06/60/2011 CHECKED BY: - US HIGHWAY 6 AND SYCAMORE STREET CAD DATE: 6/4/2012 8:47:48 AM DRAWN BY: - INTERSECTION IMPROVEMENTS C 04 CAD FILE: X:\CR\IE\2011\I II002-00\CAO\Plans\III002-00-COI.sht v CITY OF IOWA CITY,IOWA ESTIMATED PROJECT QUANTITIES ESTIMATE REFERENCE INFORMATION loo as ESTIMATE REFERENCE INFORMATION 100-4A 10 29 0:' 10-29-02 yom Item Code Description Nem Item Code Description B. REFER TO SHEET L.04 FOR GEOMETRIC STAKING AND JOINTING DETAILS. C. REFER TO IOWA DOT STANDARD ROAD PLAN MI-210 FOR DRIVEWAY DETAILS. TRAFFIC CONTROL 55 2528-8445110 A. REFER TO J SHEETS FOR STAGING AND TRAFFIC CONTROL DETAILS. 45 2515-6745600 RMVL OF PAVED DRIVEWAY B. INCLUDES ALL REQUIRED TRAFFIC CONTROL SIGNING FOR CONSTRUCTION OF THE PROJECT, INCLUDING A. REFER TO POINTS OF ACCESS TABULATION ON SHEET C.10. ADDITIONAL SIGNAGE THAT MAY NOT BE INCLUDED ON THE TRAFFIC CONTROL PLAN. B. DISPOSAL SHALL BE IN ACCORDANCE WITH GENERAL NOTE 5 ON SHEET A.03. C. INCLUDES ALL TRAFFIC CONTROL DEVICES AND EQUIPMENT NECESSARY TO MAINTAIN TRAFFIC IN ACCORDANCE C. THIS ITEM INCLUDES REMOVAL AND DISPOSAL OF ALL PCC, ACC OF VARIOUS THICKNESSES. WITH THE MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (MUTCD) AND THE IOWA DOT STANDARD ROAD PLANS. D. INCLUDES FULL DEPTH SAW CUTTING NECESSARY TO CREATE A CLEAN EDGE BETWEEN EXISTING AND PROPOSED PAVEMENTS. D. THE TEMPORARY PAVEMENT (6" PCC OR 4" HMA W/ 6-INCH CURB), CURB REMOVAL AND MISCELLANEOUS GRADING FOR E. REFER TO TRAFFIC CONTROL AND STAGING SHEETS J.01-J.05 FOR CONSTRUCTION SEQUENCE. THE TEMPORARY PAVEMENT AS REQUIRED FOR PHASE 3A WILL NOT BE PAID FOR SEPERATELY, BUT SHALL BE F. ANY DAMAGE TO EXISTING DRIVEWAY PAVEMENTS (INCLUDING SPECIAL OR DECORATIVE CONCRETE) NOT IDENTIFIED CONSIDERED INCIDENTAL TO THIS ITEM. FOR REMOVALS, SHALL BE REPLACED AT THE CONTRACTORS EXPENSE. E. THE REMOVAL OF EXISTING SIGNS AS WELL AS THE INSTALLATION OF NEW TRAFFIC SIGNAGE WILL BE PERFORMED BY THE CITY OF IOWA CITY STREETS DEPARTMENT. THE CONTRACTOR SHALL CONTACT THE STREETS DEPARTMENT (PH.319-356-5181 ) 46 2518-6910000 SAFETY CLOSURE WHEN EXISTING SIGNS NEED TO BE REMOVED AND WHEN PROPOSED SIGNAGE NEEDS TO BE INSTALLED. A. REFER TO TRAFFIC CONTROL AND STAGING SHEETS J.O1-J.05 FOR CONSTRUCTION SEQUENCE. B. INCLUDED FOR CLOSURE OF SYCAMORE STREET NORTH OF US HIGHWAY 6 DURING PHASE I OF CONSTRUCTION. FLAGGER 56 2528-8445113 A. REFER TO J SHEETS FOR STAGING AND TRAFFIC CONTROL DETAILS. 47 2519-3300600 FENCE, SAFETY B. FOR TRAFFIC STAGING, CONCRETE PLACEMENT, ANO ALL OTHER MISCELLANEOUS CONSTRUCTION MEASURES. A. BID ITEM TO BE USED FOR RETAINING WALL REMOVAL AND CONSTRUCTION. C. THIS ITEM SHALL BE PERFORMED IN ACCORDANCE WITH APPLICABLE SECTIONS OF THE IOWA DOT STANDARD 8. THE CONTRACTOR WILL BE PAID THE CONTRACT UNIT PRICE PER LINEAL FOOT. THIS SHALL BE CONSIDERED FULL SPECIFICATIONS SECTION 2528 - TRAFFIC CONTROL. COMPENSATION FOR FURNISHING ALL MATERIAL, EQUIPMENT AND LABOR FOR THE INSTALLATION AND REMOVAL D. USE OF FLAGGERS TO BE APPROVED BY THE PROJECT ENGINEER. FOLLOWING CONSTRUCTION ACTIVITIES. MOBILIZATION 48 2525-0000100 TRAFFIC SIGNALIZATION 57 2533-4980005 A. PAYMENT AND MOBILIZATION SHALL BE IN ACCORDANCE WITH SECTION 2533 OF THE IOWA DOT STANDARD SPECIFICATIONS. 49 2525-0000120 RMVL OF TRAFFIC SIGNALIZATION A. REFER TO SHEETS N.OI-N.12 FOR TRAFFIC SIGNAL DETAILS. B. REFER TO TRAFFIC SIGNALIZATION SPECIFICATION. 58 2542-1006010 CRACK & JOINT CLEAN & SEAL (PCC PAV'T) C. THE TRAFFIC SIGNAL POLES INCLUDING ANCHOR BASES, VERTICAL SHAFTS, MAST ARMS, LUMINAIRE ARMS, ANCHOR BOLTS, 59 2542-1007000 SEALER MATERIAL (PCC PAV'T) AND ALL HARDWARE FOR POLE ASSEMBLY WILL BE SUPPLIED BY THE CITY OF IOWA CITY. THE CONTRACTOR SHALL MAKE A. REFER TO SHEETS L.08-L.09 FOR LIMITS OF PCC PAVEMENT CRACK AND JOINT CLEANING AND SEALING. ARRANGEMENTS WITH THE CITY AS TO WHERE THE CONTRACTOR CAN ACQUIRE THE TRAFFIC SIGNAL EQUIPMENT FOR THE B. FOR USE ON SYCAMORE STREET (SOUTH OF HWY 6) STA. 100+04.30 TO 121+29.63. THE PROJECT. THE CONTRACTOR SHALL BE RESPONSIBLE FOR LOADING AND DELIVERING THE EQUIPMENT FROM THE CITY'S C. ITEM WILL PAID BASED UPON A SINGLE MEASUREMENT ALONG CENTERLINE OF SYCAMORE STREET WITHIN THE LIMITS AS STORAGE FACILITY TO THE PROJECT SITE. THE CONTRACTOR IS RESPONSIBLE FOR ASSEMBLY AND INSTALLATION OF DESIGNATED FOR CRACK & JOINT CLEANING AND SEALING. NO ADDITIONAL PAYMENT WILL BE MADE FOR THE SIOEROADS. THE CITY SUPPLIED SIGNAL EQUIPMENT. THE CONTRACTOR SHALL USE CARE WHEN HANDLING POLES AS TO NOT DAMAGE SYCAMORE STREET IS A NON-TYPICAL 45 FT B-8 TYPICAL SECTION WITH NON-TYPICAL TRANSVERSE JOINT SPACINGS. THE POLE FINISH. D. REFER TO IOWA DOT SPECIFICATION 2542. 50 2526-8285000 CONSTRUCTION SURVEY 60 2554-0112012 WATER MAIN, TRENCHED. DIP, 12" A. REFER TO CONTROL POINT AND ALIGNMENT TABULATIONS ON SHEETS G.01. A. REFER TO WATER MAIN TABULATION ON SHEET C.11. B. THIS ITEM INCLUDES ALL SURVEY WORK NECESSARY FOR THE CONSTRUCTION OF THIS PROJECT AS INTENDED B. REFER TO IOWA DOT STANDARD ROAD PLANS SW-101 AND SW-104 FOR TYPICAL TRENCH DETAILS. BY THE CONTRACT DOCUMENTS AND APPROVED REVISIONS. C. TRENCH BACKFILL FOR WATER MAIN (INCLUDING TRENCH ENVELOPE) WITHIN 5 FT OF OR UNDER PAVED AREAS (MAINLINE, C. INCLUDES STAKING OF THE TEMPORARY CONSTRUCTION EASEMENTS AS ILLUSTRATED ON THE D-SHEETS. SIDE ROADS, AND DRIVEWAYS) SHALL BE CLASS P-3 WITH CLASS "A" CRUSHED STONE (MEETING IOWA DOT GRADATION NO. 11 ) D. ADDITIONAL SURVEY WORK REQUIRED TO RESTAKE SURVEY POINTS DISTURBED DURING CONSTRUCTION WILL NOT GRANULAR MATERIAL TRENCH BACKFILL SHALL BE COMPACTED TO 95% STANDARD PROCTOR DENSITY. BE PAID FOR SEPARATELY BUT SHALL BE CONSIDERED INCIDENTAL TO THIS ITEM. CONTRACTOR SHALL PROTECT D. INCLUDES NITRILE GASKETS, POLYETHYLENE ENCASEMENT, TRACER WIRE, GRANULAR BEDDING AND TRENCH BACKFILL. SURVEY STAKES OR REPLACE AS NEEDED WITH NO ADDITIONAL COMPENSATION. E. INCLUDES TEMPORARY CAPS/PLUGS REQUIRED FOR STAGED CONSTRUCTION. F. REFER TO WATER DISTRIBUTION SYSTEM SPECIFICATION 2660. TESTING AS OUTLINED IN APPENDIX OF SPECIFICATION 51 2527-9263109 PAINTED PAV'T MARK, WATERBORNE/SOLVENT WILL NOT BE PAID FOR SEPERATELY, BUT SHALL BE CONSIDERED INCIDENTAL TO THIS ITEM. A. REFER TO TABULATION ON SHEET C.09. G. SHUTDOWN OF THE 16" WATER MAIN AS REQUIRED FOR THE REPLACEMENT OF THE 12" TEE WITH THE PROPOSED 16" TEE B. REFER TO IOWA DOT STANDARD ROAD PLAN PM-110 FOR PAVEMENT MARKING DETAILS. (STA. 6001+04, 58.30' RT) WILL ONLY BE ALLOWED DURING THE HOURS OF 12 AM TO 5 AM FOR A MAXIMUM OF A 3 HOUR PERIOD. C. FOR SYCAMORE MALL PARKING LOT PERMANENT PAVEMENT MARKINGS. THE CONTRACTOR SHALL COORDINATE WITH THE IOWA CITY WATER DEPARTMENT A MINIMUM OF 48 HOURS PRIOR TO THE SCHEDULED SHUTDOWN. PAYMENT FOR OVERTIME HOURS WILL NOT BE PAID SEPARATELY, BUT SHALL BE CONSIDERED INCIDENTAL TO THIS ITEM. 52 2527-9263117 PAINTED PAV'T MARK, DURABLE 61 2554-0203000 FITTINGS BY WEIGHT, DI A. REFER AV TA MARK, DN ON SHEET C.09. A. REFER TO WATER MAIN FITTINGS TABULATION ON SHEET C.I1. REFERTO TO B. REFER TO IOWA DOT STANDARD ROAD PLANS PM-l10 FOR PAVEMENT MARKING DETAILS. C. INCLUDES USEEWATER DISTRIBUTION OF NITRILE GASKETS SYSTEMSPECIFICATION 2660. C. C. REFER TO SHEETS K.O1-K.02 FOR PAVEMENT MARKING LAYOUT. AND MEGALUG JOINT RESTRAINT (INCIDENTAL TO ITEM). D. IN ACCORDANCE WITH IOWA DOT MATERIALS IM 483.04 AND STANDARD SPECIFICATION 2527. D. ALL GASKETS, GLAND RINGS AND BOLTS ARE NOT INCLUDED IN THE WEIGHT AND ARE CONSIDERED INCIDENTAL TO TME FITTING. E. THE WEIGHT OF A FITTING IS DEFINED BY THE SPECIFIED WEIGHT OF THE AWWA C110/C153 FITTING QR ),IANUFACjlRERS 53 2527-9263138 PAINTED SYMBOL+LEGEND EQUIVALENT STANDARD. A. REFER TO TABULATION ON SHEET C.09. 62 2554-0206000 VALVE, BUTTERFLY, DIP, 16" -- - B. REFER TO IOWA DOT STANDARD ROAD PLAN PM-Ill FOR PAINTED SYMBOL & LEGEND DETAILS. 63 2554-0207012 VALVE, GATE, DIP, 12" C. REFER TO SHEETS K.OI-K.02 FOR PAINTED SYMBOL AND LEGEND LAYOUT. A. REFER TO TABULATION ON SHEET C.II. � - D. FOR SYCAMORE MALL PARKING LOT PERMANENT PAVEMENT MARKING SYMBOLS :7<r— B. REFER TO 0 SHEETS FOR VALVE LOCATIONS. BOL+LEGEND, DURABLE C. INCLUDES USE OF NITRILE GASKETS AND MEGALUG JOINT RESTRAINT (INCIDENTAL TO ITEM). (11).:j - I 54 2527-9263143 PAINTED SYM A. REFER YMi TABULATION ON SHEET C.09. D. REFER TO SPECIAL PROVISIONS FOR WATER MAIN FOR WATER DISTRIBUTION SYSTEM. . --... A. REFER TO TABU AOT NTONDSHE ROCD PLAN PM Ill FOR PAINTED SYMBOL & LEGEND OE TA IIS. E. INCLUDES BEDDING, CONCRETE BLOCKING. GLAND RINGS, GASKETS. TIE RODS, BOLTS, VALVE BOX AND•LID, P(SOETHYLEN- C. REFER TO SHEETS K.01-K.02 FOR PAINTED SYMBOL AND LEGEND LAYOUT. ENCASEMENT, AND EXTENSION IF REQUIRED. t D. IN ACCORDANCE WITH IOWA DOT MATERIALS IM 483.04 AND STANDARD SPECIFICATION 2527. 64 2554-0210201 FIRE HYDRANT ASSEMBLY, WM-20I A. REFER TO HYDRANT ASSEMBLY TABULATION ON SHEET C.II. B. REFER TO 0 SHEETS FOR HYDRANT LOCATIONS. C. REFER TO TYPICAL DETAIL ON SHEET B.05. • PROJECT NO: 111002-00 _ DESIGNED BY: S. SOVERS NO DATE BY REVISION DESCRIPTION PROJECT DATE: 06/30/2011 DRAWNCI-ECKEDB BY: - Foth US HIGHWAY B AND SYCAMORE STREET CAD DATE: 6/4/2012 8:47:48 AM DRAWN BY: - INTERSECTION IMPROVEMENTS C.05 ESTIMATED PROJECT QUANTITIES CAD FILE: X:\CR\IE\20II\111002-00\CAD\Plans\111062-00-COI.,ht v CITY OF IOWA CITY,IOWA I00-4A 100-4A ESTIMATE REFERENCE INFORMATION 10-29-02 ESTIMATE REFERENCE INFORMATION Item Item Code Description Item Item Code Description No. No. D. INCLUDES USE OF NITRILE GASKETS AND MEGALUG JOINT RESTRAINT (INCIDENTAL TO ITEM). 73 2599-9999010 CONSTRUCTION EROSION CONTROL E. REFER TO WATER DISTRIBUTION SYSTEM SPECIFICATION 2660. A. THIS ITEM INCLUDES MANAGEMENT OF PERMIT REQUIREMENTS AND MAINTENANCE OF A STORM WATER MANAGEMENT PLAN. F. INCLUDES PROVIDE AND INSTALLED HYDRANT. 6-IN PIPING AS REQUIRED. MJ TEE, 6-IN VALVE AND BOX, TRACER WIRE THIS ITEM SHALL BE IN ACCORDANCE WITH NPDES REQUIREMENTS. CONTRACTOR/SUBCONTRACTOR IS RESPONSIBLE FOR RECEPTACLE, POLYETHYLENE ENCASEMENT, THRUST BLOCKING. EXCAVATION AND BACKFILL (INCLUDING COMPACTION). THE IMPLEMENTATION AND MANAGEMENT OF CONTROL MEASURES SPECIFIC TO THE PROJECT SITE. 65.2599-9999005 REMOVAL OF FIRE HYDRANT 74 2601-2634150 MULCH, WOOD CELLULOSE FIBER A. REFER TO 0 SHEETS FOR HYDRANT REMOVAL LOCATIONS. A. REFER TO EROSION CONTROL TABULATION ON SHEET C.11. B. REMOVAL OF FIRE HYDRANT WILL BE MEASURED BY ACTUAL COUNT BY THE ENGINEER. B. SHALL BE APPLIED USING STANDARD HYDRAULIC MULCHING EQUIPMENT. C. ALL REMOVED HYDRANTS SHALL BE SALVAGED AND PROVIDED TO THE CITY. C. APPLICATION RATE SHALL BE IN ACCORDANCE WITH THE MANUFACTURERS RECOMMENDATION. D. THE CONTRACTOR WILL BE PAID THE CONTRACT UNIT PRICE PER EACH FIRE HYDRANT REMOVED. THIS SHALL BE CONSIDERED FULL COMPENSATION FOR FURNISHING ALL TOOLS, EQUIPMENT, LABOR AND MATERIALS (INCLUDING GRANULAR BACKFILL) 75 2601-2636044 SEED+FERTILIZE (URBAN) FOR THE REMOVAL OF HYDRANTS, PAD, FITTINGS, SPOOL AND ALL OTHER HARDWARE. A. REFER TO EROSION CONTROL TABULATION ON SHEET C.11. B. INCLUDES SEED, FERTILIZER AND EROSION MAINTENANCE UNTIL ESTABLISHED GROWTH HAS BEEN ATTAINED. 6612599-9999005 BUS STOP SHELTER. REMOVE AND REINSTALL C. THE TOP 6-INCHES OF THE SEED BED SHALL BE FREE OF ROCK AND DEBRIS AND SHALL BE SUITABLE FOR THE A. REFER TO SHEETS D.02 FOR LOCATION. ESTABLISHMENT OF VEGETATION WITH THE APPROVAL OF THE ENGINEER. B. INCLUDES ALL HARDWARE AND FITTINGS NECESSARY FOR INSTALLATION OF 'BUS STOP SHELTER, INCLUDING ALL CONCRETE AND FOOTINGS. 76 2601-2638352 SLOPE PROTECTION, WOOD EXCELSIOR C. THE CONTRACTOR WILL BE PAID THE CONTRACT UNIT PRICE PER EACH. THIS SHALL BE CONSIDERED FULL A. REFER TO EROSION CONTROL TABULATION ON SHEET C.11. COMPENSATION FOR FURNISHING ALL MATERIAL, EQUIPMENT AND LABOR FOR THE REMOVAL AND REINSTALLATION B. REFER TO IOWA DOT STANDARD ROAD PLAN EC-103 FOR INSTALLATION DETAILS. OF EXISTING BUS STOP SHELTER. 77 2601-2642120 STABILIZE CROP - SEED+FERTILIZE (URBAN) 67 2599-9999005 SUBDRAIN, CLEANOUTS, 6 IN. PVC, TYPE A-1 A. REFER TO EROSION CONTROL TABULATION ON SHEET C.11. A. REFER TO LONGITUDINAL SUBDRAIN TABULATION ON SHEET C.07. B. THIS ITEM IS TO BE USED AT THE DIRECTION OF THE ENGINEER TO TEMPORARY SEED DISTURBED AREAS UNTIL B. REFER TO D SHEETS FOR CLEANOUT LOCATIONS. APPROPRIATE SEEDING DATES. C. REFER TO FIGURE 4040.232 ON SHEET B.O6 FOR INSTALLATION DETAILS. C. INCLUDES SEED, FERTILIZER, WATER AND EROSION MAINTENANCE UNTIL ESTABLISHED GROWTH HAS BEEN ATTAINED. D. THE CONTRACTOR WILL BE PAID THE CONTRACT UNIT PRICE PER EACH. THIS SHALL BE CONSIDERED FULL COMPENSATION FOR FURNISHING ALL MATERIALS. EQUIPMENT AND LABOR FOR THE INSTALLATION OF SUBDRAIN CLEANOUTS IN ACCORDANCE 78 2602-0000020 SILT FENCE WITH THE CONTRACT DOCUMENTS. 79 2602-0000060 RMVL OF SILT FENCE 80 2602-0000090 CLEAN-OUT OF SILT FENCE 68 2599-9999009 REMOVAL OF WATER MAIN A. REFER TO SILT FENCE TABULATION ON SHEET C.II. A. ITEM INCLUDED FOR THE REMOVAL OF WATER MAIN ALONG THE EAST SIDE OF SYCAMORE STREET STA. 6004+25 TO 6007+30 B. REFER TO IOWA DOT STANDARD ROAD PLAN EC-20I FOR SILT FENCE INSTALLATION DETAILS. AND STA. 6009+30 TO 6009+99. ALL OTHER MAIN WITHIN THE CORRIDOR SHALL BE ABANDONED IN PLACE. ALL ABANDONED C. INCLUDES REMOVAL AND PROPER DISPOSAL ONCE STABILIZATION OF DISTURBED GROUND IS ACHIEVED. WATER MAIN SHALL BE CAPPED WITH CONCRETE PLUGS (INCIDENTAL TO THIS ITEM). D. ADDITIONAL QUANTITY HAS BEEN ADDEO TO THIS ITEM FOR USE DURING CONSTRUCTION ACTIVITIES. PLACEMENT B. THE LENGTH OF WATER MAIN REMOVED WILL BE MEASURED IN THE FEET BY THE PROJECT ENGINEER. LOCATIONS SHALL BE IN ACCORDANCE TO THE POLLUTION PREVENTION PLAN. C. ALL WATER MAIN REMOVED WITHIN PROPOSED STREET PAVING (INCLUDING DRIVEWAYS) OR WITH TRENCH LIMITS WITHIN PROPOSED PAVEMENT OR WITHIN 5 FT OF SHALL BE BACKFILL WITH CLASS "A" CRUSHED STONE (MEETING IOWA DOT GRADATION NO. 11 ). D. GRANULAR BACKFILL WILL NOT BE PAID FOR SEPARATELY. BUT SHALL BE CONSIDERED INCIDENTAL TO THIS ITEM. E. THE CONTRACTOR WILL BE PAID THE CONTRACT UNIT PRICE PER LINEAL FOOT. THIS SHALL BE CONSIDERED FULL COMPENSATION FOR FURNISHING ALL MATERIAL, EQUIPMENT AND LABOR FOR THE REMOVING, BACKFILLING AND DISPOSING OF EXISTING PIPE. c-� 69 2599-9999010 MODULAR BLOCK RETAINING WALL (HEAVY) % N 70 2599-9999010 INTERMEDIATE FOUNDATION FOR MODULAR BLOCK RETAINING WALL (HEAVY) "M c:: A. REFER TO SHEET U.01 FOR RETAINING WALL DETAILS. }—'1 B. REFER TO SPECIAL PROVISION FOR MODULAR BLOCK RETAINING WALL AND INTERMEDIATE FOUNDATION IMPROVEMENT. C–)--‹ C. THE CONTRACTOR SHALL SUBMIT SHOP DRAWINGS, CERTIFIED BY A LICENSED ENGINEER IN THE STATE OF IOWA, FOR APPROVAL --1(') ' " 1 BY THE PROJECT ENGINEER. C D. SUBDRAIN SHALL BE DAYLIGHTED THROUGH THE FACE OF THE WALL AT THE LOWEST ELEVATION AND AT 50 FT INTERVALS FOR r', t THE LENGTH OF THE WALL. NOTCHING OF WALL BLOCK, RODENT GUARDS, AND ALL FITTINGS AS REQUIRED TO DAYLIGHT THE PROPOSED SUBDRAIN THRU THE FACE OF THE WALL WILL NOT BE PAID FOR SEPERATELY, BUT SHALL BE CONSIDERED TV INCIDENTAL TO THE MODULAR BLOCK RETAINING WALL ITEM. J� C lT E. INCLUDES RETAINING WALL MATERIALS (INCLUDING CAP), EXCAVATION, GRANULAR BACKFILL, SUBDRAIN AND ALL APPURTENANCES i ri TO CONSTRUCT THE WALL, IN ACCORDANCE TO THE CONTRACT DOCUMENTS. F. INCLUDES 8-INCH PCC PAVEMENT (W/ 7-INCH MODIFIED SUBBASE) BETWEEN SYCAMORE MALL PARKING LOT CURB & GUTTER AND FACE OF RETAINING WALL STRUCTURE. G. TEMPORARY SHEETING/SHORING WILL NOT BE PAID FOR SEPERATELY, BUT SHALL BE CONSIDERED INCIDENTAL TO THIS ITEM. 71 2599-9999010 REMOVAL OF EXISTING RETAINING WALL A. REFER TO SHEET 0.01 FOR REMOVAL OF EXISTING RETAINING WALL STRUCTURE. B. THE CONTRACTOR WILL BE PAID THE LUMP SUM CONTRACT PRICE. THIS SHALL BE CONSIDERED FULL COMPENSATION FOR FURNISHING ALL MATERIAL, EQUIPMENT AND LABOR FOR REMOVING, BACKFILLING AND DISPOSING OF THE EXISTING REINFORCED CONCRETE RETAINING WALL STRUCTURE. INCLUDES COMPLETE REMOVAL AND BACKFILLING OF STRUCTURAL FOOTINGS. 72 2599-9999010 IT/TRAFFIC SIGNAL INTERCONNECT A. REFER TO SHEETS N.04 & N.07 FOR TRAFFIC SIGNAL INTERCONNECT DETAILS. B. REFER TO SPECIFICATION FOR TRAFFIC SIGNAL INTERCONNECT. PROJECT N0: 111002-00 DESIGNED BY: S. SOVERS NO DATE BY REVISION DESCRIPTION Fot � STET NO. PROJECT GATE: 06/30/2011 CHECKED BY: - US HIGHWAY 6 AND SYCAMORE STREET CAD DATE: 6/4/2012 8,47,49 AM DRAWN BY: - INTERSECTION IMPROVEMENTS C.06 CAD FILE: X:\CR\IE\2011\111002-00\CAD\Plans\111002-00-COl.sht — CITY OF IOWA CITY,IOWA ESTIMATED PROJECT QUANTITIES LIST OF INTAKES AND UTILITY ACCESSES LIST OF STORM SEWER PIPE 104-5B Moc1f1c;i Location Type or Form Bottom Structure Line Intake/Utility Class Pipe Length Slo Flow Lines Poppe Number Standard Grade Well Depth "' umber Access No. 0• Diameter of Line Inlet Outlet Other Pro(1le f'"` Notes (Station) Road Plan (Elev.) (Elev.) (Feet) From To (Inches) (Feet) Elevation Elevation Elevation Sheet No. S-1 121+79.53, 61.76' LT EXIST. 730.20 N/A - P-1 S-1 S-2 24 27 3.33 727.10 726.20 CONNECT INTO EXISTING BEHIVE INTAKE S-2 121+75.27, 31.51' LT SW 508 730.39 725.60 S-3 121+79.72, 25.58' LT SW-401 730.49 725.33 48" DIA. P-2 S-2 S-3 24 5 3.40 726.10 725.93 S-4 121+78.77, 23.09' RI SW-508 730.39 EXIST. INTAKE TOP AND INSERT ONLY P-3 S-3 S-4 24 725.83 EXISTING, FIELD VERIFY FLOWLINE 5-5 121+73.14, 50.26' RT SW-211 N/A N/A S-6 121+72.87, 88.38' RT RF-3, 24" N/A N/A TYPE 2, FL ELEV = 723.25 P-5 S-5 S-6 24 32 2.32 724.13 723.39 _ INSTALL 18 TONS OF CLASS E REVETMENT - S-7 221+60.00, 12.00' LT SW-507 732.09 728.34 SLOPE INTAKE TOP TO MATCH MEDIAN SLOPE S-8' 221+50.00, 8.00' LT SW-507 731.93 728.13 SLOPE INTAKE TOP TO MATCH MEDIAN SLOPE P-7 S-7 S-8 15 6 0.60 728.87 728.83 P-8 S-8 S-9 15 5 0.60 728.63 728.60 EXISTING, FIELD VERIFY FLOWLINE LONGITUDINAL SUBDRAIN SHOULDER AND BACKSLOPE 104 I Refer to RL-I3 or RL-15. Refer to Soils Sheets. * Not a Bid Item MJ:f I Location Longitudinal Subdraln CMP Subdrain Outlet Road Depth Shoulder Backslope Structure Porous * Line or Backfill Division Remarks No. Lane Station to Station Side O Size Length Size Length From To Station Size * Ident. (Inches) (Inches) (Feet) (Feet) (Inches) (Cu. Yds.) ' SD-I SYC 6000+53 6004+25 LT 42 _ 6 387 CO-1 SO-I 6004+25 8 1 RF-19E OUTLET SO-1 (STA. 6004+25, 24.5' LT) 1 CLEANOUT CO-1 (STA. 6000+53, 28.2' LT) SD-2 SYC 6000+53 6004+25 RT 42 6 421 CO-2 SO-2 6004+25 8 1 RF-19E OUTLET SO-2 (STA. 6004+25, 24.5' LT) 1 CLEANOUT CO-2 (STA. 6000+53, 58.8' RT) SD-3 HWY 6 216+05 220+00 LT 36 4 420 SP-1 SO-3 220+00 : 6 3 RF-19E OUTLET SO-3 (STA. 220+00, 64.5' LT) • 3 PLUG SP-1 (STA. 216+05, 39.5' LT) SD-4 HWY 6 216+05 221+80.4 RT 36 , 4 586 SP-2 S-) 221+80.4 6 3 RF-19C OUTLET S-1 (STA. 221+80.4, 72.3' RT) 3 PLUG SP-2 (STA. 216+05, 39.5' RT) SD-5 HWY 6 220+00 224+00 LT 36 4 450 SO-4 SO-5 220+00 6 3 RF-19E OUTLET SO-4 (STA. 220+00, 64.5' LT) 224+00 6 3 RF-19E OUTLET SO-5 (STA. 224+00, 64.5' LT) SD-6 HWY 6 222+70 228+23 RT 36 4 570 SP-3 SO-B 228+23 6 3 RF-19E OUTLET SO-8 (STA. 228+23. 61.0' RT) 3 PLUG SP-3 (STA. 222+70, 39.5' RI) SD-7 HWY 6 224+00 228+23 LT 36 4 474 SO-6 SO-7 224+00 6 3 RF-19E OUTLET SO-6 (STA. 224+00, 64.5' LT) 228+23 6 3 RF-19E OUTLET SO-7 (STA. 228+23, 61.0' LT) r __ c--...D IV .T. C_ c--)-( ( `-�.w. :"l C) �- <l.`_ rte( 7 cn Cii PROJECT NO: 111002-00 DESIGNED BY: S.SOVERS NO DATE BY REVISION DESCRIPTION PROJECT DATE: 2020/2011 CHECKED - - US HIGHWAY 6 AND SYCAMORE STREET CAD DATE: 6/4/2012 8:47:50 AM DRAWN BY, INTERSECTION IMPROVEMENTS C.07 CAD FILE: X:\CR\IE\2011\111002-00\CAD\Plans\LI1002-00-C01.eht I-- 9 Fotli CITY OF IOWA CITY,IOWA ESTIMATED PROJECT QUANTITIES SIDEWALKS 113-I See MI-220 and S Sheets 04-'7 12 Road 4" PCC si PCC Si Detectable ldentiftcatlon Station to Station Side Sidewalk Div 1 Div 2 Warnings Remarks SY SY SY SF 120+77.69 122+04.85 RT 19 96 26 SYCAMORE(S) INCLUDES QUANTITY FOR 6" SIDEWALK PVMT BETWEEN RAMPS 121+46.14 121+84.15 LT 22 6 10 SYCAMORE(S) 6000+59.19 6007+31.22 RT 11 594 24 SYCAMORE(N) INCLUDES QUANTITY FOR 6" SIDEWALK BETWEEN BOC AND FACE OF SIDEWALK AT THE PROPOSED BUS SHELTER LOCATION 6007+86.10 6009+17.65 RT 116 24 SYCAMORE(N) 6009+30.65 6010+12.95 RT 74 SYCAMORE(N1 TOTAL 22 36 880 84 rU 7`J ., '-< tom? UT7 PROJECT NO: 11DESIGNEDY: S. SOVERS NO DATE BY REVISION DESCRIPTION FOtII PROJECT GATE: 06/30/2011 CHECKED sY: - US HIGHWAY 6 AND SYCAMORE STREET CAD DATE: 6/4/2012 8:47:50 AM DRAWN BY: - INTERSECTION IMPROVEMENTS C.08 CAO FILE: X:\CR\IE\2011\1I1002-00\CAO\Plans\111002-00_COl.sht eFoth CITY OF IOWA CITY,IOWA ESTIMATED PROJECT QUANTITIES TABULATION OF PAVEMENT MARKINGS (DURABLE) 108-22 10-I9-L4 13 Broken Center Line (Yellow) SMI No-Passing Zone Line (Yellow) elEdge Line Right (White) elDotted Line (White) C Channelizing Line (White) 41Dd Stop Line (White) O Crosswalk Line (White) 40:DWhite Curb ))Double Center Line (Yellow) lalBroken Lane Line (White) lSii'Edge Line Left (Yellow) lSolid Lane Line (White) iMi Channellztng Line (Yellow) "Crosswalk Bar (White) 411DYellow Curb ie Yield Line (White) Location Length (In Stations) RoadStation to Station Identification L Side R SO 2 10 ® 0 ID ® © ® CD ® ® ® ® Remarks US HWY 6 216+10 - 221+64 X X 11.08 4 DURABLE - DIVISION 3 US HWY 6 216+10 - 221+60 X 5.5 DURABLE - DIVISION 3 US HWY 6 216+10 - 218+70 X 2.61DURABLE - DIVISION 3 US HWY 6 216+10 - 219+40 X X 6.62 DURABLE DIVISION 3 US HWY 6 218+40 221+64 X 8.35 DURABLE - DIVISION 3 US HWY 6 219+40 - 221+64 X 2.24 DURABLE - DIVISION 3 US HWY 6 221+64 X X 0.64 DURABLE - DIVISION 3 US HWY 6 222+49 X X _ 1.17 DURABLE - DIVISION 3 US HWY 6 222+57 X X 1.03 DURABLE - DIVISION 3 _ US HWY 6 222+64 - 228+18 X X 11.08 DURABLE - DIVISION 3 US HWY 6 222+96 - 228+18 X 5.22 DURABLE - DIVISION 3 US HWY 6 222+69 - 228+18 X 5.49 DURABLE - DIVISION 3 US HWY 6 224+87 - 228+18 X X 6.62 DURABLE - DIVISION 3 US HWY 6 222+95 - 225+87 X 7.85 DURABLE - DIVISION 3 US HWY 6 222+64 X X 0.51 DURABLE - DIVISION 3 SYCAMORE S. 121+82 X X 0.59 DURABLE - DIVISION 1 SYCAMORE S. 121+88 X X 0.67 DURABLE - DIVISION 1 SYCAMORE S. 121+76 X X 0.3 DURABLE - DIVISION I SYCAMORE S. 121+01 - 121+76 X 0.75 _ DURABLE - DIVISION 1 SYCAMORE S. 120+26 - 121+76 X 1.5 DURABLE - DIVISION 1 SYCAMORE S. 117+42 - 120+26 X 2.84DURABLE - DIVISION 1 SYCAMORE S. 117+42 - 120+26 X 2.84 DURABLE - DIVISION I SYCAMORE S. 117+42 - 119+96 X 2.54 DURABLE - DIVISION I SYCAMORE S. 117+42 - 119+96 X 2.54 DURABLE - DIVISION I SYCAMORE N. 6000+50 X X 0.38 DURABLE - DIVISION Imo, SYCAMORE N. 6000+50 - 6004+30 X 3.82 DURABLE - DIVISION I` SYCAMORE N. 6000+50 - 6002+50 X X 2 DURABLE - DIVISION Ifs MALL 8000+95 - 8007+22 X 14.81 WATERBORNE/.3OLgENT -cVISION--: LENGTH TOTALS 5.38 5.32 5.38 22.16 33.63 13.24 0 4.99 16.2 0 1.83 3.46 O QUANTITY FACTORS 0.25 2 I 0.25 l 1 0.33 1 2 2 6 1.5 1.5 ____. TOTALS 1.345 10.64 5.38 5.54 33.63 13.24 0 4.99 32.4 0 10.98 5.19 0 TABULATION OF PAVEMENT MARKING SYMBOLS AND LEGENDS 108-29 04-26-98 ROAD LOCATION411111 X S 1101: A H E Al) ()MI.? SC R 0 0 L )(IN y IDENTIFICATION14 ;Ito,. (5.* REMARKS STATION SIDE _ H 1 US HWY 6 219+90 LT/RT 1 DURABLE DIVISION 3 US HWY 6 220+65 LT/RT 1 _ _ DURABLE - DIVISION 3 US HWY 6 221+40 LT/RT I DURABLE - DIVISION 3 US HWY 6 219+90 RT 1 _ DURABLE - DIVISION 3 US HWY 6 220+65 RT 1 _ DURABLE - DIVISION 3 US HWY 6 221+40 RT I DURABLE - DIVISION 3 US HWY 6 222+88 LT/RT 1 DURABLE - DIVISION 3 US HWY 6 223+63 LT/RT 1DURABLE - DIVISION 3 - US HWY 6 224+38 LT/RT 1 DURABLE - DIVISION 3 SYCAMORE N. 6000+75 RT 1 - DURABLE - DIVISION I SYCAMORE N. 6001+50 RT 1 - DURABLE - DIVISION 1 SYCAMORE S. 117+76 LT/RT 1 DURABLE - DIVISION 1 SYCAMORE S. 118+09 LT/RT 1 _ DURABLE - DIVISION 1 SYCAMORE S. 120+76 LT/RT I DURABLE - DIVISION 1 SYCAMORE S. 121+51 LT/RT 1 DURABLE - DIVISION 1 MALL 8003+47 RT -Ir _ 1 WATERBORNE/SOLVENT - DIV 2 MALL 8003+56 RT 1 WATERBORNE/SOLVENT - DIV 2 MALL 8003+74 RT 1 WATERBORNE/SOLVENT - DIV 2 PROJECT NO: 111002-00 DESIGNED Y: S.SOVERS NO DATE BY REVISION DESCRIPTION 1 Fot h SHEET NO. PROJECT DATE: 06/30/2011 CHECKED BY: - US HIGHWAY 6 AND SYCAMORE STREET CAD DATE: 6/4/2012 8:47:50 AM DRAWN BY: - 9INTERSECTION IMPROVEMENTS C.09 CAD FILE: X:\CR\IE\2011\111002-00\CAD\Plans\111002-00.001.sht CITY OF IOWA CITY,IOWA ESTIMATED PROJECT QUANTITIES REMOVAL OF PAVEMENT ll0-1 * Refer to Tabulation 102-5 Not a Bid Item 04-19-05 Pavement Area Saw Cut* Intakes and Station to Station Type Utility Accesses Remarks (Sq. Yds.) (Lin. Ft.) (No.) 218+40.2 221+94,3 PCC 87 417 HWY 6 - DIVISION 1 220+30.4 225+39.9 PCC 207 375 HWY 6 - DIVISION 1 121+29.6 122+09.5 PCC 473 _ 116 SYCAMORE(S) - DIVISION 2 6000+38.5 6004+30 PCC 1181 106 SYCAMORE(N) DIVISION 2 TABULATION OF SIDEWALK REMOVAL 110 5 n13-; STATION TO STATION AREA REMARKS Sq.Yds. 120+78 RT 121+98 RT 53 SYCAMORE(S) 121+46 RT 121+89 RT 17 SYCAMORE(S) 6000+57 RT 6007+27 RT 293 SYCAMORE(N) 6007+85 RT 6009+18 RT 58 SYCAMORE(N) 6009+31 RT 6010+13 39 SYCAMORE(N) POINTS OF ACCESS FOTH-1 6 13 05 TOTAL 460 Location Driveway Removal New Construction Curb Width @ Face Station Side Opening of Sidewalk Skew P.C.C. HMA MODIFIED Remarks (ft.) (ft.) (SY) (SY) (SY) SUBBASE (CY) 6007+58.66 RT - 68.77 - 1170 206 808 113 SYCAMORE MALL ENTRANCE & PARKING LOT 6009+24.15 RT 19 13 - 66 47 6 CC CHILD CARE REMOVAL QUANTITY INCLUDES SYCAMORE STREET CURB AND GUTTER REMOVAL (7 , i REMOVALS, AS PER PLAN FOTH 4 - ,. � .-., + . a NO. LOCATION DESCRIPTION REMARKS 121+79, 23' RT SYCAMORE(S)-INTAKE TOP AND THROAT _ _ L.,,; 121+81, 26' LT SYCAMORE(S)-CURB INTAKE 121+80, 44' LT SYCAMORE(S)-24" X 36' RCP 221+75, 2' LT HWY 6-CURB INTAKE 221+64, 4' LT HWY 6-15" X 26' RCP _ 221+48, 85' LT HWY 6 - SHRUBS 221+50, 6' LT HWY 6-BEHIVE INTAKE 221+50, 3' LT HWY 6-15" X 3' RCP 222+77, 93' LT HWY 6 - SHRUBS 222+87, 101' RT HWY 6 - SHRUBS 6001+02, 58' RT SYCAMORE(N) - 12" WATER VALVE 6001+06. 50' RT SYCAMORE(N) - 6" WATER VALVE 6003+95, 24' RT SYCAMORE(N) - 3" TREE 6004+25, 23' RT SYCAMORE(N) - 3" TREE 6004+55, 24' RT SYCAMORE(N) - 3" TREE 6004+84. 24' RT SYCAMORE(N) - 3" TREE 6005+13, 24' RT SYCAMORE(N) - 3" TREE 6005+40, 25' RT SYCAMORE(N) - 3" TREE 6005+65, 25' RT SYCAMORE(N) - 3" TREE 6005+93, 24' RT SYCAMORE(N) - 12" TREE _ 6006+19, 24' RT SYCAMORE(N) - 12" TREE 6006+71, 25' RT SYCAMORE(N) - 8" TREE 6007+03. 26' RT SYCAMORE(N) - 6" TREE PROJECT NO: 111002-00 DESIGNED BY: S. SOVERS NO DATE BY REVISION DESCRIPTION PROJECT DATE: 06/30/2011 CHECKED BY: - 4US Foth HIGHWAY 6 AND SYCAMORE STREET CAD DATE: 6/4/2012 8:4741 AM DRAWN BY: - INTERSECTION IMPROVEMENTS C.1 0 CAD FILE: X:\CR\IE\2011\111002-00\CAD\Plans\111002-00_COl.sht - CITY OF IOWA CITY,IOWA ESTIMATED PROJECT QUANTITIES r3 C-- --- r---)r) C } LIST OF WATER VALVE ASSEMBLIES FOTH-5 -�i r 6-13-05 ;— 1 � � F_ Location Type ize(Inc es) Notes -,, , t It Ii 6001+02.00, 58.30' RT BUTTERFLY 16 W/ NITRILE GASKETS �.. } , _ 6001+04.00, 60.30' RT BUTTERFLY 16 W/ NITRILE GASKETS 6001+04.00, 56.00' RT GATE 12 W/ NITRILE GASKETS • -, 6001+37.00, 34.50' RT GATE 12 W/ NITRILE GASKETS . 6005+48.00, 22.50' RT GATE _ 12 W/ NITRILE GASKETS FOTH-7 6009+73.00, 32.00' RT GATE 12 W/ NITRILE GASKETS LIST OF WATER MAIN PIPE 6-13-05 6009+77.00, 32.00' RT GATE 12 W/ NITRILE GASKETS Location Type Pine Dia. Length Notes From To (Inches) (Feet) • • 6001+04.00 6009+98.76 DIP 12 910 W/ NITRILE GASKETS LIST OF WATER MAIN FITTINGS Forth-6 6-13-05 Location Size/Type Weight Notes (lbs.) 6001+04.00, 58.30' RT 16" X 16" TEE 323 W/ NITRILE GASKETS 6001+04.00, 58.30' RT 16" x 12" REDUCER 125 W/ NITRILE GASKETS FOTH-8 6001+04.00, 54.00' RT 12" 45° BEND _ 111 HORIZONTAL/VERTICAL BEND W/ NITRILE GASKETS LIST OF HYDRANT ASSEMBLIES 6-13-05 6001+23.50, 34.50' RT 12" 45° BEND 111 HORIZONTAL/VERTICAL BEND W/ NITRILE GASKETS 6009+48.00, 22.50' RT 12" 22.5° BEND 80 HORIZONTAL BEND W/ NITRILE GASKETSTop of Ground Location Station Notes 6009+71.00, 32.00' RT 12" 22.5° BEND 80 HORIZONTAL BEND W/ NITRILE GASKETS Elevation 6009+96.99, 32.00' RT 12" 45° BEND 111 HORIZONTAL BEND W/ NITRILE GASKETS 6001+35.00, 43.00' RT 704.00 INSTALL HYDRANT ASSEMBLY W/ NITRILE GASKETS 6009+98.76, 33.77' RT 12" 45° BEND Ill HORIZONTAL BEND W/ NITRILE GASKETS 6009+75.00, 24.50' RT 726.68 INSTALL HYDRANT ASSEMBLY W/ NITRILE GASKETS 6009+98.76. 33.77' RT 12" x 6" REDUCER 60 TOTAL 1112 TABULATION OF EROSION CONTROL DETAILS 100-11 100-17 10-27-98 TABULATION OF SILT FENCES 11-10-83 Location Location Over- Length Remarks Seeding Seeding Wood Crown- Seeding F Station to Station Side (Lin. t.) and and Mulching Excelsior Mat Notes Sod Vetch Special Ditch Mowing 221+50 RT 40 BEHIVE INLET PROTECTION Station to Station Fertilizing Fertilizing Seeding Areas Reshaping 223+25 RT 40 DITCH CHECK AT STORM OUTLET (Acres) (Acres) (Acres) (Squares) (Squares) (Acres) (Acres) (Station) (Acres) 6001+00 6001+50 LT 125 PLACE ALONG RIGHT-OF-WAY AT NW QUADRANT 6000+48 RT 6007+34 RT 175 DIV 1 120+78 RT 122+07 RT 0.14 0.14 0.14 DIV 1 121+46 LT 121+93 LT 0.02 0.02 0.02 DIV 1 6000+48 RT 6007+34 RT 0.47 0.47 0.47 DIV 1 6000+47 LT 6004+30 LT 0.14 0.14 0.14 DIV 1 6007+84 RT 6010+16 RT 0.04 0.04 0.04 DIV 1 _ 216+10 LT/RT 221+73 LT/RT 0.35 0.35 0.35 DIV 3 223+05 LT/RT 228+18 LT/RT 0.34 0.34 0.34 DIV 3 PROJECT NO, 111002-00 DESIGNED BY: S. SOVERS NO DATE BY REVISION DESCRIPTION SHEET NO. PROJECT DATE: 06/30/2011 CHECKED BY: - \.. ' 10t h US HIGHWAY 6 AND SYCAMORE STREET CAD DATE: 6/4/2012 B:47:51 AM DRAWN BY: v INTERSECTION IMPROVEMENTS Ci.11 CAD FILE: X,\CR\IE\2011\111002-00\CAD\Plans\111002-00-C01.sht CITY OF IOWA CITY,IOWA ESTIMATED PROJECT QUANTITIES POLLUTION PREVENTION PLAN 110-12A POLLUTION PREVENTION PLAN 110-12A 4-19-I1 4-19-11 This Pollution Prevention Plan (PPP) includes information on Roles and Responsibilities, Project Site Description, Controls. 2. OTHER CONTROLS Maintenance Procedures, inspection Requirements, Non-Storm Water Controls. Potential Sources of Off Right-of-Way Pollution, and a. Contractor disposal of unused construction materials and construction material wastes shall comply with applicable state Definitions. This plan references other documents rather than repeating the information contained in the documents. A copy of this Base and local waste disposal, sanitary sewer, or septic system regulations. In the event of a conflict with other governmental Pollution Prevention Plan, amended as needed per plan revisions or by contract modification, will be readily available for review. laws, rules and regulations, the more restrictive laws, rules or regulations shall apply. 1) Vehicle Entrances and Exits - Construct and maintain entrances and exits to prevent tracking of sediments onto roadways. All contractors shall conduct their operations in a manner that controls pollutants, minimizes erosion, and prevents sediments from 2) Material Delivery. Storage and Use - Implement practices to prevent discharge of construction materials during delivery. entering waters of the state and leaving the highway right-of-way. The prime contractor shall be responsible for compliance and storage, and use. implementation of the PPP for their entire contract. This responsibility shall be further shared with subcontractors whose work is a 3) Stockpile Management - Install controls to reduce or eliminate pollution of storm water from stockpiles of soil and source of potential pollution as defined in this PPP. paving. 4) Waste Disposal - Do not discharge any materials, including building materials, into waters of the state, except as I. ROLES AND RESPONSIBILITES authorized by a Section 404 permit. A. Designer: 5) Spill Prevention and Control - Implement procedures to contain and clean-up spills and prevent material discharges to the 1. Prepares Base PPP included in the project plan, storm drain system and waters of the state. 2. Prepares Notice of Intent (N01) submitted to Iowa DNR, 6) Concrete Residuals and Washout Wastes - Designate temporary concrete washout facilities for rinsing out concrete trucks. 3. Signature authority on the Base PPP and NO1. Provide directions to truck drivers where designated washout facilities are located. B. Contractor/Subcontractor: 7) Vehicle and Equipment Cleaning - Employ washing practices that prevent contamination of surface and ground water from 1. Affected contractors/subcontractors are co-permittees with the TOOT and will sign a certification statement adhering to the wash water. requirements of the NPDES permit and this PPP plan. All co-permittees are legally required under the Clean Water Act and the 8) Vehicle and Equipment Fueling and Maintenance - Perform on site fueling and maintenance in accordance with all Iowa Administrative Code to ensure compliance with the terms and conditions of this PPP. environment laws such as proper storage of onside fuels and proper disposal of used engine oil or other fluids on site. 2. Submit a detailed schedule according to Article 2602 of the Specifications and any additional plan notes. 9) Litter Management - Ensure employees properly dispose of litter. 3. install and maintain appropriate controls. 3. APPROVED STATE OR LOCAL PLANS 4. Supervise and implement good housekeeping practices. During the course of this construction, it Is possible that situations will arise where unknown materials will be encountered. 5. Conduct joint required inspections of the site with inspection staff. When such situations are encountered, they will be handled according to all federal, state, and local regulations in effect at 6. Signature authority on Co-Permittee Certification Statements and storm water inspection reports, the time. C. RCE/Inspector: 1. Update PPP whenever there is a change in design, construction, operation or maintenance, which has a significant effect on the IV. MAINTENANCE PROCEDURES discharge of pollutants from the project. The contractor is required to maintain all temporary erosion and sediment control measures in proper working order, including 2. Maintain an up-to-date list that identifies contractors and subcontractors as co-permittees. cleaning, repairing, or replacing them throughout the contract period. This shall begin when the features have lost 507. of their- 3. heir3. Make these plans available to the DNR upon their request. capacity. 4. Conduct joint required inspections of the site with the contractor/subcontractor. 5. Complete an Inspection report after each inspection. V. INSPECTION REQUIREMENTS 6. Signature authority on storm water inspection reports and Notice of Discontinuation (NOD). A. Inspections shall be made jointly by the contractor and the contracting authority at least once every seven calendar days and after each rain event that is 1/2" or greater. Storm water monitoring inspections will include: II. PROJECT SITE DESCRIPTION 1. Date of the inspection. A. This Pollution Prevention Plan (PPP) is for the Sycamore Street and U.S. Highway 6 Intersection Improvements. 2. Summary of the scope of the inspection. B. This PPP covers approximately 4.5 acres with an estimated 4.5 acres being disturbed. The portion 3. Name and qualifications of the personnel making the inspection. of the PPP covered by this contract has 4.5 acres disturbed. 4. Rainfall amount. C. The PPP is located in an area of Tama and Downs soil associations. 5. Review erosion and sediment control measures within disturbed areas for the effectiveness in preventing impacts to receiving The estimated average SCS runoff curve number for this PPP after completion will be 86, waters. 0. Storm Water Site Map - Multiple sources of Information comprise the base storm water site map including: 6. Major observations related to the implementation of the PPP. 1. Drainage patterns - Plan and Profile sheets and Situation plans. 7. Identify corrective actions required to maintain or modify erosion and sediment control measures. 2. Proposed Slopes - Cross Sections, B. Include storm water monitoring inspection reports in the Amended PPP. Incorporate any additional erosion and sediment control 3. Areas of Soil Disturbance - construction limits shown on Plan and Profile sheets. measures determined as a result of the inspection. Immediately begin corrective actions on all deficiencies found and complete all 4. Location of Structural Controls - Tabulations on C sheets. actions within 3 calendar days of the inspection. 5. Locations of Non-structural Controls - Tabulations on C sheets. 6. Locations of Stabilization Practices - generally within construction limits shown on Plan and Profile sheets, VI. NON-STORM WATER DISCHARGES 7. Surface Waters (including wetlands) - Plan and Profile sheets. This includes subsurface drains (i.e. longitudinal and standard subdralns) and slope drains. The velocity of the discharge from 8. Locations where storm water is discharged - Plan and Profile sheets. these features may be controlled by the use of patio blocks, Class A stone, erosion stone or other appropriate materials. E. The base site map is amended by contract modifications and progress payments of completed erosion control work. F. Runoff from this work will flow into Ralston Creek. VII. POTENTIAL SOURCES OF OFF RIGHT-OF-WAY (ROW) POLLUTION Silts, sediment, and other forms of pollution may be transported onto highway right-of-way (ROW) as a result of a storm event. III. CONTROLS Potential sources of pollution located outside highway ROW are beyond the control of this PPP. Pollution within highway ROW will A. The contractor's work plan and sequence of operations specified in Article 2602.03 for accomplishment of storm water controls be conveyed and controlled per this PPP. should clearly describe the intended sequence of major activities and for each activity define the control measure and the timing during the construction process that the measure will be implemented, V111. DEFINITIONS B. Preserve vegetation in areas not needed for construction, A. Base PPP - Initial Pollution Prevention Plan. C. Section 2601 and 2602 of the Standard Specifications define requirements to implement erosion and sediment control measures. B. Amended PPP - May include Plan Revisions or Contract Modifications for new Items and fieldbook entries made by the Inspector. Actual quantities used may vary from the Base PPP and amendment of the plan will be documented via fieldbook entries or by C. IDR - Inspector's Daily Report - this contains the inspector's daily diary and item postings. contract modification. Additional erosion and sediment control items may be required as determined by the inspector and/or D. Controls - Methods, practices, or measures to minimize or prevent erosion, control sedimentation, control storm water, or contractor during storm water monitoring inspections. If the work Involved is not applicable to any contract items, the work will minimize contaminants from other types of waste or materials. be paid for according to Article 1109.03 paragraph B. E. Signature Authority - Representative from Designer, Contractor/Subcontractor, or RCE/Inspector authorized to sign various storm 1. EROSION AND SEDIMENT CONTROLS water documents a. Stabilization Practices 1) Site plans will ensure that existing vegetation is preserved where attainable and disturbed portions of the site will be , stabilized. 2) Stabilization measures shall be initiated as soon as practicable in portions of the site where construction activities have temporarily or permanently ceased. 3) Temporary stabilizing seeding shall be completed as the disturbed areas are constructed. If construction activity is not planned to occur in a disturbed area for at least 21 days, the area shall be stabilized by temporary seeding or mulching within 14 days. Other stabilizing methods shall be used outside the seeding time period. 4) Stabilization measures to be used for this project are located in the Estimated Project Quantities (100-1A) and Estimate Reference Information (100-4A) located on the C sheets of the plan. Additional items may be found in the Inspector's r-,_.3 Daily Reports (IDR) or Contract Modifications. ,- D b. Structural Practices - 1) Structural practices will be implemented to divert flows from exposed soils and detain or otherwise limit runoff and the discharge of pollutants from exposed areas of the site. 2) Structural items to be used for this project are located in the Estimated Project Quantities (100-1A) and Estimate .a Reference Information (100-4A) located on the C sheets of the plan, as well as all other Item specific Tabulations, + Typical drawings detailing construction of the devices to be used on this project can be found on the B sheets of the I plan or are referenced in the Standard Road Plans Tabulation, ('-) -.L.- c. -"c. Storm Water Management 1) Measures shall be installed during the construction process to control pollutants in storm water discharges that will - -I --- g occur after construction operations have been completed. The installation of these devices may be subject to Section 404 • iY' . of the Clean Water Act. L.. ..: -. C r? PROJECT NO: 111002-00 CHECKED 6Y: S.SOVERS NO GATE BY REVISION DESCRIPTION 9 FOt h SHEET N0. PROJECT DATE: O6/30/20I1 CHECKED BY: - US HIGHWAY 6 AND SYCAMORE STREET CAD DATE: 6/4/2012 8:47:51 AM DRAWN BY: - INTERSECTION IMPROVEMENTS C 12 CAD FILE: X:\CR\iE\2011\111002-00\CAD\Plans\111002-OD-COl.sht \v, CITY OF IOWA CITY,IOWA ESTIMATED PROJECT QUANTITIES CONTAMINATED SOIL/GROUNDWATER MANAGEMENT PLAN Important Notice to Contractors Management of Contaminated Soil and Groundwater CONTAMINATED SOIL AND GROUNDWATER Soil and groundwater affected by petroleum fuel products could be encountered during project excavation and construction activities. The source of petroleum products may be attributable to leaking underground storage tank (LUST) sites identified at 1630 and 1851 Lower Muscatine or other unidentified locations along the project corridor. The Contractor Is responsible for assessing indications of petroleum contaminated soil and groundwater during execution of the work. Indications of affected soil and groundwater will be determined through odor, appearance, staining, or vapor measurements using appropriate field screening equipment. If contaminated soils, contaminated groundwater, or petroleum liquids or vapor are discovered during excavation activities, the Contractor shall contact the Iowa Department of Natural Resources ((DNR) Underground Storage Tank Section at 515-281-8011 within 24 hours, or within 6 hours if a "hazardous condition" exists as defined in 567 Iowa Administrative Code (IAC) 131.1. A hazardous condition means any situation involving the actual. Imminent or probable spillage, leakage, or release of a hazardous substance onto the land, into a water of the state or into the atmosphere which, because of the quantity, strength and toxicity of the hazardous substance, its mobility In the environment and its persistence, creates an Immediate or potential danger to the public health or safety or to the environment. Assessment of contaminated soil and groundwater may require services of an Iowa Certified Groundwater Professional. The Contractor is responsible for acquiring the services of the Certified Groundwater Professional. Records and measurements collected to document compliance with the assessment and reporting procedures referenced in IAC 135 or associated IDNR guidance will be provided to the Project Engineer. In the event petroleum contaminated soil is encountered, the Contractor is responsible for segregating soils into "contaminated" and "non-contaminated" stockpiles based on field screening and/or confirmation testing using the action levels and testing procedures outlined in IAC Chapter 135. Contaminated soil is defined as "the presence of petroleum hydrocarbon constituents at or above the IDNR's Tier 1 Look-Up Table in 567 IAC 135". Soils determined as non-contaminated, based on the above referenced action levels, will be considered suitable for reuse as backfill providing the material meets project design specifications. The Contractor is responsible for proper containment, staging, characterization, and disposal of any materials determined as contaminated. Temporary stockpiles may be staged within the project limits or other secure area approved by the Project Engineer. The soil will be placed on _ an impervious surface and covered to prevent precipitation run-on and run-off. The Contractor ( -, will maintain records of disposal of contaminated soils for submittal to the Project Engineer. Depths to groundwater within the project area are expected to be below the limits of utility -- Installations. The Contractor is responsible for testing and proper management of any affected ,-- ..- groundwater which may need to be removed for project construction or protection of worker .. ' safety. Groundwater affected by petroleum products shall be evaluated using the action levels and testing procedures outlined In IAC Chapter 135. All samples analyzed for determining compliance with the above requirements shall be shall be tested at a laboratory certified pursuant to 567 IAC 83. Any water removed from the excavation with concentrations at or above the levels outlined in IAC 135.14 shall be treated or disposed in accordance with local, state, and federal regulations. The Contractor will maintain records of treatment and disposal for submittal to the Project Engineer. HEALTH AND SAFETY In the event that contaminated soil and/or groundwater is encountered, the Contractor is responsible for development and Implementation of a Site Specific Health and Safety Plan to address potential hazards associated with petroleum contaminated soils and/or groundwater. The Contractor will be solely responsible for completing work in accordance with all federal, state. and local laws and for ensuring the health and safety of their employees and subcontractor's employees. NOTIFICATIONS If replaced or repaired utilities remain buried within contaminated soils or groundwater with concentrations exceeding the IAC 135 Tier I levels. the Project Engineer shall notify the affected utilities using the appropriate Iowa Department of Natural Resources IIDNR) form listed below. The notifications will require signature by a Certified Groundwater Professional. Water Supply Notification DNR Form 542-1530 Utility Company Notification DNR Form 542-1531 Sanitary Sewer Notification ONR Form 542-1532 PROJECT NO: 111002-CO DESIGNED BY: S. SOBERS NO DATE BY REVISION DESCRIPTION SHEET NO. PROJECT DATE: 06/30/2011 CHECKED BY: - GFoth US HIGHWAY 6 AND SYCAMORE STREET CAD DATE: 6/4/2012 8:47:52 AM DRAWN BY: - INTERSECTION IMPROVEMENTS C.13 CAD FILE: X:\CR\IE\2011\111002-00\CAD\Plans\111002-Do-C01.sht CITY OF IOWA CITY,IOWA ESTIMATED PROJECT QUANTITIES I a _ 221+00 * m n m r STA. 221+50 68' RT to STA. 22 +86 6 'RT I� O 1 it ir O O O STORM SEWER .4"x36' RCP I O "■ I� O O O O REMOVE m 1 b w e + .S x0 . (/ + O N Q O N 1 (+D �� - + p m` , 4■ a0 a 0 in 21 • N p O 3� CD 6' .i co tQ :. m . o o --1:-.,, , . 'I - -:.le„, _-_E_ Afte. . REDUCE DEPTH OF SUBDRAIN SD-1 AND SD-2 y -_. G, • Q FROM 42" TO 24" BETWEEN ill 'i ■ ‘121 � r 1- co. • IN c REMOVE EXISTING SHRUBS STA. 6003+25 ANO STA. 6004+24 1, f' T 1 _ _ �.X .-' i�/��■ 7 T. 151 1 ^ =�� R/W R/W R/W •�R/W �� t C� - - - - 0 �m - '� 3 -I TI - y - T1 - - _ _ OHH �p -------- �ri 1 2 ` ��- E _ - - - - - TT - _ - - __ - _ x ry Ju .4 �IIIr,1�'� O II:; 'S ,' �� _ — — - - - - _ __ �3. - _DHE i� 9 ONE— 'W��*. _ 2 _-=. _--_ZL�_ ---------------------.-...__._____s__::.__:___-__T:---1--__-1 o _ x 1 ? £��/���( _ \\ GRADIN 7,}' -_ 9Iz _____ v VIM \\�i ' - _ - — CSD I� - -- t�_ - -- STA. 121+73.7w. 33.48' LT - 222+01 SYCAMORE STREET REMOVE STOR f 1 WER INTAKE STA. 6001+0,3.68, 21.04' RT o = STA. 6002+49.97 34.50' RT STA. 121+7:j 25.51' RT hl=l • REMOVE HYDRANT sos, 12"! WATER MAIN 58#3 7,REMOVE ST!_ -1 WER INTAKE TOP I ��l _ - �� IIMINEMEill iii/////// Ak I an� m S - -_ w -- - __g= - — _ - - - - - - St.S. tilli*,4 . _,__01 ,„ _— — - ____ c .. v _________________ -- c 4.,„g 0HE _____.E---------- cl Ilk ili . a OHE �' --�,` - �� OHE f,` OHE -� �((�!4. Q DHEMSED -00)111A-F-7-BLOCK- - OHE 71a - REMOVEYP) T ° i RETAINING ING WALL AHEAVOCK- __- a 12" ! WATER M N REE (T • r I I ��'� . 1 1 :. .CC -2) ‘;;-_-,----'------,-2_, © n - R/W - R/W mai!- �" ;� • ', t T W — — © I r -' "-' -' _- ____ ,I rl I / ■1 I 3 ST,.. .i01+05.51 49.47' RT i I PROPOSED MODULAR BLOCK ■ 421.1 y = R • 6" WATER V VE ' L) 0 �'>\ S. RETAINING WALL • ` I / © ro ' =(REFER TO L-SHEETS) ■ I = RE ' 12 .1.81 57.66' RT i / �'� m .0,' p, ■ REv ? 12" AGER VALVE ,, / /-- - - I REMOVE i ■ 1 N A " X 16",REDH R `2` ' x, r TEMP. : ST. EASEMENT 1. REMOVE EXISTING C1P RETAINING �Y.[� I REMOVE EXISTING I EXISTING 1 I U ' E I' h WALL. FOOTING AND RAILING SHRl1B5 i i �. 223 ' SHRUBS0 20 REFER TO L SHEETS FOR PROTECT ALL �� , I CORE REALTY HOLDINGS LLQ FEET IS TREES NOT GRADING LIMIT SIDEWALK INFORMATION I .. - • . C)'IDENTIFIED FOR REMOVAL IME llt��i I 1 : �� ST•TION 6011+38.90 ....m...111111111111111111111111 111 EL V. 731 05 .85% (B:GIN 8 IN. PCC PAVI G) . . 730 ._ �®i®�r�■.��ri6 ®��e.. w ._ _ ' 7 I STATION 121+29.: V 1E•85 '�_ _ Mill PROPOSED CENTERLINE PROF! E11111111.111 } ELE 731. VPI +7':00:: AT[ON: t2' Pill " NSW. 'CC P 31. EV. =:73:.78 . PI +00.00 3 725 Ely 73.1.49: D 8 IN. 'CC PAVING[ IlimUremom_p_44 II 1 ING PRO'ILE GRAD: 4. K: = 22Miiiii-memplowlir I PROPOSESIII = 45 • ENTERLIN Len 60 00ft PROF IL en 100,1Oft 720 Ell '. _ ,. . `TA. 6001 04,50 .5::.30' RT STA. .001+02..-0 :58:30' RT ®® � •EMOVE Ex STING 12 xl TEE l6"! BUTTERFL ®__ [MUM III / 11"x16' REDUCER ON E:BR NCk COVER 111111111-Ell ili 7 715 ND INSTAL 16"x 6 MJ T n STA. .so + a RT / 12"x16 MJ REIT ER ON W BRANCH " 120 OR 45' MJ: 111 -a�® ®® TOPZIVERT. 8O D D 12" / DIP � A. 6001+14.00 56 00' RT; TOP IF:PIPE E EV.r 722 30 WATER WATER AIN 710 Mani= " A. ,15 + III 4 lie RT EXl'TING 16" !. S A. 6001+■4.00 54 00' RT ' HYOR•NT ASSE BLY ®®® �® 3 1'"0 x 45' MJ NOTE: HIRZ./VERT BEND ® STA. 6001+37.110 34.50' RT CONTRACTOR SHALL BE RESPONSIBLE ' TIP OF PIP ELEV.= '13.88 12"O GATE VA E FOR DAMAGE TO EXISTING FEATURES 705 (I.E. TREES. PAVEMENT. FENCING. ETC.) • IDENTIFIED ® S A. 6001+14.00, 60 30' RT REMOVANOTECIFI OR REPLACEMENT FOR 705 1."0 BUTTE-FLY VAL E 700 700 co (D CO CD 0 R •--. CO in ' 1 O N 0 U) O' O OnN NID n CO CO I", L() CO0' CO -' N. NJ LflN N. O CO (D In CV CO CO (NiN R U) 6' U) co O(D ('U) (D NN COO' C) N O O O O6 O O OO O o` o' 0o O' r-:. W (O f\ ILl 6 (` R Ni C) - •--� o' O CO CO 1� I� ILT (D R R Ni c'') -- C) CO ('•) (7 CO CO C) CO CO CO M CO ('I C) N N N N N.N N N N N N N N N N N ^• N - - N NN Nn NN Nl- NN NN. N N NN NN- N. N. N N _ NN- N N NN N,N. N. I. +75 121+00 +25 +50 +75 122+00 +25 6000+00 +25 +50 +75 6001+00 +25 +50 +75 6002+00 +25 +50 +75 6003+00 +25 +50 +75 6004+00 +25 PROJECT N0: 11[002-00 DESIGNED BY: S. SOWERS NO OATE BY REVISION DESCRIPTION SHEET NO. PROJECT DATE: 06/30/2011 CHECKED BY: - Foth SYCAMORE ROAD AND HIGHWAY 6 US HIGHWAY 6 ANO SIMPROVEMENTSYCAMORE STREET CAD DATE: 6/4/2012 8:47:54 AM DRAWN BY: - ` INTERSECTION CAO FILE: X:\CR\IE\2011\111002-00\CAD\Plans\11[002-00_00 l.sht \✓ CITY OF IOWA CITY,IOWA PLAN AND PROFILE D•01 O O 0 0 0 0 O 0 0 0 0 0 -Y In (.0 I. co 0. 0 I 0 0 0 0 0 0 t0 .0 0 (0 0 CO 0 C0 c0 it x 61 @ CD Q ' *�(' O x x H R — �R!sc—SNE— — — — — — � --- -`- � '- 1+/w ""co — - - — ffW— — — — — — R/W /W [IHF OH ONE STA. 6004+30.01 22.50''RT REMOVE TREE (TYP) SYCAMORE STREET ----r- r \ REMOVE AND REINSTALL \ l2"l WATER MAIN BUS S EL TER _____:______ \ I NI v l2 0 WATER A M IN ���� -- — - - • _ — — — — — — — 'G — — — — — pHE 0H { ; a _ _ O�O`IHE i���::��r:��!••�':. ��.. '241:1=W. r} F. 1.'A7-- I� � S�—9 D(iE — — .- - - OHC ' bME—-- —01-EA IIIIIMIkil:r. _ - Wii — iii _ _ _ _ �� TEMP. CONST. EASEMENT — ( — 4._ — I I 6r I SBS K in Ale 1 —'•, __ — NOTE: __ _— , I CONTRACTOR TO COORDINATE SIDEWALK r — — PROPOSED MODULAR BLOCKL I AND WATERMAIN CONSTRUCTION WITH Z — — — — RETAINING WALL, HEAVY TEMP. CONST. EASEMENT J CORE SYCAMORE TOWN CENTER I LLC STA. 6005+08.43, 33.90' RT (REFER TO U-SHEETS( DEVELOPER REMOVE HYDRANT 0 20 FEET REFER TO L SHEETS FOR PROTECT ALL CORE SYCAMORE TOWN CENTER T LLC COMMUNITY COORDINATED CHILD CARE TREES NOT SIDEWALK INFORMATION IDENTIFIED FOR REMOVAL CORE REALTY HOLDINGS LLC i i I r NOTE: m STA. 6005+48.00 22.50' RT ® STA. 6009+71.00, 32.00' RT m STA. 60C9+77.00, 02.00' RT 12"O GATE GALVE 1240 x 22.5" MJ BENC 12"0 GA-E VALVE CONTRACTOR SHALL BE RESPONSIBLE FOR DAMAGE TO EXISTING FEATURES 720 (I.E. TREES. PAVEMENT. FENCING. ETC.) STA. 6 05+50.13 , 30.00' AIT m STA. 6009+7).00, 32.00' RT 44 STA. 60q9+96.99, 02.00' RT 720 NOT SPECIFICALLY IDENTIFIED FOR HYDRANT ASSEMB.Y 12 l GATE V LVE 12"l x 45° MJ BEND REMOVAL AND OR REPLACEMENT ® STA. 6009+48.0qQ 22.50' RT e STA. 6009+75.00, 24.50' RT ® STA. 6009+98.76. 33.77' RT 12"l x 22.5° NJ BEND HYDRANT ASSEMBLY 12"0 x ,5" MJ BEND WITH 715 i"2"0 x G"l M! REG)-ICFP 715 STATION 6004+3C.00 ELEV. = 711.61 (END 8 IN. PCC PAVING) 710 . . . ..I 710 705 705 - MINIMJM 5.5' COVER PROPOSED 12" r DIP 700 / WATER MAIN 700 695EXISTING 6"A CAST I 695 IRON-WATER MAIN 690 690 n co O' In 111 in CO N N. V N 0 CO N C0 C,) Cr CO c0 V N O O' co _ O 0' CO n n (0 6 (0 cOLA Ln n u-; v If) L ) R v v Q (h c'7 0 0 0 0 0 0 0 0 0 0 0 0 o o 0 0 0 0 0 0 0 N N n n n n N N N N N NN N N N N N N NN N N N +25 +50 +75 6005+00 +25 +50 +75 6006+00 +25 +50 +75 6007+00 +25 +50 +75 6008+00 +25 +50 +75 6009+00 +25 +50 +75 PROJECT N0: 111002-00 DESIGNED BY: S. SOYERS NO DATE BY REVISION DESCRIPTION SHEET NO. PROJECT DATE: 06/30/2011 CHECKED BY: - U S HIGHWAY 6 AND SYCAMORE STREET CAD DATE: 6/4/2012 8:47:55 AM DRAWN BY: - ` INTERSECTION IMPROVEMENTS SYCAMORE pROAD 1AND HIGHWAY 6 D.02 CAD FILE: X:\CR\LEN 2011\111002-00\CAD\Plans\111002-00.002.aht \v, Foth CITY OF IOWA CITY,IOWA PLAN AND PROFILE 0 i I 1 i II 11 IF-; 1E- w I IIr -� ' Ldel i . ,--4/ ---7 , CJ v v .. 0w--1 1 , I : •' jl O 6 TP /// 0 R/W 0 LC R/W 0 LC R/W R/W A-{C =R7 © ___;/,;;?'/ o W 0 R/W W. R/W�511 ,L .f �� //tibfi o 9 N CO r +O PROTECT EXISTING 6 + iL ` `T �!' I/� N _ N TREES/SHRUBS N 2fi'�_, t- IN N N N N N N — Td. '..,,`- bzL N dEl--. ---- —._ ttc_'�, REMOVE EXISTING SHR : a- —__ \ . '.. . ' \\\\\\\ ‘.\.H. • • US HIGHWA,' C (3� Q�pl♦ 4 (�.)- � — I 1c14.1113 { - =moi ________— '/,19 917ii rii./; ////77/.././/./.-/- .,,,,77/../- - _ 0-- st.s. — — — — — — st.s. - — --- — — — — — -- — — — — st.s. N— — - .-; \. v, St.S.— ,\ IIO -;L _ _ t ,, _ �`_N \\ 0 OHE OHE — OHE -- OHC --— ---� 4•\� ' •W r 011E -- — DHE OHE _ © STA. 221+74.86, 2.37' LT R/W OHE OHE R/W E 0 0y.'G�i /'7 REMOVE STORM SEWER INTAKE 2 ,� PROTECT EXISTING TREES/SHRUBS 1 I I STA. 221+64.26, 3.92' LT I N REMOVE 15" X 26' RCP STA. 6.29' LT REMOVEE STORM SEWER INTAKE I Q4 STA. 221°50.00,' RCP 3.00' LT REMOVE 15" X 3 = „ o z0 W FEET ' '1-1 1 I PROJECT N0: 110DESIGNED BY: S. SOVERS NO DATE BY REVISION DESCRIPTION 5^`:' NO. PROJECT DATE: 06/30/6/30/2011 CHECKED BY: - US HIGHWAY 6 __ US HIGHWAY 6 AND SYCAMORE STREET CAD DATE: 6/4/2012 8:47:57 AM DRAWN BY: - INTERSECTION IMPROVEMENTS E.01 CAD FILE: X:\CR\lE\2Di1\ltI0D2-OD m \CAD\Plu \11100200_ED1.sht v F� CITY OFIOWACITY,IOWA PLAN ----- .I\ F-1 IL\ r 0 LC N 1 I Q LC R/W - R/W --- - R/W 1 -- R/W R/W — LC _-.. - 14. U REMOVE EXISTING SHRUBS —' r � • ,�.O It .1 _ _._._ N N N + • .-t,.._ N _._ N O N r� N O 1Tv f :- cs� cso a� N cn �� N \\\\\‘ './ • 8 L........,w w.w w ..w .., y � — — — • IQ k _ . . .• .. . . . , _I : « N _,., .. • . __. _ .._,____. 0 Li ) us -- HIGHWAY g ,IP . N ..41111\44111171 OPAPIP.....iglitt.). :- - . ..c. (.``,DT:7-, .....--,,, I 0 sl. _ — E —_ — — — --- • tea; m • tisz< _ N OHE _ Gw OHE OHE OHE R/W OHE OHE '' \litW R/N OHE — — Ili —0 TP I O GW0 20 o FEET I 1 PROJECT DNO:AT 1106/30/ CHECKED Y: S. SOVERS NO OATE BY REVISION DESCRIPTION ��� SriiV; NO. PROJECT DATE: 06/30/2011 CHECKED BY: - US HIGHWAY 6 AND SYCAMORE STREET CAD DATE: 6/4/2012 8:4708 AM DRAWN BY: - INTERSECTION IMPROVEMENTS US HIGHWAY 6 E.02 CAO FILE: X:\CR\IE\2011\111002-00\CAD\Plans\111002-00_E02.sht 40 CITY OF IOWA CITY,IOWA PLAN HORIZONTAL BASELINE INFORMATION 6010.00 STATION NORTHING EASTING BEARING/DISTANCE DELTA ANGLE D.O.C. TANGENT LENGTH E RADIUS SUPER x,00 No. 1 - _ - - RATE(el I J _ US HWY 6 _ __ f-. Q 215+00.00 604,128.3838 2,183,152.0912 N 886 43' 32.20" E / 991.4900CC 6006.00 3 224+91.49 604,150.4349 ' 2,184,1543.3360 N 88" 43' 32.20" E / 254.9246 Z POTsmm07s1.m� 227+46.41 604,156.1046 2.184,398.1975 S 81° 06' 17.78" E / 254.9246 10° 10' 10.02" 01° 59' 59.47" 254.9246' 508.5100' 11.3191' 2.865.00' w 6007.00 6007400 Z 230+00.00 604,116.6868 2,184,650.0562 Z . SYCAMORE NORTH I 6006.00 w 5 a6•00 08.`'a a ~ 6000+00.00 604.144.1272 2,183.859.7886 N 0° 53' 14.43" W / 1.038.6368 U w 6010+38.64 605,182.6394 2,183.843.7038 } 6005.00 (!1 J J SYCAMORE SOUTH 8004'00 8004.a0 < 100+00.00 601,896.5814 2,183,894.6163 N 0° 46' 02.21" E / 2,247.8525 PIS,s8003+1026 122+47.85 604,144.2323 2,183.864.5150 6003`00 8 s g 8 ,MALL RETAIN 1 NG WALL 6002.00 p6002.00 8001+55.418000+00.0 . 604,302.8456 604,300.4388 2,183,916.8748 _ N 0°°53' 145 3" E / 154.8451 $ $ $ $ $ $ $ a g $ s 8003+10.26 604,455.2654 2,183,914.4768 N 5° 36' 02.85" E / 298.1535 N " " ~ " I 8006+08.41 604,751.9955 , 2,183,885.3780 N 0° 53' 14.43" E / 142.6008 o CP 09 8007+51.01 604,894.5792 2,183.883.1696 1zz+oo US HIGHWAY 6 US HIGHWAY 6 1 121.00 CONTROL POINT DATA s ,20.00 NO. LOCATION NORTHING EASTING DESCRIPTION ELEVATION 119100 CP067 STA. 40+39.37, 38.55' LT 602583.5550 2 1839 14.8070 1/2" x 30" REBAR 723.5830 CP#8 STA. 42+74.75, 670.39' LT 603454.8610 2183849.8260 1/2" x 30" REBAR 750.3600 118'00 CP#9 STA. 33+85.18, 37.86' LT 604195.4200 2183898.6450 1/2" x 30" REBAR 729.9100 117.00 119.00 CP 115.00 I 1- 114.00 D o n,i N ._i 113.40 ... Ld CONTROL POINT #7 CONTROL POINT #8 CONTROL POINT #9 1 112.00 • 0 �� X "` r ..' Set 1h" rebar 111.00 U -�' Set %2" rebar Set th" rebar w " -- -i F"3 .G' I N: 604195.4200 110.00 ___ Y r N: 602583.5550 N: 603454.8610 E: 2183898.6450 y l w O E: 2183914.8070 o E: 2183849.8260 GLEASON RD t..,=.,� 108.40 11,E i o < '�yCl x 1 V n,/ g O C 1oe.o0 U X25.0' 0- �y.. �� •' } i- . 107.00 In 1 ^1 HOLLYWOOD BLVD O OO i - ,SCP° \ 1 M1 F- �/431' r- 106.04 21.9'• ' / , 1 \IIk (:) _ ♦ 23.7'- w !., ms o0 5.4'.\O 5.2' cc • 1 0 ,w.00 US HWY 6 U 103.00 N CI- 0 INSIDE OF PAVEMENT JOG I O CL OF HOLLYWOOD BLVD O MANHOLE14200 8 TRAFFIC MANHOLE I 2 CL SYCAMORE RD O INSIDE SWK CORNER 3 POWERPOLE 3 BACK OF SWK 101,,D0 O 3Q OUTSIDE SWK CORNER N 100.00 _ iii ilk PROJECT NO: 111002-00 DESIGNED BY: S. SOVERS NO DATE BY REVISION DESCRIPTION SI-FF" No. US HIGHWAY 6 AND SYCAMORE STREET PROJECT DATE: 06/30/2011 CHECKED BY: - GEOMETRICS,REFERENCE TIES AND BENCH MARKS CAD DATE: 6/4/2012 8:47:58 AM DRAWN BY: - INTERSECTION IMPROVEMENTS G.01 CAD FILE: K:\CR\IE\2011\111002-DO\CAD\Plans\111002-00_G0I.sht Foth CITY OF IOWA CITY,IOWA 108-23 108-23 108-26 108-26 TRAFFIC CONTROL PLAN 040489 TRAFFIC CONTROL PLAN STAGING NOTES , DB-3, „ STAGING NOTES M-30_88 The Contractor shall employ sound practices of safety and traffic 15. At the time of Initial setup or at the time of major stage GENERAL COMMENTS: 2. 1 The Contractor shall maintain two-way traffic, including adequate control. These methods and practices shall include, but not be changes, 100 percent of each type of device (signs, cones, Do not drive on the proposed pavement with construction traffic area for turning movements on Sycamore Street during all limited to, the following: tubular markers, drums, barricades, vertical panels, changeable greater than the legal load limits. construction activities. message signs, and pavement markings) shall be classified as 3. ) Install temporary asphalt wedge for NB Sycamore Street traffic. 1. The Contractor shall coordinate traffic control with other acceptable by the requirements of the American Traffic Safety The Contractor Is strongly encouraged to review the soils report 4. ) Modify traffic control as shown on Sheet J.05 to push traffic projects in the area: Services Association (ATSSA), "Quality Standard for Work Zone contained in the project manual to become familiar with the varying onto the east half of the south approach of Sycamore Street. Traffic Control Devices - 1992." Throughout the duration of the soil conditions contained on this project. 5. ) Complete the following construction activities: shoulder removal, A. ) Lower Muscatine Road improvements. project, unacceptable devices or situations that are found on the grading, storm sewer, subdrain, subbase, PCC paving, sidewalk and B. ) Mall First Addition - Lot 1. job site as determined by before mentioned publication shall be Install Advance Notification of street closure signs a minimum of pedestrian ramp Installation. replacecT or the situation corrected within 12 hours of initial 7 days prior to closing road. 6. ) Install permanent corner PCC slabs last that are found adjacent 2. Traffic control on this project shall be In accordance with notification by the project engineer. to EB US Hwy 6 and SB Sycamore Street to improve right turn specific layouts shown on these plans. Traffic control devices, Contractor shall maintain two lanes of traffic in both directions maneuver (See Sheet J.05). procedures, and layouts shall be as per current Part VI of the 16. The location for storage of equipment by the contractor during on US Highway 6 for the duration of the project. Temporary lane 7. ) Install temporary 3:1 HMA fillet along edge of new PCC pavement Manual on Uniform Traffic Control Devices (MUTCD). nonworking hours shall be as approved by the engineer, and the closures will only be allowed during paving operations. and run EB Hwy 6 right turning traffic in new right turn lane Contractor shall provide a written agreement with the property while permanent corner PCC slabs are installed. 3. All traffic control devices shall be furnished, erected, owner. Traffic signal timing and phasing shall be modified appropriately for maintained and removed by the contractor. each construction phase. Contractor shall coordinate with City PHASE 4 - US HIGHWAY 6 WB LEFT TURN LANE 17. Contractor shall install Type III Barricades with "Sidewalk Traffic staff. 1. ) Install traffic control for US Highway 6 WB left turn detour as 4. All traffic control signs shall be placed at a minimum of 2 feet Closed" for all sidewalk closures on an as needed basis. Indicated on Sheet J.07. clear of the back of curb or outside edge of shoulder where 2. ) install traffic control for the US Hwy 6 median shoulder closure possible. - Project Engineer: GENERAL CONSTRUCTION SEQUENCING IS AS FOLLOWS: in accordance with Iowa OOT Standard Road Plan TC-402 (See Dave Panos, P.E. (319)356.5145 (office) Sheet J.06). 5. Portable mountings for warning signs may be used for temporary City of Iowa City (319)356.5007 (fax) PHASE 1 - US HIGHWAY 6 OVERLAY & SHOULDER PAVING 3. ) The Contractor shall maintain two-way traffic, including adequate Installations of 3 days or less. 410 E. Washington Street dave-panos@Iowa-city.org 1. ) Install traffic control for the US Hwy 6 shoulder closures in area for turning movements thru the intersection median area Iowa City, Iowa 52240 accordance with Iowa DOT Standard Road Plan TC-402. during all construction activities. 6. "Road Closed" and "Road Closed to Thru Traffic" signs to be 2. ) Complete shoulder paving (base & intermediate courses) for 4. ) Complete the following construction activities: pavement removal, mounted above top rail of Type III barricades so as not to 108-26 US Hwy 6. grading, subbase, PCC paving, and median installation. obscure the diagonal panels. STAGING NOTES 3. ) install traffic control for the US Hwy 6 overlay paving in 5. ) install traffic signal handhole #8 and the proposed pedestal pole 083088 accordance with Iowa DOT Standard Road Plans TC-482 and located within the pedestrian refuge area. 7. The proposed signing may be modified to meet field conditions, It 1s not the intent to confine the Contractor's activities to the TC-418. 6. 1 Install temporary 3:1 HMA fillet along edge of new PCC pavement. prevent obstructions and to accommodate construction scheduling areas of suggested stages alone. It is understood that some of 4. ) Complete HMA overlay (base & intermediate courses) US Hwy 6. 7. 1 Remove temporary traffic control and open to traffic. upon approval of the Project Engineer. the various steps, though listed in numerical order, may occur 5. ) Contractor shall protect US Hwy 6 traffic loops during paving simultaneously. The Contractor may conduct several operations operations. PHASE 5A & 5B - SYCAMORE STREET RECONSTRUCTION 8. Orange safety fence shall be placed entirely across the traveled concurrently, provided that traffic 1s maintained and that these 6. ) Install temporary 3:1 HMA fillet along edge of PCC pavement. (SOUTH SECTION) portion of the roadway at all locations where Type III Barricades operations do not conflict with the staging indicated herein. I. ) Install traffic control In accordance with Iowa DOT Standard with "Road Closed" signs are used. PHASE 2A & 2B - SYCAMORE STREET RECONSTRUCTION Road Plan TC-402. TC-418 and according to plan (See Sheet J.08). It is recognized that as the various activities related to (NORTH SECTION) AND US HIGHWAY 6 EB LEFT TURN LANE 2. ) Pave the interior PCC slab section completing the NB Sycamore 9. All Type iII Barricades shall have Type 'A' low intensity flashing construction progress, certain situations may arise which will 1. ) Install traffic control for Sycamore Street detour as Indicated Street left turn lane Including the following construction warning lights. The back side of the Type IIi Barricades shall be preclude adhering to the original construction sequence or which on Sheet J.03. activities: pavement removal, grading, subbase, and PCC paving. reflectorized by a minimum of six yellow reflectors, one at each would readily lend themselves to more efficient staging operations. 2. ) Install traffic control for the US Hwy 6 median shoulder closure 3. ) Modify traffic control in accordance with Iowa DOT Standard end of each rail, or at least one rail on each barricade shall Should the Contractor desire to deviate from the original plan, a in accordance with Iowa DOT Standard Road Plan TC-402 (See Road Plan TC-402, TC-418 and according to plan (See Sheet J.09). have reflectorized stripes properly sloped at each end. At full written alternative plan shall be submitted to the Project Engineer Sheet J.02). 4. ) Complete the following construction activities: pavement removal, closure locations, Contractor shall provide enough Type III for approval a minimum of one (I) week prior to the proposed changes. 3. ) Close Sycamore Street from US Hwy 6 to Deforest Avenue. grading, storm sewer, subdrain, subbase, PCC pavement, sidewalk Barricades to completely cross the road. 4. ) The Contractor shall maintain two-way traffic, including adequate and pedestrian ramp installation. Coordinate with all public and private projects in the area at all area for turning movements thru the intersection median area 5. 1 Install permanent pavement markings and signing for Sycamore 10. Long term or permanent traffic control signs that conflict with times. The following is a list of known projects: during all construction activities. Street. specific layouts shown on these plans are to be covered as 5. ) Complete the following construction activities for Phase 2A: 6. ) Remove temporary traffic control and open to traffic. directed by the project engineer. A. ) Lower Muscatine Road Improvements. pavement removal, grading, water main, storm sewer, subdrain, B. ) 1st Avenue Railroad Underpass Project. subbase and PCC paving. Grading and storm sewer work also PHASE 6 - US HIGHWAY 6 OVERLAY & SHOULDER PAVING 11. Sign washing shall be considered incidental to traffic control C. ) Mall First Addition - Lot 1. includes work on the south side of US Highway 6 to allow for the I. ) Install traffic control for the US Hwy 6 shoulder closures In and required as directed by the project engineer. Installation of the permanent traffic signal equipment. accordance with Iowa DOT Standard Road Plan TC-402. Coordinate with the City of Iowa City a minimum of two (2) weeks 6. ) Install permanent traffic signal equipment (excluding handhole #8 2. ) Complete shoulder paving (surface course) for US Hwy 6. 12. All construction signs shall be Diamond Grade Fluorescent Orange prior to changes in the proposed traffic patterns. Contractor to and proposed pedestal pole located within the pedestrian refuge 3. ) Install traffic control for the US Hwy 6 overlay paving in or White V.I.P. Sheeting or equivalent. (Iowa DOT Type VII notify residents with direct access to Sycamore Street about the area). accordance with Iowa DOT Standard Road Plans TC-482 and Sheeting) changes in traffic patterns throughout construction. 7. ) Construct Sycamore Mall modular block retaining wall structure. TC-418. 8. ) For PCC paving operations, Install traffic control in accordance 4. 1 Complete HMA overlay (surface course) US Hwy 6. 13. The Contractor shall contact the City of Iowa City to remove PROJECT ACCESS: with Iowa DOT Road Plan TC-418 lane closure. 5. ) Install traffic control for the US Hwy 6 shoulder closures in all permanent street signs conflicting with proposed The Contractor will have access to the project site from US Highway 6 9. ) Install temporary 3:1 HMA fillet along edge of new PCC pavement. accordance with Iowa DOT Standard Road Plan TC-402. improvements. The Contractor shall remove all other signs as and Sycamore Street throughout the construction of the project. 10. ) Install traffic control in accordance with Iowa DOT Standard 6. ) Complete earth shoulder finishing and final surface rest(9ration. determined by the engineer and they shall remain the property Road Plan TC-402 for the north US Hwy 6 shoulder closure. 7. ) Install permanent pavement markings and signip for US`67 of the respective owners. This work shall be considered STAGING AREA: 11. ) Complete the following construction activities for Phase 2B: 8. ) Remove temporary traffic control and open to.trafftc. t-a incidental to other work. The Contractor shall be allowed to stage material along Sycamore pavement removal, grading, subdrain, subbase, PCC paving, 4 ' - r sidewalk andpedestrian ramp. ADDITIONAL NOTES: "T� - Street, as long as the material does not impede traffic or cause "- ' 14. The Contractor shall furnish and install all permanent an unsafe situation. 12. ) For PCC paving operations, Install traffic control in accordance I. ) Contractor shall proceed with Phases 3-6 once trig perranent road signs (City to provide street name signs) before the roadway Iowa DOT Road Plan TC-418 lane closure. traffic signal is operational. - : t is reopened to traffic. The Contractor shall notify the City A temporary construction easement located on the Sycamore Mall 13. ) Install temporary 3:1 HMA fillet along edge of new PCC pavement. 2. ) Contractor will only be allowed a single tdral-y lane clostre one (1) week prior to changes in traffic patterns• property may be used for access and staging. 14. ) Once permanent signal is operational, remove temporary traffic on US Hwy 6 (both directions) at a time. ----I ---r fY, -i control and open Sycamore Street to traffic. C 7 I ADVANCED PROJECT NOTIFICATION: ,,.) , The Contractor shall fabricate and Install four (4) advance project PHASE 3A & 38 - US HIGHWAY 6 EB RiGHT TURN LANE notification signs. Two signs shall be placed along Sycamore Street 1. ) Install traffic control for the south US Hwy 6 shoulder closure C') and two signs shall be placed along US Highway 6 to alert the public to accordance with Iowa DOT Standard Road Plan TC-402 (See of the upcoming road closures. Sheet J.04). PROJECT DAT 1106/30/ DESIGNED Y, S. SOVERS NO DATE BY REVISION DESCRIPTION Fol h SHEET NO. PROJECT DATE: 06/30/2011 CHECKED BY: - US HIGHWAY 6 AND SYCAMORE STREET TAD DATE: 6/4/2012 8:47:59 AM DRAWN BY: - INTERSECTION IMPROVEMENTS US HIGHWAY 6 AND SYCAMORE STREET J•01 AO FILE: X:\CR\IE\2011\III002-OD\CAO\Plans\111002-DO_JOl.sht v CITY OFIOWA CITY,IOWA TRAFFIC CONTROL PLAN&STAGING NOTES I • I _ Ell - -- - 1____ - IP .� ♦ PHASE 2A & 2B `�' ==F�ST AVE �„_, �� . i(......, ...* TRAFFIC CONTROL LEGEND AO . CJ T_ TRAFFIC SIGN CHANNELIZING DEVICES: __1---- .� o !pr Odall Tr TYPE III BARRICADE • TRAFFIC CONE - -I i "F SEQUENCING ARROW ♦ TUBULAR MARKER I > DIRECTION OF TRAFFIC Tr VERTICAL PANEL J / V c//A WORK AREA X DRUM -' 0010 ,r, '' "\, ORANGE SAFETY FENCE f 'ilm DETOUR ROUTE Illir -----, -1. I , TYPE III BARRICADE G I �� oAc-J ( ) ( ) l/ C QA TYPE III BARRICADE CLOSURE W/ORANGE SAFTEY FENCE gR RIGHTDDETOURD & i ROTO CLOSED III C ( ) (\ :Q ROAD O ❑ LJ ( 3 �7 C ) ( ) �AI/�'� // CLOSED // //�// ;O; T au`O TR % ;Iii � /% /%/ //o o o /% %/ /% %/ ,,m.#'# / / ❑ 0 n ~ I 11 o o 0 0 0SHOULDER O ROAD 0 END O0 ROAD v y1 li pli\ \ DROP WORK ROAD WORKUS CLOSED l � �� *A;-..):? OFF AHEAD czo-zA AHEAD ` , L ' , , ' SPRUCE COURT N �I ) ) ( ) ( ) c__ SYCAMORE 36"X418" R3-2 111 6we-9A WZO-1 W20'3 US 636"X 36" w I/ c \ ` US ORE- %48" US 6:48"X 48" SYCAMORE:24"X 24" US 6:48"X 48" , , _____ V SYCAMORE-36"% 36" SYCAMORE:36"% 36" SYCAMORE:36"X 36' CE W ' /ct H DETOUR DETOUR DETOUR CE N N ' 1 DETOUR NORTH NORTH NORTH END ❑ 0 ❑ EA r—�ict 0 SYCAMORE ST SYCAMORE ST SYCAMORE ST DETOUR. w SYCAMORE MALL t� Q wzo-2 J • �'i 011 NM ,. - Q 0 A J SYCAMORE:36"X 36" �Mv Y Jl } 00 0 0 ]R _ BROOKWOOD DRIVE DETOUR DETOUR - „?_,..._.__.__.__.._____.JIII F �„����r___���� I L1 - L� - SOUTH SOUTH R -1--.-Mr. L_ - _...L j_-.--Lu.i 0,1 i SYCAMORE ST SYCAMORE ST --1,:"-) r • v -r� ri n ❑ ❑ It1 / O LR , NI �y - i _ __r . AO . LL -O ---- ", ,..k. .1® . A US HIGHWAY 6' +� -- I. F o BR . �_- LR 0� © • . I//����~ %-� �� M- Q Q LL -0 US HIGHWAY 0 - 6 a /� PHASE 2B 0 ©•0 o" O Uggh� 10yyA ppT qpA�STANDARp TC 40 A1�1 4 6 ` IR FOR 61gI1LOER CLO6URE ST LANE CLOSURE.PESPEC�IYELY 0 u O \\IR IL 1 41111111.11111111111444444,— 1)..__I- ---,__,-_____,---- --L___7--, i___ ,--- , ,1._____,,--,-1-- - 7 • 4 • o , 0 L l / 1 ! 1 l l 1 \LiiI 1 / l 1 1 [ l l l 1 l 1 f 1I 4•••,.....N44444.44.*400, V / AI 1 l 1 1 [7 "S„,,,,,,,,,,.. alio, i_ I I 1 ]1 _--t_. ical "hi INui i41p1 .01 iti Ell Ilk tim Ilipi Ai I . or4IF 0 illi ri----E1 m !• II =. Ill 0 I %Oki. Ah...40%,7141\* idilike...Nt II iiirN ❑ ❑ fl n n n ' 4011,...-.00.11 kiii NB Iir♦ `, , PROJECT NO: 11[6030/ DESIGNEDHKED S. SOVERS NO GATE BY REVISION DESCRIPTION Fot� SHEE- PROJECT DATE: 06/30/2011 CHECKED BY: - US HIGHWAY 6 AND SYCAMORE STREET CAD GATE: 6/4/2012 8:48:03 AM DRAWN BY: - • INTERSECTION IMPROVEMENTS PHASE 2A&28 J.02 CAD FILE: %:\CR\IE\2011\111002-00\CAD\Plans\111002-00-J02.sht v CITY OF IOWA CITY,IOWA STAGING AND TRAFFIC CONTROL M..7_. �■ per■ �■ _ , ■0 ❑ ril \ DETOUR MAP �■ ❑ .�" I ■ �. teljr PHA A 1__ I SE 2 & 2B ., iA TRAFFIC CONTROL LEGEND ill I I _ ii I� O �� T TRAFFIC SIGN OHANNELIZING DEVICES: (� II TYPE III BARRICADE • TRAFFIC CONE . : I.MEI — LJ HA c U I '' E : ` G SEQUENCING ARROW • TUBULAR MARKER _ _ ill_ \ DIRECTION OF TRAFFIC v VERTICAL PANEL I ❑ m...].-. E I - � Q- I i.if ■ , I ■II+`Q r��/1 WORK AREA X DRUM -' ■, -� IT: -I/ .° ,� ��'`� ; O� - - "� ORANGE SAFETY FENCE / - DETOUR ROUTE • �� 51 U U ITN .� I , Q TYPE III BARRICADE 0 • . _ �fy IV -' I O '`>` �° OA TYPE III BARRICADE CLOSURE W/ORANGE SAFTEY FENCE w/ROADCLOSED & lij o �-r J■` 0BRRIGHTOE TOURIM ll I `` O _6- ROAD 5- ," ROAD CLOSED ❑ ■� - ❑ I : I I ' `�/' �` Q ///moi Ar // CLOSED�/I /// / ;O,- Wu%ire,O; L. n ■ :�: :�, �� ....4,-,....:: AI --II ■ III .�� n _ o cr i-�� fir-i 11��� ��/ \ \ 44111110111 ...„ -�- .�- .�- .�- i.1. 1 ilas ' �� J I I�� [��■' I /. I, :1111a", ' ` �•�� c� ©SHOULDER O ROAD EO END 0 ROAD s/. ` O• DROP WORK ROAD WORK (94) CLOSED DEFOREST AVE ,O��* . ^�� °° .—_-- IN �Ii�il�i�� _�. OFF AHEAD cX AHEAD i ��11 US 6 48"X 24" ' I���' �II� ♦ ` / SYCAMORE 36"X 18" R3-2 W8 9A W20-1 W20-3 pill U$636"% 36" /) US 6'48"X 48" US 6�48"X 48" SYCAMORE.24"% 24" VS 6'48"% 46" D I U • \ ' SYCAMORES 36"X 36" SYCAMORE:36"x 36" SYCAMORES 36"x 36" �. �MI ISI' Oil ' ` /� \ DETOUR DETOUR DETOUR 1 t• ' �\ ./ • O DETOUR NORTH NORTH NORTH I, /I"' d o oNW, .� / aiEADSYCAMORE STlSYCAMORE ST SYCAMORE STEND �ohl A �7 n o (� J DETOUR ' II ❑ 0 0O o C:3 I o ; oo ' 0000c, �� US 6. t� '�' �► O 0 ° 0 0 `� SYCAMORE'36"X 36" ` " 0 = '■pI ` [L OI 1R ❑ ° ° 0 ° _ ■ I /II SYCAMORE STREET DETOUR DETOUR F' II IIIII iii -�r+� /I I ° 0 ` , CLOSED r 1 ■ , NORTH OF US HIGHWAY 6 SOUTH SOUTH yi;ir.�q��: I %/II o o 0 0 0 0 M . FOLLOW DETOUR AT 1ST AVF, ~ i \ • [SYCAMORE ST SYCAMORE ST' .-- ■ ■ a4111 1 (- ,�` \\ SPECIAL -—I .. _ . ar ■ ,'I' fr'o 7� \ 60" x 40" 4.1111 ( ' N (BLACK LETTERSo T ❑ Tiii I tiJ ON ORANGE BACKGROUND) LL LR •❑ lls ■ a i�� I/004 _ ,_ . SYCAMORE MALL LR O 7 --` 11 1f I 1 I I 1 I I a Is EN -� op l -� i► _ 10A1111I_ BROOKw00D DRIVE III ♦ I i• ir •p in r Fr ° e �0 0 440 , O . . . .. .® r 1 Ali di @ 9 ® / . \\ Air 4- 14 AY „� - O�O m 0il4rs Ito Oeo ©s+.!"►�i.►�— , VI — 0 D © 0 I PHASE 2B -- _ �` R . . O • <P 0 ,oo° ® Q❑ ri L �- O ` °o _._. . .... . ..140... - ...I 0 Oi oc, . . 1 . . . I Mil r ■ '_ ■ I® , - N I I i P I 1 a I i 1 I m ....„...4,7,440, Il® EI U14 ill - - --- ---,it/ akh, 111 i ®11141\ -440 I 111.1 MINI 1.11411.111111141P11111. 1. p 0 1 PROJECT NO: 1116030/ DESIGNEDHCKED S. SOVERS NO DATE BY REVISION DESCRIPTION I:otIhi PROJECT GATE: 06/30/2011 cRECXED BY: - US HIGHWAY 6 AND SYCAMORE STREET CAD DATE: 6/4/2012 8:48:04 AM DRAWN BY: - INTERSECTION IMPROVEMENTS PHASE 2A&28 DETOUR MAP J.03 CAD FILE: X:\CR\IE\2011\111002-DO\CAD\Plans\111002-00-J03.sht 9 CITY OF IOWA CITY,IOWA STAGING AND TRAFFIC CONTROL 1 w�`U ® © I PHASE 3A W11011I TRAFFIC CONTROL LEGEND I� 111 I— T TRAFFIC SIGN CHANNELIZING DEVICES: - - - k - I NI III_ LU I TYPE Ill BARRICADE • TRAFFIC CONE I1J I �. SEQUENCING ARROW • TUBULAR MARKER ❑ ❑ 1 (f) �I -, i> DIRECTION OF TRAFFIC Tr VERTICAL PANEL W I / 1 riii� WORK AREA X DRUM ■ lJ7 CL I isi O _ _ ORANGE SAFETY FENCE - h• EN ' _ DETOUR ROUTE �■ 1 I I I— r r r 1111111 I i D BROOKWOOD DRIVE SYCAMORE MALL F'--J C.:3 , , ,,,...., :...., , 1M , ` J :-'3 sun _______ _-_-L 1-- 1 Y ...; s — — _i�� `� O 12.5' `. .'^ . I ly..yu 00 771 c • '. .0 `.✓l a F 4 US HIGHWAY 6 mi c - US HIGHWAY 6 —0.- 0 ® • �j 0 III LI _� 10 TYPE III BARRICADE 5'15 0 TYPE III BARRICADE CLOSURE W/ORANGE SAFTEY FENCE w/ROAD CLOSED & I, I, BR RIGHT DETOUR -407 ROAD ;Q I ROAD aoso ' _ f 1 I E 1 Fl I 1_ ///�1/ // CLOSED // ///�// ,� 7MNT RKFC:0 I --I__,— --I r_ I I / E 1 ! 1 / 1 / \ 1 \ 1 \ l \ / 1 / 1 1 I 1 \ 1 1 / f l \ tar © 0 ROAD 0 END 0 0 ROAD OOSHOULDER 1 DROP WORK ROAD WORK (t) CLOSED / 1 ! 1 l ) / \ / l 1 ) ! \ l \ I 1 / \ / 1 I 1 / \ / \ / AHEAD AHEAD \ I /tel OFF 4 US 6.48'?6 24' �/ SYCAMORE:36"% 18" 33-2 6" Ji. I - I \ WB-9A W20-i US 6:36"X 3X6"24" 6" W20-3 US 648"X 48" US 648"% 48" SVCPMORE24"x 24" US 6:48"x 48" _ - SYCAMORE 36"448;6" SYCAMORE.36"X 36" SYCAMORE�36"X 36" E I 1 ' r -----_1 - s DETOUR DETOUR DETOUR DETOUR 0 o ❑ DETOUR NORTH NORTH NORTH ENO SOUTH O Ilt ° AHEAD SYCAMORE ST (SYCAMORE ST SYCAMORE ST DETOUR SYCAMORE ST ❑ o W20-2 t [111111101 o [4-. US 6.48.x 48' SYCAMORE:36"X 36" 0 [L CSI IR LL Mil � �1 IIII ■ NI 1♦ / DETOUR O , 0 .p SOUTH low.� ' N NM ■ I Ipi _- r0r � � SYCAMORE ST R3-8 SPECIAL R4-� IS 36"% 30" 24"X 30" -_ W1-4R W1-4L 8" /I` US 6.48"x 48" O O US 6:48.% 48" `', - --- --_'---'—_---- iiip`_, �, 1 I , SVCAMORE�36"X 36" SYCAMORE 36"X 36" auti LR PROJECT NO: 111002-00 DESIGNED BY: S. SOVERS NO DATE BY REVISION DESCRIPTION SHEET NO. PROJECT DATE: 06/30/2011 CHECKED BY: - US HIGHWAY 6 AND SYCAMORE STREET CAD DATE: 6/4/2012 6:48:05 AM DRAWN BY: - - ` FotliINTERSECTION IMPROVEMENTS PHASE 3A J.04 CAD FILE: X:\CR\IE\2011\111002-00\CAD\Plans\11ID02-DO-J04.sht \v/ CITY OF Iowa clTv,IOWA STAGING AND TRAFFIC CONTROL -- ■ �� �, I 1 _-�--- w O O ' PHASE 3B W TRAFFIC CONTROL LEGEND II O F- T TRAFFIC SIGN CHANNELIZING DEVICES; Cr) • r r- TYPE III BARRICADE • TRAFFIC CONE � ''LLI y l/71 SEQUENCING ARROW • TUBULAR MARKER ❑ 0 ❑ I / => DIRECT ION OF TRAFFIC -O- VERTICAL PANEL 0 l w / v.//I WORK AREA X DRUM J - CL _ ORANGE SAFETY FENCE 4�` -� CC DETOUR ROUTE lilt ,��.��""��.ww"m'- -R K W'u���OOD �� w LU O SYCAMORE MALL 3- INF AlWaMMIIII1WA=MME sr IIIW wAisiMIMINMEIMMEMI 111111 CC 0 A �- _ c, 12.5• 12 '.5' I r _ J = I 10 r } — �— �` LI ny 0 0 c1 -777-77--------71----- 3 ❑ ❑ ❑ �' ' .111 O y s ©� US HIGHWAY 6 ( US HIGHWAY 6 O . F '' E USE IOWA DOT ROAD STANDARD TC-402 AND TC-418 .1�;2 1 ❑ FOR SHOULDER CLOSURE AND LANE CLOSURE, RESPECTIVELY ❑ O 6 ❑ \ OATYPE III BARRICADE TYPE III BARRICADE CLOSURE W/ORANGE SAF FENCE BR w/ROAD CLOSED & y�`- ,, RORIGHT DETOUR ROAD ��: "..1105E0 O n y bI I L // // // CLOSED r// //AFAIFAIFIFAI rNeu Rrvc /%///%/ /i///%/ /%// %/ //r:u_* // 4 '�' I I ��� u u / // // // /////// /////// I I n � T— I 'i - 15. 5 _I. .1. .1. I. J. I. /� .// / -7/ T t_____ OSir r 1 J 1 / 1 / , I 1 / \ / 1 / 1 1 1 I / I / \ . °SHOULDER O ROAD O END O ® ROAD M CLOSED ■ DROP WORK ROAD WORK 1 ( \ / 7 / \ ! 1 / ) I \ I 1 1 1 / \_I t! 1 / \ 1 ■ \ / O AHEAD 620-2A AHEAD OOFF US 6:48"X 24" - J J L _ I I \ 5 15IIIIII SYCAMORE:36"%18" 1 J W8-9A W20-1USW20-3 I I LTI- \ US 6,76''20 36" 1-1 US 6:48"X 48" 6 48"% 48" SYCAMORE:24"X 24" US ORE: X 48" I' _ SYCAMORE:36"X 36" SYCAMORE:36"X 36" SYCAMORE:36"X 36" t O (DETOUR DETOUR DETOUR DETOUR IDETOUR ( NORTH NORTH NORTH END SOUTH ❑ fil ❑ ❑ AHEAD (SYCAMORE ST `SYCAMORE ST (SYCAMORE ST DETOUR SYCAMORE ST E 0 n W20-2 400111 f [1.- 0 4,011,11 US 648"X 68" 0 SYCAMORE:36"X 36" IL O IR a TM DETOUR 8. limy ,� O �r t _ 15' SOUTHiriir N I it 1 \ �- (SYCAMORE ST1 R3-B SPECIALR4-7 r O 36"% 30" 24"X 30" ''` iniiiwilt 11111 W1-4R W1-4L _ r- US ORE:% 48" N Q US 6,48"% 48" I, \ / 1 / l 1 / / / \ / t 1 ` SYUS 6:48"X X 36" O O SYCAMORE 36"X 36" PROJECT N0: 111002-00 DESIGNED BY: S.BONERS NO DATE ' BY REVISION DESCRIPTION US HIGHWAY 6 AND SYCAMORE STREET SHEET NO. PROJECT DATE: 06/30/2011/ CHECKEDWBY: - Fotlhi PHASE 3B CAD GATE: 6/4/2012 6:48:06 AM DRAWN BY: - INTERSECTION IMPROVEMENTS J.05 CAO FILE: %:\CR\IE\2011\111002-00\CAO\Plans\111002-00-J05.sht CITY OF IOWA CITY,IOWA STAGING AND TRAFFIC CONTROL Iji II w •� O p ,1 1 J PHASE 4 IF am . is ■ W p. TRAFFIC CONTROL LEGEND 1110 F- TRAFFIC SIGN CHANNELIZING DEVICES: al IC W Tr • W i --- TYPE III BARRICADE • TRAFFIC CONE I EyJ Cr I I- 4 \_ SEOUENCING ARROW • TUBULAR MARKER ❑ (1) ., SYCAMORE nSYCAMORE MALL DIRECTION OF TRAFFIC v VERTICAL PANEL Ciy 111 IX cr) NI 1.61.2L //7� WORK AREA X DR - o - - -. ORANUMGE SAFETY FENCE DETOUR ROUTE III I II � iI I __.��-�-.�����et•�I (_) I BROOKWOOD DRIVE } ����wmin i .�� .�.r��.�. a ■ M E P 12.5' ----- --- ____ • U US HIGHWAY 6 -4— 0 �0110t- � "'�`��'— 0 0 0 O --- ----ijobleapom- - o O c US HIGHWA O OD © FOR SHOULLDERDCLOSUURE ANDNLOANE CLOSURE.RESPECTIVELY Y U � r-.i TYPE III BARRICADE 2 O ; 0 TYPE III BARRICADE CLOSURE W/ORANGE SAFTEY FENCE BR w/ROAD CLOSED & ��'--I RIGHT DETOUR .._� 1 'Q ROAD a RO CLOSED ...:.,„(2 _qj`., .. .- //�// // CLOSED // /1/��/ ;Q- TRaI1TRMTK,0- I 4 4 f L ,� //�%/ /i///%/ /%///// //[iu7�// 'J �i ..„. 1 If 1 . p 15 15'15 ` */* ' - • 1- ') O SHOULDER O ROAD O END O O ROAD I Maw- 0 I© /*( ``DROP WORK ROAD WORKCLOSED 4OFF AHEPD 020-2A AHEAD _� �-- 0 • 141111\04 US 6:48"X 24" * our _ El SYCAMORE:36"X 18" R3-2 . O ■ 1111 I ``` W8-9A w20-1 US OR E6"X 36" W20-348' US 6:48"% 48" US 6�48"X 48" US 6�48"% 48" 1 ♦14;14b.....>„\t. ` SYCAMORE:36"X 36" SYCAMORE:36"X 36" SYCAMORE:24' X 24" SYCAMORE:36"X 36" DETOUR DETOUR DETOUR DETOUR up ` .� I mi ,o DETOUR NORTH NORTH NORTH END SOUTH 151 4.1 , �-� ___ MEAD SYCAMORE ST) SYCAMORE ST SYCAMORE ST DETOUR (SYCAMORE ST . oNL Y ' t W20-2 111111111111.11111.111111111 USX 48" 441111111 4MM r1. ,,. Iit IP' , ' ,SYCAMORE:36"z 36" .. ` O 0 0 0 L 0 DSEOTUOTUHR � , Q 1 t. / IP \ 01111 0 I Pill lill Ills ii111 \/, , SYCAMORE ST R3-8 SPECIAL R 36 X30 24X 30' I r I w1-4R w1-4L t* 1 ' ilat,_ I= [ p.J 88 SYCAMORE: x36" O O SYCAMORE:36'X 36" wool* 1:111 N .111.2 • NI R mk*-II ® . © ® .�1��illi .1 ii I PROJECT NO: 11 1002-00 00 DESIGNED BY: S. SOVERS NO DATE BY REVISION DESCRIPTION Fotli SHEET NO. PROJECT DATE: 06/30/2011 CHECKED BY: - US HIGHWAY 6 AND SYCAMORE STREET CAD DATE: 6/4/2012 8:48:07 AM DRAWN BY: - INTERSECTION IMPROVEMENTS PHASE 4 J 06. CAD FILE: X:\CR\IE\2011\111002-00\CAD\Plans\111002-00-JD6sht 9 CITY OF IOWA CITY,IOWA STAGING AND TRAFFIC CONTROL ll IIP� l� o \ ! • , �D 0 0 0 ed I DETOUR MAP �� d d �� ------------ � /�• �' a / PHASE 4 I m �, , ` '� TRAFFIC CONTROL LEGEND �\, , T TRAFFIC SIGN CHANNEL'ZING DEVICES: 407 D 1 11'� '� if' ° I - „.....<,„,,,,\,.Cf o �' --E--.-- TYPE [11 BARRICADE • TRAFFIC CONE a ° ° N �,` � o �oo 1571 SEQUENCING ARROW • TUBULAR MARKER i0 O . ` • / ° Doo ° IAfr= _ �, 1I4 0 ° DIRECTION OF TRAFFIC 'IT VERTICAL PANEL - 0%.:0. O °o°o 4 + O $° r//,.//1 WORK AREA X DRUM ° ` 42, 0 Ns it:::.' , — — • DETOUR ROUTE :' ORANGE SAFETY FENCE 114 PHN9q1-1-Hq : .."--'4,*.... , 'L .6 ` 6 , E 1 ;' �4 It :di it DETOUR DETOUR DETOUR 4Jr I� ,�D�� ` * �4 N '1'. o , O O i --"1 4, DETOUR SOUTH SOUTH SOUTH 1 .9 mar7 a AHEAD SYCAMORE ST SYCAMORE ST SYCAMORE ST ii III 11. si 114 i / ir _ / • _1_I- I 1`•�, ', a.,,,....••••1 , ♦- I-� 7-I L� ��• �` Ra 2 w20-211111 ----1-140* -�y , ,-r - r \'�• ` US 6:36"X 36"4 US 6:48"X 48" r I `` r� � I I, I � I -- � 1 SYCAMORE:24"% 2 SrCM10RE�36"X 36" • i� o ♦1•1-1-1 �, �'\ii. `� Ilir `r `II` 11 ��Q I' I. °o . ``1 ■. i I. -- - A. °o o° I 114; LL Q LR ° I - I_ �■__ • I 1 \\,��► op* 4\ SYCAMORE STREET SOUTH 1 = W. — _ L_. ,� ■�. `' ' 4END NO LEFT TURN .7.. I W p—■ i ■ i- ■ 1' i � a ■ I �- <`'N 4#4 O O O o DETOUR FOLLOW DETOUR AT ,� _ t►0 4111 ° '1 1 t S`\,/ o O LAKESIDE DR ;1/2_1;11._ ° ,-i 1I �� , , � � � ooOSPECIAL :7 d 1::::__Illiu.:_111:!:_i:;_u:;:L:_lliI._ � i-rI `+,to,�\ (BLACK LETTERSiIII■ ii r 1, ! . I,_ ::;111 ;' �, /! /i\ \!f. 1 1 ■ ■ V I ■ ; �- D *� ♦ ' �4►4�\�, rrON ORANGE BACKGROUND) y' r rl.*✓ —1 ��� I !*� I ■ III �/ , '•� \`�'/ O L01J - 0 r.. •i.`■1i■ fr IRr 1 i t ,_ •�,. \., j Asp ii i0 r r 1r� ❑ °° . °S ■0. ° I , yrl I..1r-o •I( 1 `. . .• , -, ,, y , '\ IP O /, 1 \.■,f■_.rrnim,■`+ i�� + I I a �' ''1 •*/ \4 �i/,.. oo _ ■ f ■ • ° . .r II :_ISI _—._IIr.— --_--, --..'�/ • o.� \. . Lff • /4,_____---_------- , —11;161 6.6. 4.16.1.1. 6s"�Di I'■11 ° o\ _n---nno,, `�1. ie'�\ ; ;11-p PHASE 5A LU \ _,W TRAFFIC CONTROL LEGEND 11-171 : I-- I TRAFFIC SIGN CHANNELIZING DEVICES: _ t W W . . TYPE III BARRICADE • TRAFFIC CONE W I\ .. SEOUENCING ARROW • TUBULAR MARKER ? I CO c> DIRECTION OF TRAFFIC - VERTICAL PANEL SYCAMORE MALL y W 1���/1 WORK AREA X DRUM ^I 4� r I Q I __ - - • DETOUR ROUTE k ORANGE SAFETY FENCE ll r L- / ! / \ \ millm. ---.-...-'11)..i I ti 40 E.;.. l r /� BROOKWOOD DRIVE ti ' J I 0 --i T 1-- —1 E O 12.5'._ L ❑CI 0 1 US HIGHWAY 6 m • mommum oI. ° o 1 US H 0 L iV I j USE IOWA DOT ROAD STANDARD TC-402 AND TC-418 GH WA Y a O. FOR SHOULDER CLOSURE AND LANE CLOSURE. RESPECTIVELY 6 ill .1011 TYPE III BARRICADEill ? O TYPE III BARRICADE CLOSURE W/ORANGE SAFTEY FENCE w/ROAD CLOSED & \ CD� " T G I, BR RIGHT DETOUR - -a 6: ROAD ;Q , R000 T:5D ... 1 // // CLOSED // ///f/// iRlffX '-'----I - .�.�. :� 1�1 . /////// /////// /////// / //%/ J �- h tk 4t 4 -I• -I' far ,., ©SHOULDER O ROAD O END O 0 ROAD 0 ``. ,. i DROP WORK ROAD WORKN..) CLOSED `. AHEAD AHEAD OFF G20-2A SYCAMORE.'36"x418' - # 110 ft'SYUSMUS 6.3''0 3624" IIpr.....4•44,444.14 �- W8-9A W20-1 W20-3 US 6:48"X 48" US E 4B"X 4B" US 6'48"% 48" ".1111111 SYCAMORE.36 X 36' SYCAMORE.36'X 36 SYCAMORE:36"X 36" DETOUR DETOUR FDETOUR DETOUR uf __ O DETOUR NORTH NORTH NORTH END SOUTH I- A 4st•it,`` , N..�AHEAD UJ m SYCAMORE ST SYCAMORE ST SYCAMORE ST DETOUR SYCAMORE ST OE u O'us 6 i&x ae' 44111111 U IS ' 1'SYCAMORE:36"X 36" O A/ 1 t ■ O `, 0/1 , IL OI IR LL 0 Cr 0 DETOUR lir 0 SOUTH Y r .' 1 8. id,tar Ilt I QI T If SYCAMORE ST R3-8 SPECIAL R4-7 R4-7 III #1110 /11 NW1-4R 36' % 30" 2a' x 30" W1-4L24' X 30 I r ��n \I. US 6:48"X 48" O O US 6:48"X 48" O V ' ,..... ■111=111111111111111111111111111110011.* , ' ' /'� SYCMAORE�36"X 36" SYCAMORE'36"X 36" , MI LR i_ ii millliilliall 441p ....______________T„, A_ r-----1 .I I. PROJECT D0: 111C/02-00 0 CE5. SOVERS NO DATE 0Y REVISION DESCRIPTION F"Ot� PROJECT DATE: 06/30/2011 CHECKED BY: - US HIGHWAY 6 AND SYCAMORE STREET CAD DATE: 6/4/2012 8:48:10 AM DRAWN BY: - INTERSECTION IMPROVEMENTS PHASE SA J.08 CAD FILE: X:\CR\IE\2011\111002-00\CAD\Plans\111002-00-J08.sht _ \✓ CITY OF IOWA CITY,IOWA STAGING AND TRAFFIC CONTROL I ww I IN I wn c:5-.11 © - PHASE 5B 111111 pi __ W TRAFFIC CONTROL LEGEND ww T TRAFFIC SIGN CHANNEL IZING DEVICES: ■ W II Tr TYPE III BARRICADE • TRAFFIC CONE 1111111111. LLJ CC \ 1 13 SEQUENCING ARROW • TUBULAR MARKER ❑ ❑ El iii (.1) LU i .> DIRECTION OF TRAFFIC v VERTICAL PANEL Jww LI I r���/I WORK AREA X DRUM CL • �_ 0 — — — - DETOUR ROUTE ORANGE SAFETY FENCE mit' III _____ Ull JLIOMIMII1K___ __ i7 _ ___ —_moi— L) .r .� BROOKWOOD DRIVE >- SYCAMORE MALL = IM=MMININIIMM�IMi�lim- - - WSW Wilti ►��� --_�� wJ I I .1 III n 12.5 ti— , o 1111 ❑ 0 0 . • E— — � a n US HIGHWAY 6 `O US HIGHWAY 6 -0. o I OUSE ILDE OOT ROAD LAND LOSU2 AND i FOR SHOULDER CLOSURE AND LANE CLOSURE. RESPECTIVELY 0 . . 1,1. 11114 ❑ I _I0 I 116, TYPE III BARRICADE 1515' OA TYPE III BARRICADE CLOSURE W/ORANGE SAFTEY FENCE w/ROAD CLOSED & BRO RIGHT DETOUR IlkiS )0 ROAD :Q, i, Ima o Osco i n I n �L ///�// // CLOSED 7// ///��/ ,Q- IHw IR%%FC,�, 7l'AFAIFAIAIFA7 4irrAFA,AFE:41,...rf:Al TI), I Li — I —I i I .r ,, Ario 77 � 7 — E Eliii-41L' r--- .I. J. .1. .1_ .1. J. \ 1 1 / \ / \ / \ 1 l / 1 / t / 1 1 1 1 1 1 1 I I 1 1 C 0 E F G I O SHOULDER O WORK O ROADWORKOO CLOSED 1 l \ I t / \ / l I 3 I 1 ! \ 1 1 1 \ / 1 1 \ I \ 1 r \ / DROP AHEAD Ct AHEAD li f ` / II , OFF US 6:48' 24" L1 ` 11111 W8-8A W20-i SYCAMORE 36"% 18" R3-2 W20-3 US 636"X 36" US 6 E % 48" US 6 E: % 48" SYCAMORES 24"% 24" US 6�48"% 48" SYCAMORE 36"% 36" SYCAMORE+36"X 36" SYCAMORES 36 X 36" i U d 1 ,J -1 r- - 1 1ij DETOUR DETOUR DETOUR DETOUR ® it O DETOUR NORTH NORTH NORTH ENO SOUTH 110 ❑ ❑ ❑ y AHEAD (SYCAMORE ST SYCAMORE ST SYCAMORE SI) DETOUR [SYCAMORE ST US 6,48"X 48" �� 't' 0 Hoillill 0 SYCAMORE 36"X 36" [L © IR �� nr ] Fi — MI / DETOUR O er , Q . SOUTH �I oncy N �� ` Il • . ■ OD �— (SYCAMORE ST R3-B R4-7 /'` _-._. .� W1-4R 36"X SPECIAL 24"x 30" W1-4L US 648"X 48" CA 6:E X 48" \'' �-- \‘t.- ' ! Y / f ` [....10._, SYCAMORE'36"% 36" O O SYCPIAORE 36"%36" 1 imiusloomP47 LR PROJECT NO: 1106/30/ DESIGNEDCKEDS. SOVERS NO DATE BY REVISION DESCRIPTION F°t SHEET N0. PROJECT DATE: 06/30/2011 CHECKED BY: - US HIGHWAY 6 AND SYCAMORE STREET CAO DATE: 6/4/2012 8:48:11 AM DRAWN BY: - — ` INTERSECTION IMPROVEMENTS PHASE SB J O9 CAO FILE: X:\CR\IE\2011\l11002-00\CAD\Plans\111002 00_J09.sht \v/ CITY OF IOWA CITY,IOWA STAGING AND TRAFFIC CONTROL I .-n • — I PHASE 6 rTRAFFIC CONTROL LEGEND OTi © T TRAFFIC SIGN CHANNELIZING DEVICES: Tws- TYPE III BARRICADE X TRAFFIC DRUM I II • 31111. DIRECTION OF TRAFFIC4., VERTICAL PANEL OR 42" TUBULAR MARKER PHASE 6 HMA OVERLAY r' OD ROAD EO END �-- I - HMA RUNOUT - JER1J F ME� ROAD WORK --r—r 4 / I US 6G48'?X 24" IJ/ 10" PCC W/ 4" OVERLAY, r SYCAMORE:36"X J V I \ 1 V A \ \ \ wzo-, u4 6:46^X 1 $YC)ORE:36"X 36" BROOKWOOD DRIVE I \ I /\ l 1 I \ I I _c_____ IP LJ— _____ ___ _______ D , _ __ 1 -- -1 f0 111 ❑ ❑ E 'NtU HIGHWAY 6 E ���-WIMP: rl- �.� US wool), g ICI F � �I ""411- O O USEEIOWA DOT ROAD STANDARD TC-402. TC-418 O AND TC-482 FOR HMA CONSTRUCTION ACTIVITIES. V I _ _Ft _I I_ Ilili I L - - 4 4 ,,., ... . WWCW •-.„_.: APP 1 1 \ / \ / \ I 1 I l / I / I / \ -1 HOLLYWOOD BLVD u) at( / 1 / 1 I \ / \ / \ I 1 / \ I \ / Il ``♦ ---LA 111 PrW4 F1411‘,..<) _ T , ,_, ----, 1--- I u r 41...N o . N PROJECT NO: 111002-00 DESIGNED BY: S.SOVERS NO DATE BY REVISION DESCRIPTION - 9Foth US HIGHWAY 6 AND SYCAMORE STREETsNEET N0.PROJECT DATE: 06/30/2011 CHECKED BY: - PHASE BCAD DATE: 6/4/2012 8,48,12 AN DRAWN BY: - INTERSECTION IMPROVEMENTS J•10 CAO FILE: X.\CR\IE\20I1\11100200\CAD\Plans\111002 00-J10.sht CITY OF IOWA CITY,Iowa STAGING AND TRAFFIC CONTROL o 0 0 0 0 _ O 0 0 0 0 0 ll;�'I,\+(FACING NORTH! G 0 + + + + + CID ^ CO CT' 0 .--. 366%R12" N N N co �'lu(FACING SOUTH) N N N N N N N R6-1L % N 36^x 1" REMOVE NQ RENSTKL A ° E%ISTVIG SIGNS FROM STA.221.70 LMT , (Ex.SIGNAL POLE) 4 O !FACING EAST/ 1 R2-1 r 4" . 11111 s US HIGHWAY 6 INk X ------ (1111:0 ____ I ':. 1 ® 1 1 1 1 41111) 1 1' 1 1' 1 U// I o i-0111 Lei 1 KM El I ll —-....nowKalliMigar►*iit1rYY►' 11iiiibYG►- ► fiiill: • . - - O CD 116"MI6") r. M 0 oillIllIll 0 20 N REMOVE AND REINSTALL f DI NOT kf FEET - _ EXISTING SIGNS FROM I ) A I STA.221.70 ENTER (Ek.SIGNAL POLE) R5-1 30"k 30" 0 0 0 0 I 0 0 0 0 hop N N N CO + .- ..-_ 0 00 —isaniiiiii .. CID US HIGHWAY 6 -- - --'N . '' . 'r- '. ' -'1_,.' "..',.., , ._____711111=1________________________. __. 1__ Nill. -- .1 m.I=IIII 1 I.miM.Nto MAI 1/1 IN I I lin I I IIN I I I/11.-41 PA ___-.....2 m El m M Br.4 i MI I rAdd I IN I I I I"I ill I."I I.I I I"° ----- 1 1 1 ______,. _ 5 . ___ _ . 4. . ,. .., �� - - \\ .. �•I.,I (FACING NORTH) la 0 NIL_ _.. �' R6-1L LEGEND 13,3161 :06H e�x 5; ,FACING SOUIHI N R6-IR BROKEN CENTERLINE (YELLOW) r+ DOUBLE CENTERLINE (YELLOW) LANE DROP (WHITE) 36"x 12" . • 0_ �'` (110 SPEED ����� �' BROKEN LANE LINE (WHITE) DOUBLE DOTTED LINE (YELLOW) r4 NO PASSING ZONE LINE (YELLOW) LIMIT � 4 O CROSSWALK BAR (WHITE) DOTTED LINE (WHITE) ® STOP LINE (WHITE) (FACING EAST! 04I R2.1 1-2 (1118"x18") C1�N8 CHANNELIZING LINE (WHITE) MM Y4 DOTTED LINE (YELLOW) I SOLID LANE LINE (WHITE) z� x30' 20 REMOVE ANO REINSTALL FEET EXISTING SIGNS FROM CHANNELIZING LINE (YELLOW) CDEDGE LINE RIGHT (WHITE) ® YIELD LINE (WHITE) STA.222.51 liC) CROSSWALK LINE (WHITE)• ® EDGE LINE LEFT (YELLOW) PROJECT NO: 111002-00 DESIGNED BY: S. SOVERS NO DATE BY REVISION DESCRIPTION Foth US HIGHWAY 6 AND SYCAMORE STREET 'Ilf` N0 PROJECT GATE: 06/30/2011 LHECKEB BY: - SYCAMORE ROAD AND HIGHWAY 6 CAD DATE: 6/4/2012 8:48:14 AM DRAWN r: - e INTERSECTION IMPROVEMENTS K.01 CAD FILE: %:\CR\IE\2011\111002-00\CAO\Plan,\111002-00 KDl.nht v CITY OF IOWA CITY,IOWA PAVEMENT MARKING AND TRAFFIC SIGNING I - ` 0 o � ' ' a / 0 + + al + + � , + 13° REMOVE Cr. 0 a r•� EXIS TXIGSTA.116$ION.00 FROM �ti N f�1 • Q 0..4� %V _ ' III ) IL V/4-21 lar * >. I Il __ Ai \,.....___ L ___ i Nowdirp--_,grai -\\_.s..sy N " . aft,\ In N SYCAMORE ST \ ® ;e e1. __ 222+0 ' I I I, I ImihI 47 I I I I I I I I I I 1 .14I I \ I 1 I I I --- L_; '. ...-----"------- . lia-- ro ft w— 1 LEGEND ' Ya BROKEN CENTERLINE (YELLOW) DOUBLE CENTERLINE (YELLOW) 1112) LANE DROP (WHITE) I 7 `I'" Z BROKEN LANE LINE (WHITE) Y4 DOUBLE DOTTED LINE (YELLOW) lap NO PASSING ZONE LINE (YELLOW) '''.---\\ 1 CROSSWALK BAR (WHITE) '®DOTTED LINE (WHITE) ® STOP LINE (WHITE) U 223+00 CD CHANNELIZING LINE (WHITE) ( DOTTED LINE (YELLOW) MI SOLID LANE LINE (WHITE) U D FEET 20 tCHANNELIZING LINE (YELLOW) ®EDGE LINE RIGHT (WHITE) ® YIELD LINE (WHITE) CROSSWALK LINE (WHITE) EDGE LINE LEFT (YELLOW) II , �Ad l O 0 0 0 0 0 O 0 0 0 0 0 + + + + + + Ni re) C to N OD O 0 0 0 0 0 O 0 0 0 0 0 (0 c0 (.0 (.0 c0 (p , o >= CO _ V �D�' i LA SYCAMORE ST SLW4 II I I 1 N1 I I I 1 I 1 I L.._...... .. I I I I I I 1,..' iT -- -I I alt) Ar - 0 \ zz f uT — ■ ....N\ 4fift, REMOVE AND S/GNS FROM ,L EXISTING ORE FROM STA-6003•x8. //!////////1 NO 600J•67,6003.74 PAINING REMOVE AND REINSTALL SPEED ANY EXISTING SIGNS FROM W11'B LIMIT TIME STA.6002.40 30"x 30" rs..®+� '-_-_j 24"X 30" y■ , ` `\' REMOVE AND REINSTALL ?� � 1 I / \ EXISTING SIGNS FROM I I STOP STA.6001-50 IJ Pi I • I • • I • I • , I I CID �V'I I, \ / �' '1 7_7 Z �Rz1��. `'O REMOVE AND REINSTALL EXISTING SIGNS FROM I STA 6007.88 0 20 F EE T PROJECT NO: 111002-00 _ DESIGNED BY: S.DOPERS NO DATE BY REVISION DESCRIPTION PROJECT DATE: 06/30/2011 CHECKED BY: - _, eFoth US HIGHWAY 6 AND SYCAMORE STREET - --- CAO DATE: 6/4/2012 8148:15 AM DRAWN BY: - I INTERSECTION IMPROVEMENTS SYCAMORE ROAD AND HIGHWAY 6 K.02 CAO FILE: X:\CR\1E\2011\111002-00\CAO\Plane\111002-00-K02.Nyt v CiTY of Iowa clrr,IowA PAVEMENT MARKING AND TRAFFIC SIGNING - i _ I o 0 0 0 0 0 + + (o_+ _+ + + cr 0 _ N N N N_ N N N N STA. 216+10.00. 39.00' LT STA. 217+10.00, 39.00' LT END HMA OVERLAY RUNOUT BEGIN HMA OVERLAY RUNOUT / 100' .rirA m•a CVc:,1 a:' WB US HIGHWAY 6 4.. OVERLAY . :41k\ . . _. , . - R' G (, 0 81-3 (TYP.) "' UNIFORM TRANSITION o _ © PCC ©N (,-/ /-I4 O .. -', - MATCH EXISTING CD JOINTS Q, \illi. . ?a OVER.4,, EB US HIGHWAY 6 I A UNIFORM I MATCH EXISTING C0 JOINTS BT-3 (TIP.) --- - --- "_._._ .,.., 100" II, TRANSITION 10.0'x_ of OO ZZ I 211 2.2:% PCC + I I I or 10:1 APEI: - -- _ ri STA. 216+10.00, 39.00' RT STA. 217+10.00 39.00' RT + - -�`14 I END HMA OVERLAY RUNOUT BEGIN HMA OVERLAY RUNOUT �I •�\ - - 6TA. 217«90.00. 47.00' RT TAPER CURB I END PAVED SHOULDER TO 6" EDGE OF PAVEMENT I ,,•� FG ELEV.. 737.02* 0 STA. 218+70.00, 47.00' RT I O .75 BEGIN IO:I TAPER. CURB STA. 219+40.00 54.00' RT STA. 221+44.22. 99.00' RT (ML) - _ FG ELEV.= 736.48* END 10:1 TAPER STA. 121+48.25. 67.50' LT (SR) I / FG ELEV.. 735.51* CENTER OF 45' RADIUS I PT FG ELEV.. 731.18 STA. 121+93.25. 67.90' LT (SRI 11 EDGE OF PAVED ENT0. 2.00' LT lk PT FG ELEV.. 730.56 I / BEGIN 45' RADIUS FG ELEV.. 735.97 FG ELEV.= 731.99 � PT FG ELEV.= 730.49 / - - - ® STA. 219+40.00. 15.00' LT _ _ ..= ' 2 O STA. 221.89.22. 99.40' RT (ML) l FG ELEV.. 736.06: - 2 STA. 121+48.25, 22.50' LT (SR) 17 STA. 1.77.15.00' RT STA. 221+51.59, 100.65' RT (ML) 7 ENO 45' RADIUS FG ELEV.. 731..39* FG ELEV.= 730.64 121+46.66, 60.12' LT (SRI STA. 221+94.27, 5.00' RT CENTER OF 31' RADIUS STA. 217+90.00, 39.00' RT 14 FG ELEV.. 731.10* W FG ELEV.= 737.26* STA. 221.94.27. G STA. 217+10.00, 15.00' RT STA. 221+89.05, 118.02' RT (ML) O FG ELEV.= 731.01* STA, 121+29.63. 22.50' RT (SR) FG ELEV.. 737.58* STA. 221+94.27. 16.99' LT EDGE OF PAVEMENT. MATCH EXISITING STA. 217+10.00, 13.00' RT 1 FG ELEV.= 731.32* -. FG ELEV.= 730.88* w EDGE OF PAVEMENTSTA. 221+77.21. 16.83' LT FG ELEV.. 737.54* Qi FG ELEV.= 731.80* w 00+1 Z 6 STA. 217+30.00. 13.00' RT O STA. 221+77.17. 15.00' LT w BEGIN 10:1 TAPER IB FG ELEV.= 731.77* EDGE OF PAVEMENT S FG ELEV.. 737.55* ® STA. 221+77.17. 6.00' LT .t N 1 FG ELEV.= 731.39 c� STA. 219+00.47 15.00' RT ® U' 1116,` w FG ELEV.. 736.35* STA. 221+65.00, 8.00' LT EDGE OF 2' RADIUS - - O STA. 219.00.47, 9.02' RT FG ELEV.. 731.53 90'23'13.37" 89°36'46.63" X'' FG ELEV.. 736.30* STA. 221+65.00, 12.00' LT \ 1111 O STA. 219+40.65, 5.00' RT EDGE OF 2' RADIUS \ ALLEELEVATIONS ARE FORM GRADE OR TOP OF FG ELEV.. 735.68* FG ELEV.. 731.89 STA. 219+40.00, 8.00' LT SLAB UNLESS NOTED OTHERWISE. I® US HIGHWAY 6 EDGE OF PAVEMENT CONTRACTOR TO VERIFY TIE-IN ELEVATIONS. 0 20 FG ELEV.. 735.42 STA. 222+07.87 (US HIGHWAY 61 = NOTIFY ENGINEER IF ELEVATIONS ARE FEET STA. 6000+00.00 (SYCAMORE NORTH) DIFFERENT THAN SHOWN. TYPICAL TRANSVERSE "CD" JOINT SPACING IS 15'. PROJECT D0: 111002-00 DESIGNED BY: S. SOVERS NO DATE BY REYi510N DESCRIPTION �� SHEET NC. PROJECT DATE: 06/30/2011 CHECKED BY: - US HIGHWAY 6 AND SYCAMORE STREET CAD DATE: 6/4/2012 8:48:16 AM DRAWN BY: - INTERSECTION IMPROVEMENTS US HIGHWAY 6 L.01 CAO FILE: X:\CR\lE\2011\ 0\C 110002-0AO\Plans\111002-00_01.0t \/ CITY OF IOWA CITY.IOWA JOINTING,GEOMETRIC&STAKING LAYOUT {� `: a • 0 0 0 0 o J o 0 0 r) er ID + O N N N + O N N N N. O Lomminemomwommom 111 IIIIIINI1b111.-. N + Oo N N :SSTA. 2 7+18.00 39.00' LT ri -T BEGIN HMA OVERLAY RUNOUT STA. 228+18.00, 39.00' LT END HMA OVERLAY RUNOUT alli! . WB US HIGHWAY 6 kik. • 0--+ �1--- ?i, + - .... _ .,.. .... MATCH EXISTING CO JOINTS -- CIIQ _ a of PCC Q�! ��. __. a , ..11111111P �, �i UNIFORM o - - 'L' - Q. ^� =AN iii 4N IB - EY N... .44,1,,,,,_ EB US HIGHWAY 6 -, 2 j Illriglik • 1 , 111111111111 I I IN I 1"-‘11N b t Nil 6:I 1 I STA. 227+18.00 39.00' RT BEGIN HMA OVERLAY RUNOUT fi0 4 ,,--��11 STA. 228+18.00. 39.00' RT CCI END HMA OVERLAY RUNOUT - +54.75 STA. 222+69.43. 76.00' RT (MLI 0 STA. 222+34.05. 118.42' RT IMLI STA. 222+43.97, 12.00' LTSTA. 226+98.00. 13.00' LT STA. 222+12.60 (US HIGHWAY 61 = STA. 121+72.36. 57.50' RT (SRI STA. 121+29.63. 22.50' RT (SR) EDGE OF PAVEMENT 19 END 10.1 TAPER STA. 122+47.85 (SYCAMORE SOUTH) CENTER OF 35' RADIUS EDGE OF PAVEMENT, MATCH EXISTING FG ELEV.= 730.09 FG ELEV.= 718.81* a, IA PT FG ELEV.. 730.23 FG ELEV. = 730.80* STA. 222+43.97, 6.00' LT STA. 227+18.00, 13.00' LT 3, PT FG ELEV.. 729,94 EDGE OF PAVEMENT ® FG ELEV.= 718.38* US HIGHWAY 6 � PT FG ELEV.= 729.63 STA. 222+34.43, 75.69' RT (ML) r STA. 121+72.36. 22.50' RT (SR) FG ELEV.= 729.97 } m BEGIN 35' RADIUS Q STA. 227.18.00. 15.00' LT /J .0 v FG ELEV. = 730.54 11 STA. 222+57.93. 6.00' LT FG ELEV.= 718.44* EDGE OF PAVEMENT STA. 224+87.18. 15.00' LT FG ELEV.= 729.77 89°29'34.4I" 90°30'25.59" +18.75 O STA. 222+69.43. 41.00' RT (MLI FG ELEV.= 724.17* STA. 122+07.36. 57.19' RT (SRI STA, 222+57,93, 12.00' LT \ / EDGE OF PAVEMENT. END 35' RADIUS STA. 224+87.19, 11.49' LT EDGE OF PAVEMENT 3 STA. +97.04 FG ELEV. = 729.32* FG ELEV.= 729.89 FG ELEV.= 724.09* ' I- N. MODULA' :L4 K w W RETAINING WALL STA. 222+69.43. 39.00' RT (ML) Q STA. 224+22.49, 5.00' LTix W TOP OF WALL ELEV.= 734.50 ® 0 STA. OF 3' .AD 12.00' LT FG ELEV.= 725.59* W _ _ _ _ STA. 122+09.36. 57.17' RT (SRI EDGE OF 3' RADIUS to +95.69 EDGE OF PAVEMENT FG ELEV.= 729.02 STA. 223*06.02, 5.00' LT N FG ELEV.= 729.40* © FG ELEV.. 728.64± STA. 222+94.93, 6.00' LT I W 5 STA. 222+62.81, 12.00' RT 14 EDGE OF 3' RADIUSSTA. 223+06.02, 15.00' LT u cc EDGE OF 2' RADIUS FG ELEV.= 728.94 ® FG ELEV.= 728.82* N N O FG ELEV.= 729.54 m P ® STA. 222+30.39, 15.00' RT STA. 222+48.08, 15.00' LT TI STA. 222+62.81. 8.00' RT I FG ELEV.= 730.41: ® FG ELEV.= 730.16* - A% - ✓ © EDGE OF 2' RADIUS r 3- STA. 120+82.00 STA. 224+88.00, 15.00' RT © STA. 222+48.10, 16.92' LT N : TGINAI ING WALL K FG ELEV.= 729.39 © FG ELEV= 724.32* FG ELEV.= 730.182 RETAINING NOTES: I TOP OF WALL ELEV.= 734.50 O STA. 222+40.93, 6.00' LT STA 224+88.00, 12.00' RT Q STA. 222+30.39, 16.93' LT ALL ELEVATIONS ARE FORM GRADE OR TOP OF EDGE OF 3' RADIUS © EDGE OF PAVEMENT FG ELEV.= 730.58± SLAB UNLESS NOTED OTHERWISE. FG ELEV.. 730.16 FG ELEV.= 724.23 STA. 222+30.39, STA. 120+77.69 CONTRACTOR TO VERIFY TIE-IN ELEVATIONS. 0 20 BEGIN SIDEWALK STA. 222+40.93. 12.00' LT STA. 224+88.00, 8.00' RT FG ELEV.= 730.32* NOTIFY ENGINEER IF ELEVATIONS ARE F� EDGE OF 3' RADIUS 18 EDGE 2 PAVEMENT DIFFERENT THAN SHOWN. FG ELEV.= 730.26 FG ELEV.= 723.49 TYPICAL TRANSVERSE "CO" JOINT SPACING IS 15'. PROJECT NO: 111002-00 DESIGNED BY: S. SOVERS C1311:311111111111 REVISION DESCRIPTION Fot h THEE' NO PROJECT DATE: 06/30/2011 CHECKED BY: - ��� US HIGHWAY 6 AND SYCAMORE STREET CAD DATE: 6/4/2012 8:48:17 AM DRAWN BY: - === INTERSECTION IMPROVEMENTS US HIGHWAY 6 L°02 CAD FILE: X:\CR\IE\2011\113002-00\CAD\Plans\IIIOO2-00_L02.sht .111.1M11.1.11111 =11.1. 9 CITY OF IOWA CITY,IOWA JOINTING,GEOMETRIC&STAKING LAYOUT Ir . �,_ -__ . OSTA. 6000+41.55. 95.77' RT (ML) O STA. 6000+88.48. 12.50' LT (MLI NOTES: STA, 223+03.92. 40.90' LT (SR) STA. 22I+95.97, 86.56' LT (5R) ALL ELEVATIONS ARE FORM GRADE OR TOP OF 11111 FG ELEV.= 728.82 BEGIN 50' RADIUS SLAB UNLESS NOTED OTHERWISE. FG ELEV.= 729,36 O STA. 6000+41.46. 82.20' RT (MLI CONTRACTOR TO VERIFY TIE-IN ELEVATIONS. 222+90.35. 2.RADIUS 40.90' LT (SR) STA.STA. 226000+40.58, 1059.58, 48.18 LLT((ML) NOTIFY ENGINEER IF ELEVATIONS ARE © DIFFERENT THAN SHOWN. - FG ELEV.: 729.15 END 50' RADIUS FG ELEV.= 732.16 TYPICAL TRANSVERSE TO" JOINT SPACING IS 15;'.- O STA. 6001+00.81. 29.22' RT (MLI . . 0 D STA. 222+37.77. 100.61' LT (SR) O STA. 6000+40.48. 62.18' LT (MLI _ _END 70' RADIUS STA. 221+45.97. 40.90' LT (SR) BEGIN 8:1 TAPER FG ELEV.= 732.56 FG ELEV.= 728.27 -_ _ STA. 6001+38.58, 24.50' RT (ML) _iv: W END 86:010 :1 TAPER FG ELEV.= 726.6) 4 - m 221+00 2-7 C O C O - o o O 0 Et, O o o O O = - _ + + �� x�f Ix } +- +o ' I 0 = 0 O 0el : Y N N j (0 s (.0 (0 (0 :• m - - _ r STA, 6000+66.48, 62.50' LT (ML) x x v - - STA. 221+45.97, 88.90' LT (SR) o CENTER OF 50' RADIUS CD _ ' -' I 1/ PT FG ELEV.= 730.04 v, _ �. � PT FO ELEV.= 730.67 _, I PT FG ELEV.= 731.42 STA. 6004+30.00, 12.50' LT f �/ BEGIN CONSTRUCTION /(�9' 10 �' I MATCH EXISTING PCC PCC = b ' x x �� - m N I STA. 6000+83.83. 55.00' RT (MLI x o x _ ry \ -' 1 STA. 221+53.44. 84,20' LT (SR) J / �- \ = in \.� I CENTER OF 96' RADIUS o tri -I C. 2 ^� \.� `\\ " 1/ O SYCAMORE STREET UNIFORM TRANSITION `r KT-2 L-2 ^12 I - �,i/l11n: NIFORM TRANSITION ♦ ONSTANT SLOPE ... . r'M- I I I I I f 12.5' I sIa I J o w �� • ,� Misitik- I 12.4' N $, L-2 (T PJ I N L 2 (TYP.) • y I , \ p., UNI, Y -I J I I 12.5' i� I I I ONSTANTI SLOPE I I •INJ (FORM0" TRANSITION Al I I N iRANSl''' KT-2 (TYP.1 I I 13.0' 3.'' 3,. I' S.�' I KT-2 (TVP.) 15.0' I I r 1 KT- (TVP.) >�;_ N U�fFORM JR-ANSI - - ----- - x' . -� a(TVP.( _ (TVP.) --1-�---_-�. \? as KT- L-2 o I_ I l2' -: ----i5a TAPER ^ B N - !.� PCC PCC - �� -. _- -- .. ° -_ TAPER OO n.1- N I I�, 0 8:1 '� .. STA. 600E+30.CO, 1RUC ON CO -.,o o BEGIENCOONSTRUTAPER T ION 0N . c'.:N Oa 1 STA. 6002+50.00. 24.50' RT MATCH EXISTING _I� / PROPOSED RETAINING WALL a BEGIN IS:I TAPER �" - ^ '� (REFER TO U--SSHEETS) N FG ELEV.= 4:5 et I - rs; in I / 0 1.50 b Ir _� ICI 11 d .or `� m m m la ___ , , ...__ U I :4 _ -2-23.1-00 1 (D FGAELEV.=003+50.00.699.44 58.23' RT _ O STA. 6001+71.91, 121,45' RT O STA 6002+00.00, 61.50' RT © STA 6004+01.18, 68.56' RT 6 MATCH EXISTING 15 FG ELEV.= 700.93 2 MATCH EXISTING FG ELEV.= 699.26± FG ELEV.= 698.502 • __ STA. 6002+50,00, 76.00' RT 7.299§STA. 223+098.68' T TML) ________iTA. 6001+09.4 .108.82' LT (SR) O O 0 STA. 6000X11+57.41.ING 121.45' RT FATCHEEXI TIN0001:G @ STA.6004+60.008, 54.11' RT CENTER OF 70' RADIUS FG ELEV.= 700.08± • 1/ PT FG ELEV.. 729.62 Q STA. 6002+50.00, 61.50' RT ©4 MATCH E ISTING. 64.44' RT 1/z PT FG ELEV.= 729.96 STA. 6001+71.91, 76.00' RT FG ELEY.= 700.59 FG ELEV.= 698.76±PT FG ELEV.= 729.28 MATCH EXISTING STA. 6003+10.93, 76.00' RT FG ELEV.= 700.912 IBI HORIZONTAL BEND. MATCH EXISTING 0 STA. 6004+50.00, 49.99' RI `I STA. +47 7134.50' STA. 6001+57.41, 76.00' RT FG ELEV.= 699.282 FG ELEV.= 699.34 _ TER O 8. I RT 11 FG ELEV.= 701.21 CENTER OF 96' RADIUS FGAE 001.701935 61.50' RT 19 HORIZONSTA. 6003+10.34. AL 1BEN0 61.50' RT - �� Z FG ELEV.= 699.86 • 13 STA 6001+57.41, 61.50' RT o STA 6003+51.18. 72.68' RT - FG ELEV.= 701.57 MATCH EXISTING FG ELEV.= 698.862 0 20 FEET hi .' ,. - -v 774+nn PROJECT NO: 111002-00 DESIGNED BY: S. SOVERS NO DATE BY REVISION DESCRIPTION ,NEE I ND. PROJECT DATE: 06/30/2011 CHECKED BY: - Foth US HIGHWAY 6 AND SYCAMORE STREET CAD DATE: 6/4/2012 8:48:18 AM DRAWN BY: = 9INTERSECTION IMPROVEMENTS SYCAMORE STREET L+03 CAD FILE: X:\CR\IE\2011\II[002-00\CAD\Plans\111002-00_L03.sht CITY OF Iowa CITY.IOWA JOINTING,GEOMETRIC&STAKING LAYOUT - .,...5)' 1 � I 1 J SPRUCE STREET r..1 c:a ►v T i-,, 11 o 0 - 0 0 V .,Y o 0 4. 0 0 , -,a + + + + :ri —t0x (0 .. 0- 0 -0 7 - 0 . 42 ..--io o 42 0 0 co CD (0 • CO (0 x HI x___________x STA. 6007+58.66. 10.00' RT END CONSTRUCTION MATCH VEXISTING I / II MA CH EX TING SYCAMORE STREET 1 I I I I I 1 I I 1 1 I I � � 1 I I I I 1 I 4 4 N 1 /100 I [1:1 TAPER /-fr- -11 8q° ,t/4TCN?t I CENTER\STA. OOF+266RADIUSO RT 10 -1X• I fk /Sr STA. 6009+53.36 "1 I I 13 I/2 PT FG ELEV.= 704.97 C l`\ /A/C MATCH EXISTING I. STA. 6007+58.66. 38.50' RT STA. 6009+24.15. 40.00' RT I f l ® BEGIN CONSTRUCTION BEGIN CONSTRUCTION MATCH EXISTING MATCH EXISTING STA. 601'.12.'5 STA. 6007+07.66. 38.50' RT FG ELEV.. 704.81 CENTER OF 26' RADIUS BEGIN SI. 1/2 PT FG ELEV.. 705.50 6007+07.66. 12.50' RT 0 STA. 6005+01.18, 60.31' RT STA. 6006+50.00, 51.62' RT ll Ilk \ 26' RADIUS MATCH EXISTING 11 MATCH EXISTING •H EXISTING FG ELEV.= 699.89± FG ELEV.= 702.62± ELEV.= 705.43± STA. 6005+00.00. 45.86' RT STA 6006+50.00. 37.12' RT STA. 6007+33.66. 38.50' RT © FG ELEV.= 700.47 12 FG ELEV.= 703.20 END 26' RADIUS MATCH EXISTING Oj STA. 6005+5I.18, 56.19' RT I3 STA. 6007+00.00, 51.62' RT FG ELEV.= 704.79± MATCH EXISTING MATCH EXISTING FG ELEV.= 701.00± FG ELEV.= 703.46± 3 STA. 6007+83.66. 38.50' RT ® STA. 6005+50.00, 41.74' RT I4 STA. 6007+00.00, 37.12' RT n I BEGIN 26' RADIUS FG ELEV.. 701.58 FG ELEV.= 703.90 As. MATCH EXISTING STA 6006+06.44, 51.64' RT STA. 6007+21.46, 51.62' RT �� FG ELEV.= 704.82± O9 IS HORIZONTAL BEND. MATCH EXISTING MATCH EXISTING NOTES: FG ELEV.. 701.98* FG ELEV.= 703.91± O STA. 6008+09.66. 12.50' RTALL ELEVATIONS ARE FORM GRADE OR TOP OF 1 END 26' RADIUS g STA. 6006+05.84, 37.14' RT16 STA. 6007+21.24. 37.12' RT SLAB UNLESS NOTED OTHERWISE. MATCH EXISTING HORIZONTAL BEND FG ELEV.. 704.35 FG ELEV.. 704.64± FG ELEV.= 702.56 CONTRACTOR TO VERIFY TIE-IN ELEVATIONS. 0 20 NOTIFY ENGINEERIF ELEVATIONS ARE F I DIFFERENTTHAN SHOWN. TYPICAL TRANSVERSE "CO" JOINT SPACING IS 15'. PROJECT NO: 1106030/ DESIGNED Y. S.SOVERS NO DATE BY REVISION DESCRIPTION FotSFiE[? v0. PROJECT DATE: 06/30/2011 CHECKED BY: - US HIGHWAY 6 AND SYCAMORE STREET CAD GATE: 6/4/2012 8:48:19 AM DRAWN BY: - INTERSECTION IMPROVEMENTS SYCAMORE STREET L.04 CAO FILE: X:\CR\IE\2011\111002-00\CAD\Plans\111002-00-L04..ht CITY OF IOWA CITY,IOWA JOINTING,GEOMETRIC&STAKING LAYOUT 2.007. (I--.,,,,>// 0542 g Q O I I O 1 I /L540) + (0541) , 2.00% I Point Station Offset Elevation N L501 221+74.53 79.80 731.140•1 L502 221+77.49 77.11 731.10 N I I f L503 221+61.25 71.19 731.18 `\\ L504 221+66.08 68.79 731.20 I L505 221+61.0969.18 731.15 I I L506 221+60.70 •64.19 731.07 L507 221+65.69 63.81 731.12 I I L508 221+72.06 68.33 730.74 I L509 221+71.6763.34730.64 , -1 L510 221+76.81 67.96 730.55 N NI LSII 221+76.43 62.97 730.62 I L512 221+84.92 67.33 730.49 I I L513 221+84.53 62.34 730.59 I L514 221+94.42 66.59 730.46 I L515 221+94.03 61.61 730.54 I I L516 222+12.02 65.23 730.68 IEASTBOUND U S HIGHWAY 6 0517 222+12.07 60.21 730.67 I 0518 222+36.81 63.30 730.26 L519 222+36.43 58.32 730.21 L520 222+39.75 63.07 730.23 L521 222+39.36 58.09 730.13 ® 2.00% L522 222+45.73 62.61 730.51 L523 222+45.34 57.63 730.41 L524 222+48.55 62.39 730.66 L525 222+48.41 78.39 731.00 I L526 222+56.41 78.46 730.84 1 L527 222+56.55 62.46 730.56 I. L528 222+56.59 57.44 730.46 IS': 0- L529 222+48.59 57.37 730.58 IG ml L530 222+48.63 53.61 730.30 I L531 222+56.62 53.89 730.23 I L532 222+56.68 47.89 729.83 I L533 222+48.68 47.82 729.82 I I L534 222+48.70 43.34 729.93 (0537. , �(L536) L535 222+56.72 43.39 729.77 .. 2.002 L536 222+56.76 39.00 729.88 L537 222+48.73 38.95 730.04 or L538 222+56.81 26.96 729.99 N 0534) nr L535 L539 222+48.80 26.91 730.15 L540 222+56.91 7.97 729.59 I _ 2.00% _ L541 222+48.90 7.92 729.75 __ L542 222+56.95 0.00 729.70 x 1. - -- L543 222+48.95 0.00 729.86 'Q g° %. v N 11 I 0.24% L532 122+00 L533 m :e m in io 05 ( )1 L537 0.85% 6' 3,3• . L529) n 24.4' 2.9' 1.50% o 5 67. (L528 7 16.1'67.9' .4- `- - - - - . L523 m _ _ - - 1.90% L519b. 0521 •61 m - 8.t' .}. I _ _ _ _ - - 0517 N 6' 1 _ 0. 4% L5c2 5 0.39% - - 0.58% ® o ,, 6.20% 1.50% `_', L506 N 4.64%_ �L509 8.39% ® - 8,00% ® m 72 - - - 2.8' o N - - - - 1.24% _ - - L520 .....n r. .y :4 - 0.32%_ _ L5L6 _� -..;._ L505) _ 0.73%- "-}'� L002 7.58%_ 39- - ® ® --+,_ ' :::.iv = I _I. GM L508 m n - -� _ ri ni e ••. .q,i 2S Cr/ /E- L502) LU 1 W (L525 466 CC _ 2.007. I- \L526) (0501 W N Z ON o >- I cn 0 5 FEET PROJECT 110 _ OESIOIED BY: S. BONERS NO DATE BY REVISION DESCRIPTION F°1 11 SHEET NO. PROJECT NATE: 066/30/30/2011 CHECKED BY: - US HIGHWAY 6 AND SYCAMORE STREET DA CAD DATE: 6/4/2012 8:48:20 AM DRAWN BY: - -- INTERSECTION IMPROVEMENTS SYCAMORE STREET L.05 CAO FILE: X:\CR\IE\2011\111002-00\CAD\Plans\IllD02-00-105.aht v CITY OF IOWA CITY,IOWA PEDESTRIAN RAMP LAYOUT 222+00 i j 0 0 + 0 0 0 SYCAMORE STREET • -;a- c3- , 1 , r--=' r, • ff rri /L543) /� L602) I 9.7' 1 _ .. 1.432 2.00% 1.21% 1.08% 0.18% 2.99% :3.67'/ 2.00% 4.337. ® !..606 N\(.L608) (L 610 , ® ® en U'1 N -...-, N N N N N .61 • B m O m 1N71 m 0p1' N O ai O O \ m 61 CID L603 IMO �L607) ® '• N (L615) 0.31% 1.00'/, 2.00'/ 5.00% \<_1.43% 2.0E 1.21% 1.25% 0.28%L5427L601 9.7' ....16' 8' 16 Point Station Offset Elevation 171L601 222+56.99 -6.00 729.79 (n L602 222+48.98 -6.00 729.95 -1 L603 222*57.02 -12.00 729.91 (33 L604 222+49.02 -12.00 730.07 0 L605 222+57.10 -26.93 730.09 _ C L606 222+49.10 -26.89 730.25 Z L607 222+57.16 -38.90 729.94 0 L608 222+49.17 -38.90 730.12 L609 222+57.28 -59.84 730.00 L610 222+49.29 -59.89 730.16 C L611 _222+57.34 -69.50 730.03 (n L612 222+49.34 -69.55 729.87 L613 222+57.38 -75.50 730.09 I L614 222+49.38 -75.55 730.09 - A/th - L615 222+57.44 -83.50 729.93 `' Z 0 L616 222+49.44 -83.55 729.93 I L617 222+56.32 -99.44 729.13 Z L618 222+48.40 -98.27 729.29 > --‹ 0 5 FEE T II PROJECT NO: 111002-00 DESIGNED BY: S.SOVERS NO DATE BY REVISION DESCRIPTION • SHEET N0. PROJECT DATE: 06/30/2011 CHECKED BY: - FtIh1 US HIGHWAY 6 AND SYCAMORE STREET SYCAMORE STREET INTERSECTION IMPROVEMENTS L.06 CAD DATE: 6/4/2012 9:48:21 AM DRAWN BY: - PEDESTRIAN RAMP LAYOUT CAD FILE: X:\CR\IE\20 I I\111002-00\CAO\Plans\I II002-00-LO6.sht CITY OF IOWA CITY,IOWA P-...1 c rte.: 1 I - J O 0 . O 0 l + CO -. O CO 'o ,0,^ W W I SYCAMORE STREET 16' 8' _I 6 I 6.5' I 27.9' 27.9' 6.5' 8.2' 16.4' 2.002 2.00/ 8.007 0.96% 0.96% 0.58% 0.582 6.507. 0.50% L703 \\' ' L 700 ( (L7B5� L70 ,;pp`L709) (L7117. ® ® ® L719 0.50/ N O B m O \• N B m m �, MD q1 c. N m x - m 0 N EV ®'' (L704 (L706 (L708 ..-- L710 (L712\ 11112, MD MO m Gin N 1.50% 1.00% 5.33% 1.087 0.93/ 0.93% 0.93% 3.83% 0.50% L722 1.01%. /77/1/77/74/77//7/1/1 --'--../ --- Point Station Offset Elevation L701 6006+94.28 18.50 706.44 L702 6006+94.28 26.50 706.28 L703 6007+10.28 18.50 706.12 L704 6007+10.28 26.50 706.04 L705 6007+18.28 18.50 705.96 L706 6007+18.28 26.50 705.96 L707 6007+24.28 18.50 705.48 - L708 6007+24.28 26.50 705.64 L709 6007+30.73 18.50 705.42 L7I0 6007+30.73 26.50 705.57 _ -////////////// L711 6007+86.60 18.50 705.15 L712 6007+58.66 26.50 705.31 L713 6007+86.60 18.50 704.99 9 \\N......N. j Vj L714 6007+86.60 26.50 705.05 _ L715 6007+93.05 18.50 704.95 L716 6007+93.05 26.50 705.11 �I L717 66007+99.05 18.50 705.34 - it or Z L718 6007+99.05 26.50 705.34 _ L719 6008+07.25 18.50 705.38 •I L720 6008+06.85 26.50 705.30 L721 6008+23.57 20.13 705.30 L722 6008+22.77 28.09 705.14 0 5 FEE T PROJECT NO: 118002-00 DESIGNED BY: S. SOWERS NO DATE BY REVISION OESCR1PT ION B PROJECT :ATE: 2020/2011 CHECKED BY: - _ Foth • , • ' SKEET N0. CAO DATE: 6/4/201/2 e:4e:zz AM DRAYrI BY: • SYCAMORE STREETCAD FILE- %.\CR\IE\2011\111002 00\CAD\Plns\11[002-00-L07.shtvPEDESTRIAN RAMP LAYOUT L.07 1111 Lu O 0 w 0 o Z 0 a 0 oG 0 0 0 + + + CC + 0 TV rn a a O O O 0 0 O Z O O O co CC 0 z cc I LT LA CO J w a J U 0 - 4, w 1-iiiii ' 0-11,, - ' -, ►'i'�'i'�'�'�'��� �`iii''i-�'i'i� � � �i`i�iw �'i'i�� ��� i'i'i'i'i' 'i'i'i'�'�'�'�' '��� ��i�i�i 'IF SYCAMORE ST e�♦���,��1��_,� 0 ���, 1 ��I* #t�w�w�w���w�,����w�,���,�w�w�,��w�w�,����w�w�w�w�w�,���,� A��i�i�iAiAiAiAi�i�i�i�i�i�i�i�i4i4i�i�i�i 4i:_ Ai�iAi�i.7+���i�i�i�i�i�ii. AiAiAi�i�i�i�i�iAi�i� ��i•��i�lpVir V' NM �i STA, 100+04.30 ROUTE AND SEAL , i ! $f "Y I ` -n°' ALL TRANSVERSE AND k BEGIN JOINT LONGITUDINAL JOINTS I ROUTING AND SEALING Z V :1 0 N a w J .Z 0 30 FEET o O O o o O S O O + 0: + + 17 r In Ip— r. CrO —. Z Z J.- 0 CD V1 co a o w cr • i c., L 1 1 j" ' L-Hi - I �i�i��'i'A'����i'iii'i���ii��i��i��i����������i��������i��i�i��ii��iiiiiii��� . ..404, #S *S. . .#,..S......41*...S.#.* ..**** S . !k!i.. . . . G \_ ROUTE AND SEAL O ALL TRANSVERSE AND 1 LONGITUDINAL JOINTS Z JLb _ _ I- o a o J 2C w -- J —I Z I 2 LEGEND oIMMOMMEMM30 e'\ x PCC PAVEMENT JOINT FEET� �C ROUTING ANO SEALING PROJECT NO:A111002-00 0 DESIGNEDBY: S. SOYER$ NO DATE BY REVISION DESCRIPTION ��� ,FEET NO. PROJECT DATE: 06/30/2011 CHECKED - US HIGHWAY 6 AND SYCAMORE STREET CAD DATE: 6/4/2012 8:48:23 AM DRAWN BY: - INTERSECTION IMPROVEMENTS SYCAMORE STREET L 08 CAO FILE: %:\CR\[E\2011\III002-00\CAD\Plans\ll[OD2-00.l0B.aht 9 CITY OF IOWA CITY,IOWA PCC PAVEMENT JOINT ROUTING AND SEALING O - 221+00 0 0 o0 o• p o 0 0 o -J pO o o+ < _. 8 0 0 Cl L- o W O' O N (V N 0 c�D t0 — .. STA. 121+29.63 a0, END JOINT SEALINGo - o k. ......-.....�.�.�.�.�.�-�.�.�.�.�.�.���.�� SYCAMORE ST ------------ • ROUTE AND SEAL ALL TRANSVERSE AND LONGITUDINAL JOINTS % TRAFFIC SIGNAL PROJECT NOTES SIGNAL LEGEND 1. THE CONTRACTOR SHALL NOTIFY THE CITY AT LEAST 48 HOURS PRIOR TO SALVAGING ANY EXISTING TRAFFIC SIGNAL AND STREET LIGHTING EQUIPMENT SYMBOL/LABEL DESCRIPTION ( INCLUDING SIGNAL HEADS. POLES. MAST ARMS. CABLES. ETC. ) FOR THE PURPOSE OF COORDINATING THE EQUIPMENT TO BE SALVAGED AND THE DESIRED PICK UP TIME. THE CITY WILL THEN PICK UP THE SALVAGED EQUIPMENT. EQUIPMENT NOT WANTED BY THE CITY SHALL BE DISPOSED OF BY THE CONTRACTOR. $ POWER SOURCE (MAY BE POLE DR PEDESTAL) 2. ALL QUANTITIES SHOWN IN THE PLANS AND SPECIFICATIONS ARE FOR INFORMATIONAL AND ESTIMATING PURPOSES ONLY. THE CONTRACTOR'S LUMP SUM BID FOR THIS PROJECT SHALL INCLUDE ALL LABOR. TOOLS. EQUIPMENT. AND MATERIALS NECESSARY TO PROVIDE A COMPLETE AND FUNCTIONAL TRAFFIC CABINET, CONTROLLER, AND CONCRETE PAD SIGNAL INSTALLATION. IN CONFORMANCE WITH THE PLANS AND SPECIFICATIONS. 3. THE PLAN LOCATIONS OF UNDERGROUND UTILITIES ARE APPROXIMATE ONLY. THE CONTRACTOR SHALL NOTIFY ALL PRIVATE AND PUBLIC UTILITIES O O TRAFFIC SIGNAL POLE, FOOTING, AND IDENTIFYING NUMBER PRIOR TO EXCAVATION ON THE PROJECT. r .� 4. THE LOCATIONS OF ALL FOOTINGS. HANDHOLES. AND CONDUIT ARE TO BE COORDINATED WITH THE ENGINEER AND ARE SUBJECT TO ADJUSTMENT IN THE © 3 PEDESTAL POLE. FOOTING, AND IDENTIFYING NUMBER FIELD BY THE ENGINEER. HANDHOLES SHALL NOT BE PLACED IN DITCH BOTTOMS. 81 TRAFFIC SIGNAL HEAD AND IDENTIFYING NUMBER 5. THE CONTRACTOR SHALL INSTALL ONE SIGNAL CABLE FROM EACH SIGNAL HEAD TO THE BASE OF THE POLE. A 4-CONDUCTOR CABLE SHALL BE USED FOR 3-SECTION HEADS. A 7-CONDUCTOR CABLE SHALL BE USED FOR EITHER A 4 OR 5 SECTION SIGNAL HEAD. AND A 9-CONDUCTOR CABLE SHALL BE USED FOR _ _ ry THE PEDESTRIAN SIGNAL HEADS AND PUSH BUTTONS PER SIGNAL POLE. 25 PEDESTRIAN HEAD AND IDENTIFYING NUMBER 6. NO LANE CLOSURES WILL BE PERMITTED BETWEEN THE HOURS OF 7:00-8:30 AM. OR BETWEEN THE HOURS OF 4:00-6:00 PM. PEDESTRIAN PUSHBUTTON IDENTIFYING NUMBER 7. ALL VEHICLE SIGNAL HEADS SHALL COME FURNISHED WITH BACK-PLATES. 8. FOR TRAFFIC SIGNAL APPLICATIONS. SCHEDULE 80 PVC MAY BE SUBSTITUTED FOR HDPE CONDUIT WHEN NECESSARY TO FACILITATE INSTALLATIONS IN OC MAST ARM MOUNTED SIGN AND IDENTIFYING NUMBER TIGHT LOCATIONS. ALL PUSHED CONDUIT SHALL BE HDPE. 1114 IV381 VIDEO DETECTION CAMERA AND IDENTIFYING NUMBER 9. ALL STREET LIGHT LUMINAIRE ARMS MOUNTED ON THE TRAFFIC SIGNAL POLES SHALL BE LOCATED AT 315 DEGREES TO THE POLE ACCESS HANDHOLE MEASURED CLOCKWISE FROM THE CENTERLINE OF THE MAST ARM UNLESS OTHERWISE NOTED. LUMINAIRES MOUNTED ON THE TRAFFIC SIGNAL POLES SHALL <O LUMINAIRE HAVE A 30' MOUNTING HEIGHT. 10. FOR STREET LIGHTING POWER FEEDS. THE CONTRACTOR SHALL INSTALL FLOOD-SEAL IN-LINE AND WYE FUSED AND NON-FUSED KITS. I — 42 — VIDEO DETECTION AREA AND IDENTIFYING NUMBER 11. RUNS FOR VIDEO CAMERA POWER AND COAXIAL CABLE SHALL BE CONTINUOUS WITHOUT SPLICES FROM THE VIDEO CAMERA TO THE CONTROLLER. 12. TRAFFIC SIGNAL POLES SHALL BE GALVANIZED. r-] 17" TY x3() POLYMER CONCRETE SLE (TYPE I) HANDHOLE AND IDENTIFYING NUMBER 13. THE STATIONS AND OFFSETS LISTED ON THE SIGNAL PLANS ARE TO THE CENTER OF THE ITEM UNLESS OTHERWISE NOTED. 111.1 ❑j 30"x48" POLYMER CONCRETE STYLE (TYPE 2) HANDHOLE AND IDENTIFYING NUMBER 14. A #6 A.W.G. BARE COPPER GROUND WIRE SHALL BE INSTALLED IN ALL CONDUITS THAT CARRY 120 VOLT SIGNAL CABLES. ALL POLES. PEDESTALS. AND THE CONTROLLER CABINET SHALL BE BONDED TO FORM A CONTINUOUS SYSTEM AND BE EFFECTIVELY GROUNDED. BONDING JUMPERS SHALL BE #6 A.W.G. (i0 121 24" HANDHOLE (TYPE 3) AND IDENTIFYING NUMBER BARE COPPER WIRE CONNECTED BY APPROVED CLAMPS. — — — — TRAFFIC SIGNAL/INTERCONNECT CONDUIT 15. TRAFFIC SIGNAL TIMINGS SHOWN ON THE PLANS ARE SUGGESTED TIMINGS ONLY. CONTRACTOR SHALL VERIFY SUGGESTED TIMINGS WITH CITY OF IOWA CITY ENGINEERING DEPARTMENT. LABELS WITH AN IDENTIFYING NUMBER FOLLOWED BY THE LETTER "E" 16. TRAFFIC SIGNAL MAST ARM LENGTHS SHOULD EXTEND PAST THE OUTER MOST SIGNAL HEAD BY TWO FEET TO ALLOW FOR ADJUSTMENTS IN THE FIELD. REPRESENT EXISTING EQUIPMENT. THE PLANS REFLECT THE ADDITIONAL TWO FEET. 17. THE CITY SHALL WIRE THE TRAFFIC SIGNAL CABINET AND CONFIGURE THE VIDEO DETECTION. Ilk 1E EXISTING TRAFFIC SIGNAL POLE, FOOTING. AND IDENTIFYING NUMBER 18. THE TRAFFIC SIGNAL CABINET AND CONTROLLER SHALL BE FIBER READY. a 4E EXISTING HANDHOLE AND IDENTIFYING NUMBER 19. THE CONTRACTOR SHALL COORDINATE THE SERVICE CONNECTION FOR THE PROPOSED TRAFFIC SIGNAL WITH MIDAMERICAN ENERGY. TS— EXISTING SIGNAL CONDUIT 20. TRAFFIC SIGNAL SERVICE: 100 AMP SERVICE. 120 VOLT - 2 WIRE ABBREVIATIONS LIGHTING CIRCUIT FOR LIGHTING ON TRAFFIC SIGNAL POLES: 20 AMP CIRCUIT BREAKER SIG SIGNAL HEAD CABLE PED PEDESTRIAN HEAD AND PUSHBUTTON CABLE 21. SIGNAL POLE #5 SHALL HAVE A SPECIAL FOOTING DUE TO THE PROPOSED FILL AND SLOPE. SEE ADDITIONAL NOTES IN MAST ARM POLE FOOTING STLTCNTRL SIGNAL LIGHTCONTPOWERE PC BL CABLE DETAIL ON SHEET N.10. ALSO SEE INFORMATION LISTED UNDER MAST ARM LENGTH "SPECIAL" IN THE MAST ARM POLE FOOTING SCHEDULE ON SHEET N.10. GSTREET WIRCABLE GR GROUND WIRE 1c/j6 TR TRACER WIRE 1c#10 22. VIDEO DETECTION CAMERAS ARE ANTICIPATED TO BE INSTALLED ON RISERS MOUNTED TO THE TRAFFIC SIGNAL MAST ARMS. THE CITY HAS INDICATED PT PULL TAPE THEIR PREFERENCE TO UTILIZE THE STOP BAR VIDEO DETECTION CAMERAS FOR DILEMMA ZONE DETECTION AS WELL. AS A RESULT. A 4 CAMERA VIDEO Y1 FUSED WYE CONNECTOR FOR STREET LIGHTING DETECTION SYSTEM IS SHOWN IN THE PLANS. THE CONTRACTOR SHALL COORDINATE VIDEO DETECTION CAMERA OPTIONS AND CAPABILITIES FOR DILEMMA Y2 NON-FUSED WYE CONNECTOR FOR STREET LIGHTING ZONE DETECTION WITH THE MANUFACTURER AND THE CITY. Y3 NON-FUSED WYE CONNECTOR FOR STREET LIGHTING L1 FUSED IN-LINE CONNECTOR FOR STREET LIGHTING 23. THE NEW CABINET/CONTROLLER LOCATION AND ROADWAY IMPROVEMENTS REQUIRE MODIFICATIONS TO THE EXISTING INTERCONNECT CONDUIT AND L2 NON-FUSED IN-LINE CONNECTOR FOR STREET LIGHTING SPLICING OF THE EXISTING 1-12SM/12MM FIBER OPTIC CABLE. THE CONTRACTOR IS TO SUPPLY AND INSTALL WATER PROOF SPLICE ENCLOSURES AND HH HANDHOLE SPLICE ALL FIBERS. SEE SHEET N.04 FOR MORE DETAILS. VIDEO COAX. P/F VIDEO DETECTION COAXIAL AND POWER/FOCUS CABLE FO FIBER OPTIC CABLE 24. THE EXISTING TRAFFIC SIGNAL SHALL REMAIN IN OPERATION UNTIL THE PROPOSED TRAFFIC SIGNAL IS INSTALLED AND OPERATIONAL. THE M SINGLE MODE FIRER TCTIC CABLE M CONTRACTOR SHALL PROTECT EXISTING AND PROPOSED TRAFFIC SIGNAL EQUIPMENT NEEDED TO MAINTAIN CONTINUOUS TRAFFIC SIGNAL OPERATIONS. SEE J MM MULTIMODE FIBER OPTIC CABLE SHEETS FOR CONSTRUCTION STAGING. I hereby certify that this engineering document was prepared by me or under 25. THE TRAFFIC SIGNAL POLES SHALL BE SUPPLIED BY THE CITY AND INSTALLED BY THE CONTRACTOR. THE SIGNAL POLES INCLUDE ANCHOR BASES. Erydkecrunderthsapsrvftheand that I am StaeofIowaadutyBcensedProfessianal PEDESTAL BASES. VERTICAL SHAFTS. MAST ARMS. LUMINAIRE ARMS. ANCHOR BOLTS. AND ALL HARDWARE FOR POLE ASSEMBLY. THE CONTRACTOR SHALL USE Eneinear�naerthelewaofthesteteo(Iowa OF ES S/p CARE NOT TO DAMAGE POLE FINISH. THE CONTRACTOR SHALL COORDINATE THE PICKUP AND DELIVERY OF THE SIGNAL POLES WITH THE CITY. THE Q� NIS CONTRACTOR SHALL BE RESPONSIBLE FOR THE LOADING AND DELIVERY OF THE SIGNAL POLES FROM THE CITY'S STORAGE FACILITY TO THE PROJECT SITE. �p Fy t'. e, ./ THE CONTRACTOR SHALL BE RESPONSIBLE FOR ASSEMBLY AND INSTALLATION OF THE SIGNAL POLES. i JON L JON L RE .E. • TE W RESLER 2 Ucense rAl•-.16911 16911 �m MY Boense renewal date is DECEMBER 31,2013. Pages or sheets covered by Ods seal: /OWN N.OI-N.12 PROJECT NO: 111002-00030/ CHY,BYJ. RESLER NO DATE BY REVISION DESCRIPTION Fotli US HIGHWAY 6 AND SYCAMORE STREET SHEET No. PROJECT DATE: 2011 DRAWN CHECKED BY: J.RESLER US HIGHWAY 6 AND SYCAMORE STREET CAD DATE: 2/17/2012 12:28:40 PM DRAWN BY: INTERSECTION IMPROVEMENTS N.01 CAD FILE: X:\CR\IE\2011\I11002-00\CAO\Plans\111002-00.NOI.aht \v/ CITY OF IOWA CITY,IOWA TRAFFIC SIGNAL PROJECT NOTES 1 LEGEND C> 0 N 6 N /TP I — — — — 9 - — - -------i-\ EgO \-----3 _ - $ * * * # / LU I nnnn (� R/W()" o// I- 4 0_,,,"W2 —`` R/W c - R/W l.Fld#' 009 R/Wr t J w �' 1 t� — — } �aO t�`�� r� 0 i I }3--co G —O W o : j I ri O '3 0 Y { O per,} ttl```, rr�' �� / O DO r5 r;'� O `.� O O N ' `2`� fir/ r, / ) . `t`, CO ) d N * `` , ri' /I I cW U ttYl I N N N _ Td �"r , r� N } `t, N N 1-due �(,, .-S� -- (n 6E y 5� I I L \ .EXISTING t EXISTINGI PEDESTAL POLE/FOOTING MAST ARM POLE/FOOTING `l yis<> Fj = (REMOVE) r (REMOVE) SE �o '-a r._ - __ __ __ �L ;1¢ 1 EXISTING HANDHOLE - - - - — (REMOVE) r I EXISTING - _ ^ I HANDHOLEi (REMOVE) US H W Y 6 EXISTING I • C MAST ARM POLE/FOOTING (REMOVE) - w 3E o alI 4E ' e` St.S. // 7E `— I I I I I 00+0009 ' I 1 0 - - _ I EXISTING EXISTING - 13 MAST ARM POLE/FOOTING HANDHOLE (REMOVE) 6E I (REMOVE) EXISTING I HANDHOLE w I EXISTING EXISTING (REMOVE) PEDESTAL POLE/FOOTING EXISTING INTERCONNECT AND CONDUIT (REMOVE) INTERCONNECT AND CONDUIT (MODIFY) - SEE SHEET N.04 I EXISTING EXISTING (MODIFY) HANDHOLE I I HANDHOLE SEE SHEET N.04 (REMOVE) (REMOVE) EXISTING _0QF_Z z L _ I — PEDESTAL POLE/FOOTING 4' E 1 — — — — — - -( (REMOVE) _ _ — — — — — — — — - -r , i - TRAFFIC SIGNAL FACES TRAFFIC SIGNAGE N / W I I L1' _ __ _ 9 _ - _ STREET NAME SIGNS O O O 6�TP } �� O O ® ti) ® 11� LEFT TURN \ I IQ I- W II 1 1 - YIELD / I Hwy 6 Sycamore S+ 12" ON FLASHING > _ ` ® ® Oil 1 3 YELLOW I / (I) I - 48"x18" 72"x18" Y ( I _ W2 _ (2-REO'D) (2-REO'D) I e 12" 12" © ONLY ONLY - V ``�, GREEN BACKGROUND GREEN BACKGROUND II) -� ..c- FL ® NO. 43,44 ` IG In Q ��/ �l 0 W/WHITE LETTERS W/WHITE LETTERS G FLY 45,46,64,65 RIO SPECIAL R3-5L R3-5R �9 r/ I ,i �,1 (6-REO'D) 30"X36" 30"X36" 30"X36" / , �(�� ;' INTENTION OF SIGN DETAIL ONLY TO SHOW SIGN._31ORDING NO. 63 12" (4-REDID (4-REO'D) (1-REO'D) I + ( < I + AND APPROXIMATE SIGN BLANK GENERAL-DIMENSIONS. N0. 21,22, (1-RE0'D1 .<- G 41,42,61, "~ •,!...:_,....., `z� Ti �i / N 32 1 " CO STREET NAME SIGNS SHALL BE SUPPLIED AND �1VSTALLED G �` 1 J ^ �\ 1---;\ r: d BY THE CONTRACTOR. SIGNS SHALL CONSF•S� OF L=LEARVIEY 62,81.82 NT N 6N(8-REO'D) -- ` 0 /I I B ^ Ni �lFONT. CONFIRMSIGNLETTERINGANO ,iE>tI, liE1GH7W1TFJr C1�Y.NO, 11,31, N jE)DBr `�2 ;;='" _-- _. N� ,- l N t7-< I 51,71 ALL INDICATIONS SHALL BE LED ;/ - I) V Y �L(4-REO'D) IOI ?i I r0 \pi .�^^\ F�+7 ( 5 / I I I eG\ VCD. 'L 7 1-1 -7 : r 1Qj SPECIAL FOOTING - --a-_ _ _ _.. _ _ _ _ _ _ _ 1[1- '� ,1+= 31 I -F - . ' ) . ..... n.� f 4 + V4 �� � 71 041 I _ p /77t5/777i77777,"77777777777777/ I li- - L I Qj SIGNAL POLE #5 SHALL HAVE A SPECIAL FOOTING DUE TO THE 67' MAST ARM 22, PROPOSED FILL AND SLOPE. SEE ADDITIONAL NOTES IN MAST ARM +2� - J I I HWY� L2� POLE FOOTING DETAIL ON SHEET N.10. ALSO SEE INFORMATION - I II J LISTED UNDER MAST ARM LENGTH "SPECIAL" IN THE MAST ARM - + 1 -CD23^ POLE FOOTING SCHEDULE ON SHEET N.10. 1V2 5 /1 _ 211 _ - L 3I ■ �� 44 l/ mom. Q �� 402 ®c li, -q 8 _ - ' -st. Q 45 �� LAI I erz/ / // //// /7 '7/7./// /77/77/ 777/77/ 777/77 77/77/ /7/777 /1/// / 7/77/ ] t3 1 - 0 5, � 0i g 6471r 61 II - 651 I- -t62 - I 67' MAST ARM 41 /////////////////7 ///////// ///1 / //// ■YImommil ••" 1' n 7 7 -lif t3 Clk e -4 'I 63 ®� ITEM STATION OFFSET ELEVATION ter' _-_ I� "` �_ _O O ®- - /�� 0 Sr + F-_-_ E1-• •CONTROLLER(CENTER OF CABINET) --i -4',- .I /���;',1•© . Q CONTRACTOR SHALL MOUNT PTZ TRAFFIC MONITORING CAMERA AND i� �� - ' 1 RUN CA T5 CABLE AS DIRECTED BY CITY TRAFFIC. LIKELY CAMERA SYCAMORE 222+71.8,90.9•RT -- St..S. ;- mow - - _ r 1 LOCATION IS EITHER SIGNAL POLE #1 OR SIGNAL POLE #3. POLES(CENTER OF FOODNO) I ® ;« u •t --' ' 1 222+80.8,84.5'RT 728.83 0 _ ` I li 141 I 1 - ! 1 2 222+57.8,57.TRT 730.47' 'j _ `"' 4.4111 3 221+75.2 88.3'RT 731.55 t � OI lil II .- 3; I I I PEDESTRIAN PUSHBUTTON 4 221+62.4,72-TRT 731.30' DETECTION ZONES -,1 I ,. 3a AND SIGNAL FACE MOUNTING 5 221+83.8,64.5'LT 731.38 J +� r�i/ I l (LEADING EDGE CLOSEST TO INTERSECTION) L) 'I 1 ¢ 0 6 222+58.9,76.0'LT 730.09' +,Y. 11 221+64.9,1.0'LT s W I I 0 1 O 7 222+58.9,8.5'LT 730.33 -- 0 - , JUNCTION BOXES(CENTER OF JUNCTION BOX) 21 222+83.1,21.0 LT I / J c5 22 222+83.1,33.0'LT - OHE / / ! N 1 222+64.6,90.9'RT 31 222+14.2,49.0'LT 0 Gd Of:-.!...- I 1 k 2 222+74.1,53.2 RT 41 222+25.7,71.0'RT - T2 / = Ii + I O , "' 3 222+69.0,81.3'RT 51 222+62.9,1.0'RT I 4 I 4 221+70.1.78.3'RT 611 221+64.9,21.0'RT Lt.jt6VIINWII I ,of �►5 221+73.0,80.8'LT 82 221+85.0,33.1'RT I \ '1 �� OHE OHEt © 1 0 15 8 222+70.8,80.T LT 83 221+83.1,48.5 RT lu-fi 4 OFEET 7 222+78.4,81.2 LT 71 222+12.0,70.9 RT1/ � ia OW 0 (>7 ' O 7!..,.._______r=---f ‘,. O GW 4- 8 222+70.1,8.9 LT 81 222+02.2,49.1'LT I I I '( 4+' 1 • - - - - R/W __ PROJECT NO: 111002-00 _ BY; J. RESLER NO DATE BY REVISION DESCRIPTION CHECKED PROJECT DATE: 06/30/2011 CHECKED BY: J. RESLER _ __ US HIGHWAY 6 ANO SYCAMORE STREET CAD DATE: 6/4/2012 8:48:24 AM DRAWN BY: V INTERSECTION IMPROVEMENTS US HIGHWAY 6 AND SYCAMORE STREET N.03 CAO FILE: X:\CR\IE\2011\111002.00\CAD\Pians\111002-00-NO3.sht CITY OF IOWA CITY,IOWA TRAFFIC SIGNAL LAYOUT CD N O-� I'� ITEM STATION.OFFSET DISTANCE FROM STOP BAR ITEM STATION,OFFSET H -__ _ _.. _ _Q_ _- - L = _ •' i'/ DETECTION ZONES JUNCTION BOXES(CENTER OF JUNCTION BOX) (!) .--. J �� I (LEADING EDGE,CLOSEST TO INTERSECTION) 7E1 218+66.0,51.6'RT ("\I (N rrrrrrra-i �/ I/// Ill /: 64 219+98.0,21.0'RT 165' 67' MAST ARM 0 15 FEET 65 219+98.0,33.0'RT 165' __- 66 219+03.0,21.0'RT _ 260' US HWY Y 6 67 219+03.0,33-0 RT 260' ) ////// --- --------- 1 I.t. I 00.`Innna I 117 I 11 1 Oi _-_._-i i lin i 1 11 CA NM I I I I I I I IrArgErigraill Ira ifir4iffrOl CO I riffirr4iffril MAI Offal I I I [ 61 [41I -61 INSTALL WATER PROOF SPLICE ENCLOSURE - - - - - _1 - HH 7E (BURIED SPLICE ALL FIBERS 1-67-11-67-1 1-6s1 _ _-162' - = r I _pp+ZZ 6, I 1 i -- -- -- - - -- - E-i _- -. - »...s_ .. .........................,...a.u�..,�t ___. ".... ..� �� L - . EXISTING CONDUIT / 'r`�� - --\ EXISTING 1-12SM/12MM FO e - - - - - St.S. - — - - St.S. -- — oar i ll* , l 410' OF 2" HOPE ABANDON EXISTING INTERCONNECT AND CONDUIT � - 'VI HH 7E (BURIED) TO HH 2 HH 7E (BURIED) TO HH 8E (BURIED) . I ,1-12SM/12MM FO e -' ; - 1-TR/1-PT _. _ _ 0 \\. \jam ' 0 0 <-- j \• Q \ 0 STATION,OFFSET DISTANCE FROM STOP BAR ITEM STATION,OFFSET 0 O M T + + AUTOMATIC \ �� I• I CO DETECTION ZONES JUNCTION BOXES(CENTER OF JUNCTION BOX) + • TRAFFIC RECORDER •�• CO -1 C _ - - - N (LEADING EDGE,CLOSEST TO INTERSECTION) BE 225+33.6,53.7 RT - N - _ -Nr___ ___________. ('v / \ r 226+21.7.5.1'RT \ --- _ .. _-- TTT}'@T!9 224+30.0,21.0'LT 165' / - - - - -- , F Tl224+30.1,33.0'LT 165' + - 24 - - - - EXISTING CONDUI • 22 25 225+24.7,21.7 LT 280' 24 26 — 4- z6 225a24.6.33.1'LT 260' L L L J EXISTING WESTBOUND DETECTOR WIRE - -L - DO NOT DISTURB 211 J L23I I25I EXISTING WESTBOUND DETECTORS DO NOT DISTURB ■ lidi ]111MIUMMIJAIWZBAIN}W -.1.-w-1114.1 � 7'-HD'PE EXISTING EASTBOUND DETECTOR WIRE TR/PR _- - -- - -{ Id • glEAM . I A 10 IIIMINIMMIIIIML AI I EXISTING CONDUIT US HWY 6 EXISTING EASTBOUND DETECTOR WIRE I Iii__ 67' MAST ARM ABANDON EXISTING INTERCONNECT AND CONDUIT EXISTING CONDUIT EXISTING EASTBOUND DETECTORS I - HH 7E (BURIED) TO HH 8E (BURIED) EXISTING 1-12SM/12MM FO 00 NOT DISTURB I I I I , n THE CONTRACTOR SHALL PULL THE EXISTING - ��� - w _ _ _ __ — — — - - _ -_ EASTBOUND LOOP DETECTOR WIRE BACK TO THE or t -.i - - __� = _— — - - - _-_ - �� _ __ MEDIAN FROM THE TRAFFIC RECORDER, INSTALL Al �' -- E-� THE HANOHOLE,SPLICE AND RELOCATE THE ❑sl..: �•. 260' OF 2" HDPE EXISTING CONDUIT TO THE NEW HANDHOLE,BORE ,� HH 2 TO HH 8E (BURIED) A NEW 2'HOPE CONDUIT FROM THE HANOHOLE o 15 -./` 1 U 2 INSTALL WATER PROOF SPLICE ENCLOSURE FEET D. i 1-12SM/12MM FO HH 8E (BURIED) 8E1 TO THE EXISTING TRAFFIC RECORDER. AND r�„ I I n" .- - . 1-TR/1-PT SPLICE ALL FIBERS REINSTALL THE EXISTING EASTBOUND DETECTOR f t,S, r-.-Fir..wE. 4 WIRE BACK TO THE TRAFFIC RECORDER. PROJECT NO: 1II002-00 DESIGNED BY: J. RESLER NO DATE BY REVISION DESCRIPTION �O� SOFT Si). US HIGHWAY 6 AND SYCAMORE STREET PROJECT DATE: 202ono11 CHECKED BY: J. RESLER -- -- INTERSECTION IMPROVEMENTS US HIGHWAY 6 AND SYCAMORE STREET CAD DATE: 6/4/2012 8:48:30 AM DRAWN\l110 9r: - - --- - ADVANCED DETECTION IMI INTERCONNECT N.U4 CAD FILE: XACa\IE\2o11\111002-00\CAD\PIan:\111002-00"No4.,nc v CITY OF IOWA CITY,IOWA SUGGESTED TIMINGS AM PEAK (SECONDS) ABBREVIATIONS US HIGHWAY 6 AND SYCAMORE STREETW SIG SIGNAL HEAD CABLE CC PHASE 1 2 3 4 5 6 7 8 PED PEDESTRIAN HEAD AND PUSHBUTTON CABLE , 3 AT 945' EACH, 2" HOPE MINIMUM GREEN 5.0 10.0 5.0 7.0 5.0 10.0 5.0 7.0 CNTRL SIGNAL CONTROLLER POWER CABLE 01- HH 7 TO HH 9 PASSAGE 3.0 3.0 3.0 3.0 3.0 3.0 3.0 3.0 SILT STREET LIGHT POWER CABLE Z w ` 1-TR/3-PT MAXIMUM I 5.0 21.5 5.3 18.2 8.5 18.0 10.0 13.5 GR GROUND WIRE 1c#6 UM w MAXIMUM II TR TRACER WIRE 1c#10 - PT PULL TAPE U l YELLOW CHANGE 4.0 4.0 3.5 3.5 4.0 4.0 3.5 3.5 Y1 FUSED WYE CONNECTOR FOR STREET LIGHTING >I- RED CLEARANCE 2.0 2.0 3.0 3.0 2.0 2.0 3.0 3.0 Y2 NON-FUSED WYE CONNECTOR FOR STREET LIGHTING E \ rU WALK 7 7 _ Y3 NON-FUSED WYE CONNECTOR FOR STREET LIGHTING ¢ \ PEDESTRIAN CLEARANCE 16 19 L1 FUSED IN-LINE CONNECTOR FOR STREET LIGHTING 1- "" ADDED INITIAL L2 NON-FUSED IN-LINE CONNECTOR FOR STREET LIGHTING to I-L1 c TIME TO REDUCE HH HANDHOLE I -1 I L2 20' OF 3" HDPE ;:•.,C(-3 r' s i TIME BEFORE REDUCTION VIDEO COAX, P/F VIDEO DETECTION COAXIAL AND POWER/FOCUS CABLE 32 1-7c (SIG) >--..{ ^� 1 4c (SIG) FO FIBER OPTIC CABLE J i� 40 O 1 1 MINIMUM GAP a 1-9c (PED) I- SM SINGLE MODE FIBER OPTIC CABLE Og .+ I-VIDEO COAX, P/F _1t-, MM MULTIMODE FIBER OPTIC CABLE 4,� 2-10:10 (STET) 171 SUGGESTED TIMINGS OFF PEAK (SECONDS) i �2 5 1111 o� ] GR/1 TR/1 PT :CI_1 -o US HIGHWAY 6 AND SYCAMORE STREET 43\ 7 `.1 - L_ L11- PHASE 1 2 3 4 5 6 7 8 , 81 31 MINIMUM GREEN 5.0 10.0 5.0 7.0 5.0 10.0 _ 5.0 7.0 10' OF 3" HDPE �o 1 I 1 42 6 2-Y3 `� PASSAGE 3.0 3.0 3.0 3.0 3.0 3.0 3.0 3.0 1-7c (SIG) IV47� 55' OF 4" HDPE 1-4c (SIG) L I L I MAXIMUM I 7.0 21.5 5.3 16.2 8.5 20.0 8.0 13.5 2-7c (SIG) MAXIMUM II 1-VIDEO COAX, P/F A 2-4c (SIG) i 3 AT 120' EACH, 2" HDPE 2-Ic#10 (SILT) ace 41 I 1 TR/3 PT YELLOW CHANGE 4.0 4.0 3.5 3.5 4.0 4.0 3.5 3.5 1-GR/1-TR/1-PT O 1-VI (PED) 100' OF 3" HDPE 2-VIDEO COAX, P/F 1 RED CLEARANCE 2.0 2.0 3.0 3.0 2.0 2.0 3.0 3.0 1-7c (SIG) 2-1c#10 (SILT) + T WALK 7 7 67' MAST ARM 1-4c (SIG) 1-GR/1TR/1 PT 1221 J PEDESTRIAN CLEARANCE 16 19 22 l-VIDEO COAX, P/F ADDED INITIAL 2-Ic#I0 (SILT) - +LL T TIME TO REDUCE • 1-GR/1-TR/1-PT 15' OF 2" HDPE +- 1 TIME BEFORE REDUCTION • 21 1 9c (PED) I '21� J MINIMUM GAP 1V2 51 1-GR/1-TR/I PT t - I 8' �- 402 44 0 ® 4 ri US H W Y 6 SUGGESTED TIMINGS PM PEAK (SECONDS) + - _� OS ivI _ US HIGHWAY 6 AND SYCAMORE STREET 6' �2i I 11 _ I 51 1 L5z J PHASE 1 2 3 4 5 6 7 8I.-- 1 1 - j- 8' Imo-24' --I MINIMUM GREEN 5.0 10.0 5.0 7.0 5.0 10.0 5.0 7.075' OF 4" HDPE I CD O PASSAGE 3.0 3.0 3.0 3.0 3.0 3.0 3.0 3.0 O 51 2-7c (SIG) \ A B MAXIMUM I 10.0 21.2 5.3 13.5 8.5 22.7 5.3 13.5 2-4c (SIG) �1 MAXIMUM II 2 9c (PED) IV161 YELLOW CHANGE 4.0 4.0 3.5 3.5 4.0 4.0 3.5 3.5 61 , 2-VIDEO COAX, P/F 61 1 - J 2-]c#10 (SILT) 1 RED CLEARANCE 2.0 2.0 3.0 3.0 2.0 2.0 3.0 3.0 - - I-GR/1-TR/I-PT 1 WALK 7 7 _ _ J PEDESTRIAN CLEARANCE 16 19 62 46 62 1 67' MAST ARM ADDED INITIAL - - - - TIME TO REDUCE 410' OF 2" HDPE TIME BEFORE REDUCTION HH 7E (BURIED) TO HH 2 - - MINIMUM GAP I 125M/I2MM FO I 63 1 65 • 63 1 I 10' OF 2" HOPE I TR/1 PT - - - - J O$2 n 64 �� O- - O O 2 125M/12MM FO l-TR/I-PT OQCD_ - - - ..� 4c SIGNAL WIRE COLOR CODE 7c SIGNAL WIRE COLOR CODE - - - - - - - - - - _ , 2 1-L1 10' OF 2" HDPE 3 a I-L2 INSULATION STRIPE SIGNAL INSULATION STRIPE SIGNAL 1-9c (PED) V COLOR COLOR INDICATION COLOR COLOR INDICATION I GR/1 TR/) PT 15' OF 2" HOPE j 1 260' OF 2" HDPE 19c (PED) HH 2 TO HH 8E (BURIED) oti © 17 I I GR/t TR/] PT1-12SM/12MM FO GREEN - GREEN BALL GREEN - GREEN BALL c gl i ' 15' OF 3" HOPE 1-TR/1-PT BLACK - YELLOW BALL ORANGE - YELLOW BALL • 1711 I41I -Y3 2-7c (SIG) RED - RED BALL RED - REO BALL 1-4c (SIG) 10' OF 3" HDPE - I 1-VIDE0 COAX, P/F WHITE - COMMON BLUE - <-G(5-SEC) 1-7c (SIG) 4 �! y I _ 1 ' ' 2 Ic#]0 (SILT) BLACK - FYA(4-SEC) 1-4c (SIG) I-L1 3$ I 1 1 1 1-GR/1-TR/1-PT WHITE - COMMON 1-VIDEO COAX, P/F O I-L2 Q 9c SIGNAL WIRE COLOR CODE WHITE BLACK COMMON 2-Ic#10 (STET) 1-GR/1TR/l PT Q �/ L 30' OF 4" HOPE 4-7c (SIG) INSULATION STRIPE SIGNAL SIGNAL & VIDEO CABLE DESIGNATION 1- 1 2 AT 10' EACH, 4" HDPE 3-4c (SIG) COLOR COLOR INDICATION p 72 5-7c (SIG) 3-9c (PED) 1 TAPE = LEFT TURN SIGNALS 3-VIDEO COAX, P/F 1 4-4c (SIG) GREEN - W-MAIN ST 2 TAPES = THRU SIGNALS 4-9c (PED) / 1 2-Ic#l0 (SILT) N RED - OW-MAIN ST 3 TAPES = RIGHT TURN SIGNALS4-VIDEO COAX, P/F 2-12SM/12MM FO GREEN BLACK • W-SIDE ST 100' OF 3" HDPE 4-Ic#10 (SILT) / i 1-GR/I-TR/l-PT - AO% TAPE INTERSECTION I-7c SIG) 2-12SM/I2MM FO V - RED BLACK DW-SIDE ST I-4c (SIG) COLOR CORNER 2-GR/2-TR/2-PT WHITE - PED COMMON I-9c (PED) ORANGE - PB-MAIN ST BLUE NE 1-VIDEO COAX, P/F 50' OF 2" HOPE I 2-lc#1D (STET) 2-1c#3 (CNTRL/STET) BLACK - PB-SIDE ST ORANGE SE # 1-GR/1-TR/1-PT I 1-TR/1-PT () 15 WHITE BLACK PB COMMON YELLOW SW A PROVIDE SINGLE PHOTOCELL ON OUTSIDE OF TRAFFIC SIGNAL CABINET FEET EET BLUE - SPARE GREEN NW - TO CONTROL LUMINAIRES MOUNTED ON TRAFFIC SIGNAL POLES. 3 AT 125' EACH, 2" HDPE SEE POWER SERVICE DETAIL ON SHEET N.11. HH 2 TO HH 9E I I-TR/3-PT r PROJECT NO: 111002-00 DESIGNED J. RESLER NO DATE BY REVISION DESCRIPTION Foth N.. PROJECT DATE: 06/30/2011 CHECKED BY:Y: J.RESLER US HIGHWAY 6 AND SYCAMORE STREET CAO DATE: 6/4/2012 8:48:31 AM DRAWN BY: -- V INTERSECTION IMPROVEMENTS US HIGHWAY 6 AND SYCAMORE STREET N.05 CAO FILE, %:\CR\IE\2011\111002-00\CAD\Plana\111002-00_N05.eht CITY OF IOWA CITY,IOWA WIRING DIAGRAM TRAFFIC SIGNAL POLE DATA DETECTOR SUMMARY ®TRAFFIC SIGNAL 1® TRAFFIC SIGNS © VIDEO CAMERAS ® FOOTING HEADS ON ARM ON ARM LUMINARE ARM o I '" POLE POLE ON ARM DIMENSIONS TOTAL H a o J MAST ARM LENGTH LOCATION LOCATION LOCATION MOUNTING MISCELLANEOUS "- w w LJ NO. TYPE SPREAD HEIGHT ORIENTATION DIA, DEPTH QUANTITY (FT.) ON ARM ON ARM ON ARM (DEGREES) IIA. (FT.) ai o o v z QTY. OTY, QTY. QTY. m w z z (FT.) (FT.) (FT.) (FT.) (FT.) J ``1 w x I COMBINATION DETECTOR N N 4 x f o cn COMMENTS SIGNAL LIGHTING 67' 4 35.0'18.0' 4 24.0'14 0' 1 50.0' GALVANIZED STEEL 1 NUMBER ( W W , LJ / 1 15' 30' 315 3' 16.0' a >- av w 2 PEDESTAL POLE10' PEDESTAL HEIGHT 1 0 mw = < w o 2' 3' BREAK AWAY BASE J a 0_ 0 0 z Z 3 COMBINATION 40' 2 37.5%22.0' 36.5',33.5', SIGNAL/LIGHTING3 12 0' 1 31.0' 1 15' 30' 315 3' 10.5' GALVANIZED STEEL 1 71 VIDEO 4 - 7.4 1 �� 4 PEDESTAL POLE 10' PEDESTAL HEIGHT 1 72 VIDEO 7 7 1 c 2' 3' 81 VIDEO 8 8 5.0 1 C1 . BREAK AWAY BASE COMBINATION 65.0',43.0', 63.0',61.0'. 11 VIDEO 6 1,6 1 —_ 5 SIGNAL/LIGHTING 67' 3 31.0' 3 22.0' 1 50.0' 1 15' 30' 315 3' 20.0' GALVANIZED STEEL 1 12 VIDEO 1 _ 1 1 I-1 - •- 6 COMBINATION 44.0',41.0'. 21 VIDEO 2 2 1 L)"•• y1 SIGNAL/LIGHTING 47' 2 45.0',29.5' 3 18.0' 1 35.0' 1 15' 30' 315 3' 11.5' GALVANIZED STEEL 1 22 vIDEO 2 2 1 --i i 7 PEDESTAL POLE10' PEDESTAL HEIGHT 1 23,24 VIDEO 2 2 1 X_ -1*• I 2' 3' BREAK AWAY BASE 25,26 VIDEO 2 2 1 x` r , - _ 0©ANDA LOCATION REPRESENTS APPROXIMATE LINEAR DISTANCE FROM POLE MEASURED OUTWARD TO END OF ARM. 31 VIDEO 8 3,8 1 c. J ®ORIENTATION OF LUMINARE ARM REPRESENTS A CLOCKWISE ANGLE MEASURED FROM THE CENTERLINE OF THE MAST ARM. 32 VIDEO 3 3 1 US HIGHWAY 6 AND SYCAMORE ST 41 VIDEO 4 4 , 5.0 1 cn PHASE SEQUENCE NOT ALLOWED 401,402,403 X 4 PROPOSED FLOW DIAGRAM FROM TO 51 VIDEO z : s,2 1 US HIGHWAY 6 AND SYCAMORE STREET 02+06 02+05, 01+06 52• VIDEO 5 5 1 61 VIDEO 6 6 1 04+08 03+08, 04+07 62 VIDEO 6 6 1 o C ® D ® > e > o D ® D DUAL ENTRY PHASES A, Q� 01+06 A 0 / 1 nIF 03+08 A V ,0"2+06, 0"4+.08 64,65 VIDEO 6 6 1 X L4-� 01+05 ' •40� . , 02+06 -,-e-'-- 03+07 ► �� , ► 04+08 02+05 • ` 04+07 66.67 VIDEO 6 6 1 X ,�. n U n /� U CONTROLLER/BACK 601.602 x 6 ' o —A— e , 0 , 0 �- 0 4 PANEL DATA FLASHING OPERATION PROPOSED SIGNAL HEAD LOCATIONS 10— INDICATES FLOW PATH WITH ALL PHASES DEMANDED PHASES USED 8 US HWY 6 RED ExPANSIBLE TO: 8 SYCAMORE RED M 6 AREINDICATES OTNDEL FLOW PATHS WHEN SOME PHASES MINIMUM QUANTITY OF PEDESTRIAN DARK s V T ARE NOT DEMANDED AT THE SAME TIME OF RIGHT-OF-WAY TRANSFER PROPOSED PHASE SEQUENCE CHART BACK PANEL POSITIONS: 16 US HIGHWAY 6 AND SYCAMORE STREET 1 Q, n 03+08 4-t--o. N 0 + 9, - ♦ m 03 0 a N � 7 _ TOO - ii. } WSW MEMAP 1 7411 rn 07 -4 04+07 tv 04 4' D D_ 1 I a 01+05 01+06 02+05 02+06 03+07 04+07 03+08 04+08A 'r' APPROACH SIGNAL HEAD NO. 3 CLEAR TO 0 3 CLEAR TO 0 3 CLEAR TO 0 3 CLEAR TO 0 3 CLEAR TO 0 3 CLEAR TO 0 3 CLEAR TO 0 3 CLEAR TO 0 AL A 0 �i \ \ - - -- \ \ \ \ \ \ 3 1+62+5 A0 1+51+52+6 A0 A0 1r 1+52+6 A0 D- A0 A0 0 4+73+8 A0 13+73+74+8 A0 AO a 3+74+8 A0 A0 A0 44 0 WESTBOUND 51 E6 E'F4R Mt 4N, ER ER 4ER ER ER 46 4& 4i 4W 4 E ER 4W 4� R R ER <R.Et EEER ERR '4RRRR EE444R 4R E _ R LEGEND 21,22 RRRR RRRRRRGYGY G G Y RRRR RRRRRRRRRR R R R — O. ACTUATED VEHICULAR MOVEMENT US HIGHWAY 6 — 0' NON-ACTUATED VEHICULAR MOVEMENT - . - — —► PARTIALLY RESTRICTED VEHICULAR MOVEMENT __ —D ACTUATED PEDESTRIAN MOVEMENT EASTBOUND 11 E& 46 4�F 4W c$ E6 46 4W 46 eY 4R ER ER ER EFY'FT 4 4R ER ER 4R ER Mt ER 412 412 412 4R 412 ER ER ER ER ER — —9 NON-ACTUATED PEDESTRIAN MOVEMENT R/W RIGHT OF WAY INTERVAL 61,62 RRRR GGYGG YR R RR G G Y RRRR RRRRRRRRRR R R R o l 0 TRAFFIC PHASE US HIGHWAY 6 63 RRRR GGYGGYR R RR G G Y &>R R� ^� R R R R R R R R CIRCULAR RED ��' /� Y CIRCULAR YELLOW 64,65 DW OW DW OW W FDW DW W FDW DW OW DW OW DW W FDW OW OW DW DW OW DW DW DW OW DW DW DW DW DW OW DW DW DW G CIRCULAR GREEN NORTHBOUND 71 4R ER 412 ER ER ER ER ER ER 4R 412 412 ER 4R ER ER 4R 46 46 4y- E'F , E6 46 Hf 46- 4* ER ER ER 412 4 4f He S GREEN STRAIGHT AHEAD ARROW - - - - - - Eft RED LEFT ARROW 41,42 RRRR RRRRRRRRRR R R R RRRR GGYGGYRRRR G G Y 4 FLASHING YELLOW LEFT ARROW SYCAMORE STREET 43,44,45,46 DW OW DW OW DW OW DW DW DW DW DW DW OW OW DW DW DW Dw DW Dw OW w FDW DW W FDW OW OW DW DW DW W FDW DW E'F YELLOW LEFT ARROW 46 GREEN LEFT ARROW 4-> YELLOW RIGHT ARROW SOUTHBOUND 31 4R 41t ER ER 413 4R ER 41! 4R IER ER- 4R 4R ER ER ER 4R 46- 4W EG E.tc 4R ER ER 4R ER ER 46- 46 EY He E1'Y-EF1` He 6> GREEN RIGHT ARROW _ . W WALK 81.82 RRRR RRRRRRRRRR R R R RRRR RRRRRRGYGY G G Y DW DON'T WALK FDW FLASHING DON'T WALK SYCAMORE STREET - - A0 ALL OTHER PHASES PRI PREEMPT u1 PROJECT NO: 11/002-00 0 CHE KED Y, J. RESLER NO DATE BY REVISION DESCRIPTION Foth SHEET N .US HIGHWAY 6 AND SYCAMORE STREET PROJECT DATE: 00/20/20!1 DHECKED BY; J. RESLERINTERSECTION IMPROVEMENTS US HIGHWAY 6 AND SYCAMORE STREETCAD DATE; 6/4/2012 B;aB;02 AM DRAVN RY: SIGNAL INFORMATION N.06 CAD FILE: K:\CR\IE\2011\111002-00\CAD\Plans\111002-00_N06.sht CITY OF IOWA CITY,IOWA I I I El a - \ v / o 0 0 ITEM STATION,OFFSET I I I .. . o . - "-' Q1� 0 _ 0 0 h t y t .- x + x F - N I g o N M 1 . JUNCTION BOXES(CENTER OF JUNCTION BOX) ,.i CD 111 1 ;5�Q O . 0 — 9E1 120+73.7.43.5'RT - - '7,-- 1 .3(NJ 43 (D ,01555' (p *'�Ir, CD (fl C ., 410' OF 12" HDPE I L -- - - Q 3 I ;�' `�:'_ O O E7-k 2---- I F • HH 7E (BURIED) TO HH 2 `' { ' 1 I O -"T 1 12SM/12MM FO I �'l Q.,.• (n T1 -', - -`( . i i l —� R/w ---_1-TR/1-I T r.I� -'c. _ � r. /�• _�lu I @I \` s — R/W — — R/W R/W ® m - rl - — _ T1 _ 4 oHE x J g x F()3 OHE - — - — DHE N \ - G' ^r1 y 9--IR ' 4:, vilisii / 1. - : L — — — O 5 • n -- o ..1110T.Ilk '� p - 222+08, SYCAMORE STREET �. 1 3 AT 945' EACH 2" HDPE .Ir� . �T� f i \ 3 ATTR 120' EACH 2" HDPE R HH- 7 TO HH 9 - - --- - :....�. _.!� 1-TR/3-PT 1-TR/3-PT ' 4,: r "A' mi 1 — 7iii. 0_ _ st.s. ..r.„„,,,,, ,-„, _ ,,,, , _ GHEE © �eNI_,i El 'pelt ! �!• (%/DHE - ./--- / ,f� ,. ._ OF OH '� OHE es, « :. - •, 000- ......0 O - 0 HH D3 E HH 1 TO RL 4 HOPE R/W �- 30' EACH. \ (e - - i — �</W 4H ciw(SIG) 5-7c (SIG) °- 4 7 I r- I • . ©', o .3 /7 3-4c (SIG) 4-4c (SIG) I 3-9c (PED) 4-9c (PED) A 1, . • ~� - - A 260' OF 2" HDPE Q 10' OF 2" HDPE 3-VIDEO COAX, P/F 4-VIDEO COAX, P/F Al._ O FEET 20 3 AT 125' EACH 2" HDPE i ® - HH 2 TO HH 8E (BURIED) HH 2 TO HH 3 - Z 1-TR/3-PT • li 2 lc#10 (STET) 4-1c#10 (STET) - f m . © ( Q \\ l- R/I- T FO 2-12SM/12MM FO l TR/1 PT 1-TR/1-PT 2 12SM/12MM FO 2 12SM/12MM FO 1-GR/I-TR/l-PT 2-GR/2-TR/2-PT O O O 0 O O O 0 0 0 0 0 + + + + + + r-xi lax CD N- a) Q' O * O O O O O * O O O O O O (D 0 (0 CO (0 CO (D el * x el ITEM STATION,OFFSET JUNCTION BOXES(CBITEROF JUNCTION BOX) d 81 8009+88.2,25.T RT + O x x '<- x�'-_x ,, .. -. _---._._ _ _ 1t/w OHG�1 OHF 1Rf W OHE OHE a/W OHE R/W - - — - — - —0--St.S.— - — - — - - — - — - — -aF- - - - - - - - - - — - — - 3 AT 945' EACH, 2" HDPE 's fl- - = II _ _• = .. = = = = = _ = T1 3 = = a _ = -- _ _=- = s - r� - -_-=_ - -= �- _ - _ - HH 7 TO HH 9 FUTURE CONDUITS - - - - - -- - -- �1 TABULATION OF MAJOR SIGNAL EQUIPMENT LOCATION EQUIPMENT CONDUIT QUANTITIES Video Detection System From To 2'Dia 3"Dia 4'Dia NEMA Cabinet and Accessories HDPE HDPE j HDPE NEMA Solid StateUPS Concrete Cabinet 4 Cameras, 1 PTZ Traffic Monitoring Camera, INTERSECTION w/Meter Socket 24"Cabinet Riser US HIGHWAY.13 AND SYCAMORE ST Controller and Accessories 2 Breaker Disconnect System Footing and Pad Cat5 Cable,Cabinet Accessories.Hardware, Brackets,Camera Risers,and Misc.As Needed Controller Service 50 Controller Handhole No.1 20 — US HIGHWAY 6 AND SYCAMORE ST 1 1 1 1 1 1 • Handhole No.1 Handhole No.3 30 TOTAL= 1 1 1 1 1 1 I Handhole No.1 Handhole No.4 100 Handhole No.3 Signal Pole No.1 15 Handhole No.3 Signal Pole No.2 15 FOOTING AND HANDHOLE QUANTITIES STREET LIGHT QUANTITIES _ Handhole No.3 Handhole No 8 75 Handhole Handhole WYE CONNECTORS LUMINAIRES Concrete --- Handhole No.4 Signal Pole No.3 10 Item/Loca tonFooti s Type 1 Type 3 COMMENTS 120 Vott/250 Watt HPS 17'x30' 24' LOCATION L1 L2 Y3 Cutoff Style Cobra Head LOCATION No.4 Signal Pole No.4 10 Handhole No.5 Signal Pole No.5 10 US HIGHWAY 8 AND SYCAMORE ST US HIGHWAY 8 AND SYCAMORE ST Handhole No.5 Handhole No.8 100 Signal Pole No.1 1 3.0'Diameter X 16.0'Deep Footing At Handhole No.3 , 2 Handhole No.6 Signal Pole No.6 20 Signal Pole No.2 1 2.0'Diameter X3.0'Deep Footing At Handhole No.6 2 Handhole No.6 Handhole No.8 55 Signal Pole No.3 1 3.0'Diameter X 10.5'Deep Footing At Signal Pole No.1 1 1 1 Handhole No.8 Signal Pole No.7 15 Signal Pole No.4 1 2.0'Diameter X 3.0'Deep Footing At Signal Pole No.3 _ 1 1 1 Handhole No.10 Traffic Recorder 75 Signal Pole No.5 1 3.0'Diameter X 20.0'Deep Footing At Signal Pole No.5 1 1 1 SUBTOTAL= 165 255 r ; 180 Signal Pole No.8 1 3.0'Diameter X 11.5'Deep Footing At Signal Pole No.6 . 1 1 1 EXTRA= 8 13 , 9 Signal Pole No.7 1 2.0'Diameter X 3.0'Deep Footing TOTAL= 4 4 4 4 TOTAL= 173 268 189 Handhole No.1 1 Handhole No.3 1 .. _._! - _ – Handhole No.4 1 SIGNAGE QUANTITIES :)–tiI Flandhole No.5 1 • 1 LEGEND LETTER A B C 0 E ,I� _' :il Handhole No.6 1 SIGN TYPE Left Tum Yield On Left Tun Only Right Tum Only Hwy 6 Sycamore 51 .Pedest4ian PB Sign Handhole No.8 1 Flashing Yellow Arrow - '., Handhole No.10 1 SIZE 30"x36"R10Special 30"x36"R3-5L 30'x36"R3-5R 48'x18" 72'x18" Self`Aehesive TOTAL= 7 5 2 MOUNTING LOCATION Honzontal Arm Horizontal Ann Horizontal Arm Horizontal Ann Horizontal Arm Vertical Shaft INSTALL ONLY TRAFFIC SIGNAL POLE QUANTITIES US HIGHWAY 8 AND SYCAMORE ST INSTALL ONLY Signal PoleNo.1 1 Signal Pole No.2 2 Pole Mast-Arm Ped Signal Pole No.3 1 1 1 Length Remarks Signal Pole No.4 1 No. Feet Pole Signal Pole No.5 __ 1 1 1 US HIGHWAY 8 AND SYCAMORE ST Sigma!Pole No.6 1 1 1 1 1 67 Include 15'single tapered style luminaire arm with 30'mounting height,anchor base,galvanized Signal Pole No.7 1 2 X Pedestal pole for mounting pedestrian head(side-of-pole mount)and pushbutton,10'height TOTAL= 4 4 1 2 2 5 3 40 Include 15'single tapered style luminaire arm with 30'mounting height,anchor base,galvanized WIRE QUANTITIES IN FEET 4 X Pedestal pole for mounting pedestrian head(side-of-pole mount)and pushbutton,10'height 5 67 Include 15'single tapered style luminaire arm with 30'mounting height,anchor base,galvanized From To Pull 1c#10 #6 Bare 1c#3 1 c#10 Coax/Power/Focus Ped Tape Tracer Copper Service Street Light Video Cable 9c#14 40#14 7c#14 6 47 Include 15'single tapered style luminaire arm with 30'mounting height anchor base,galvanized US HIGHWAY 8 AND SYCAMORE ST 7 X Pedestal pole for mounting pedestrian head(side-of-pole mount)and pushbutton,10'height Service Controller 120 Controller Signal Pole No.1 _ 160 80 80 160 TRAFFIC SIGNAL HEAD QUANTITIES Corltiloler Signal Pole No.2 80 5-Sect.12'Cluster Mounting Pole Signal Signal Pole No.3 290 145 145 145 Signal Head 3-Sect 4-Sect 12"RYFYG Arrows w/Yellow&Green 12"Dual Unit Pedestrian Back Controller Signal Pole No.4 145 No. Number 12'RYG w/Flashing Left Tum Arrow Right Turn Arrows Countdown Hand/Man Pushbuttons Plate OH Side Controler Signal Pole No.5 320 320 320 US HIGHWAY 8 AND SYCAMORE ST Coniroler Signal Pole No.6 — 225 225 225 225 1 11 1 1 1 Controller Signal Pole No.7 160 1 - 61,62 2 2 2 Handhole No.3 Signal Pole No.5 540 1 63 1 1 1 Handhole No.6 Signal Pole No.6 70 2 46,642 2 2 At Signal Pole No.1 - 110 80 134 143 3 31 1 1 1 At Signal Pole No.2 20 3 81,82 2 2 1 1 At Signal Pole No.3 110 61 72 68 4 65 1 1 1 At Signal Pole No.4 _ 20 5 51 1 1 1 At Signal Pole No.5 _ 110 80 134 95 5 21,22 2 2 2 At Signal Pole No.6 110 65 20 80 75 6 71 1 1 1 At Signal Pole No.7 20 6 41,42 2 2 1 1 Throughout 600 600 550 6 43 1 1 1 SUBTOTAL= 600 600 550 120 1500 1056 690 1190 1231 7 44,452 1 2 EXTRA= 12 12 17 4 45 32 21 36 37 TOTAL= 8 4 1 6 5 13 11 8 TOTAL= 612 _ 612 567 124 1545 1088 711 1226 1268 PROJECT N0: II1002-00 DESIGNED BY: J.RESLER NO DATE BY REVISION DESCRIPTION SHEET N0. US HIGHWAY 6 AND SYCAMORE STREET PROJECT DATE: 06/30/2011 CHECKED BY: J. RESLER INTERSECTION IMPROVEMENTS US HIGHWAY 6 AND SYCAMORE STREET CAD DATE: 6/4/2012 0,48:35 AN DRAWN BY: N.08 CAD FILE: XACR\IE\2011\111002-00\CAD\Plam\111002-00-NOBaht •Foth CITY OF IOWA CITY,IOWA TRAFFIC SIGNAL QUANTITIES IT I INTERCONNECT HANDHOLE I SPLICE ENCLOSURE QUANTITIES H oie Water Proof Item/Location Type 2 Splice COMMENTS 30k48" Enclosure US HIGHWAY e AND SYCAMORE ST Handhole No.2 1 Handhole No.7 1 Handhole No.9 1 Handhole No.7E 1 Handhole No.SE 1 TOTAL= 3 2 fV C.9 IT!INTERCONNECT CONDUIT QUANTITIES `_11 • 2"Dia From To :_r _ HOPE P,.) US HIGHWAY 6 IT/INTERCONNECT Handhole No.2 Handhole No.3 10 Handhole No.2 Handhole No 7E 410 Handhole No.2 Handhole No.8E 260 SYCAMORE STREET IT!INTERCONNECT Handhole No.2 Handhole No.7 360 Handhole No.2 Handhole No.9E 375 Handhole No.7 Handhole No.9 2835 SUBTOTAL= 4250 EXTRA= 85 TOTAL= 4335 IT!INTERCONNECT WIRE QUANTITIES IN FEET 12SM/12MM From To Pull 1c#10 Fiber Optic Tape Tracer Hybrid Cable US HIGHWAY 6 AND SYCAMORE ST Throughout 4250 1870 770 SUBTOTAL= 4250 1870 770 EXTRA= 85 37 15 TOTAL= 4335 1907 785 PROJECT NO: 111002-00 BY: J. RESLER NO OATS BY REVISION OESCRIPTICN Fot SHEET NO. PROJECT DATE: 06/30/2011 CHECKED CHECKED BY: J. RESLER US HIGHWAY 6 AND SYCAMORE STREET INTERSECTION IMPROVEMENTS US HIGHWAY 6 AND SYCAMORE STREET N.09 CAD DATE: 6/4/2012 8:48:39 AM DRAWN BY: IT/INTERCONNECT QUANTITIES CAD FILE: X:\CR\IE\2011\111002-00\CAD\Plans\111002-00_N09.sht CITY OFIOWA CITY.IOWA Anchor nut covers as specified I by pole manufacturer. I MAST ARM POLE FOOTING SCHEDULE Anchor bolt projection os specified by pole manufacturer. MAST ARM FOOTING DEPTH Leveling nuts under pole bose for LENGTH DIAMETER (L) "V" BARS "S" BARS 2"0 Spare Conduit raking pole. PEDESTAL 2'-0" 3'-0" NO STEEL REQUIRED NO STEEL REQUIRED (Threaded and capped) Metal strips for skirt. BASES IIII 1/2" expansion material. Unpaved Area 20' OR LESS 3'-0" 7'-6" 8 - 17 BARS x 7'-0" 8 - 14 BARS 012"MAX 3' 0' Finish Grade () "TN : Paved Area 22' - 28' 3'-0" 8'-6" 8 - 17 BARS x 8'-0" 9 - $4 BARS 0 12"MAX P Finish Grade (2) Additional Ties g•• CJIIILJ _� ��161��� on Tap for "SPECIAL" Footing 30' - 44' 3'-0" 10'-6" 8 - 17 BARS x 1C-0"11 - 14 BARS 0 12-MAX `I11.iuiiiii1 ■IIIIp1111■I i (See Footing Schedule) / N•E1 (Signal Pole Footing $5) 46' - 48' 3'-0" 11.-6" 8 - 17 BARS x 11'-0"12 - 14 BARS 0 12"MAX Mounting Plate for Luminaire.J IE •ID.1IM11m Factory drill bolt pattern. I :�;:J1i 11 50' - 55' 3'-0" 12'-0" 8 - 17 BARS x 11'-6"16 - 14 BARS 0 12-MAX � Position Mounting Plate to I j•iI I! be 27'± fromavement surface. ova, Anchor bolts as specified I p I u o imp L by pole manufacturer 56' - 60' 3'-0" 14'-0" 8 - 113'41.'16 7 BARS x - 14 BARS 0 12"MAX Signal Head Signal Head D N6 centered on centered on I m "„ 61' - 70' 3'-0" 16'-0" 8 - 17 BARS x 15'-0"16 - 14 BARS 0 12"MAX opposing opposing I g 5/8" Copperweld ground rod. ane one Street Nome I In SPECIAL `2t'- 14030"0 AT TOP Traffic 3'-0" 20'-0" 8 - 19 BARS.x 19'-6" / / Control Sign/ Sign I I 'V" Bars Vertically SIGNAL POLE FOOTING #5 _ MAD( + 2 ADD'L AT TOP (Typical) I I . ■ Spaced Equally « +,, MAST ARM POLE FOOTING SCHEDULE Varies I r ��—.A .. - _. • O O l� L~ 31.' a•E NOTES: , C = OI' 0 1. GROUNDING SHALL BE IN ACCORDANCE WITH:SECTION 2523.04 , AND ELECTRICAL TESTS PERFORMED IN ACCORDANCE WITH J, O O — SECTION 2523.21 OF IOWA D.O.T. STANDARD:SPE61FiCATIONS FOR HIGHWAY & BRIDGE CONSTRUCTION. •- JJ GALVANIZED "S" BARS 2. TOP AND BOTTOM "5" MAY BE WELDED TO 'V" BAR.§. POLE - REMAINING "5" BARS SHALL BE WIRED TO "V" BARS: .Fr— rx v BARS 3. IN PAVED AREAS, TOP 6" OF FOOTINGS SHALL BE FORMED IN A 3' x 3' SQUARE. EXPANSION MATERIAL SHALL BE PLACED BETWEEN FOOTING AND PAVED AREA. 4. SPARE CONDUIT IS INCIDENTAL TO THE POLE FOOTING. o s. Rol PEDESTRIAN O 2 t19'-0" SIGNAL I MAST ARM POLE FOOTING C� PEDESTRIAN 0 15'-6" 25.6' PUSH BUTTON (c Max. SIGN il SIGN DOWN) i No. 6 BARE COPPER GROUND r IFA OR GREATER II CONDUCTOR FROM INTERNAL GAP EXISTS BETWEEN THE GROUNDING NUT TO CLAMP BASE OF THE POLE AND 10'-0" Normal ON GROUND ROD FOOTING, THE CONTRACTOR _ PUSH 8'-6" Minimum SHALL INSTALL EXPANSION BUTTON - , LI/_[,,, GROUT AND A WEEP HOLE 14'-6" Maximum . NmPEDESTRIAN "'IIMI.11: ::If='.'Ifall: 4 PUSHBUTTON - -11.=.I =1 i 7'-0" — SIGN 0 0 Top of Base flush with Surface I Zo GROUND RDD I I PEDESTRIAN Paved Median/Island CLAMP ;I' ; H PUSHBUTTO I I r l •4, , M `q n - . .: .. I ' • II—I II—III—III ;; ll_ �IIII II' s c; 0M -_7111=1 I r1 -111- 4 STEEL MAST ARM MOUNTINGS =I' . . ' GROUND ROD SIDE OF POLE MOUNTED SIGNAL HEADS Varies- See Table 5/8" x 8•-0" SHALL BE SECURED TO POLE BY USING PEDESTAL POLE BASE I STEELMBANDING MATER AL�NLE55 " Maximum height dimensions to signal heads ore measured to top of signal housing. I PEDESTAL POLE For signal heads less than 53' from the Stop bar, refer to the MUTCD far - See Plans maximum signal head height. PROJECT NO: 1.106/301 DESIGNEDCKED J. RESLER NO GATE BY REVISION DESCRIPTION Foth SHEEP NO. PROJECT GATE: 06/30/2011 CHECKED BY: J. RESLER US HIGHWAY 6 AND SYCAMORE STREET INTERSECTION IMPROVEMENTS US HIGHWAY 6 AND SYCAMORE STREET N"1 0 CAD DATE: 6/4/2012 6:48:40 AM DRAWN BY: DETAILS CAO FILE: X:\CR\IE\2011\111002-00\CAD\Plans\111002-00_NID.sht CITY OF IOWA CITY,IOWA Service Disconnect. Provide 2 Single-Pole Circuit Breokers, Meter One for Traffic Signals. One for Lighting. In NEMA 3R Enclosure. MAIN STREETSIDE Controller 44" Cabinet Intermatic K4121 Photocell, or Equal Meter f y 0 - - See Note 4 I — Junction Box NOTE: See plan for conduit sizes. t r I_�I 1- — 6.5" to 8„ I+ -1-1-- —_ -�_ 10G, 1"C NOTES: h11111Q (� IIIIIII� 410, 3#14(Photocell), 11. Unused stubs will be threaded and copped with threaded metol pipe cops. 2. All used stubs will hove metal grounding See Note 4 i - IDI 32" 1 bushing with #6 wire. 3. Minimum clearance between conduits will be 2". 4. Minimum clearance from sides will be 10 3 -.-5/3'8." 3" ;11-\ S. Unused stubs will extend out beyond the LL _ _ _Ni\---15/8" Copperweld base not less than 18". _ _ ��- - JGround Rod Power 6. All stubs extending up to the surface of the -- -- ' Supply base shall not be less than 1.5" and not be more than 3" above the surface of the base. Controller Location 7. Pipes and caps shall be held m place with Station on approved tie bar before the base is poured. 8. Forms mode of suitable material to maintain the dimensions of the base shall be used. \'"" i`..„,,,,,,,, 9. All stubs extending above and below the base #8 Bare Copper in Same shall hove the pipes copped before pouring the PPbase, except where the pipe stub is to be used. 36" Conduit as Supply Conductors. Those stubs used shall be connected to the conduit Connect to Neutral. network and copped on the ends extending up to Base gO3e the surface of the base before the base is poured. 5/8“x10 Ground Rod 10. Conduit connected to the conduit system shall in Controller Base be connected by a threaded coupling such as that NOTES: supplied with conduit or an Erickson type connection or approved equal. No set screw type connector will I 1. METER SOCKET & DISCONNECT MOUNTED TO SIDE OF CABINET WITH NO PENETRATION THRU CABINET SIDEWALL FOR WIRE LEADS. be allowed. Outside Dimensions of POWER SERVICE /4” . . Concrete Sidewalk Controller Cabinet NEUT CONTROLLER CABINET PLAN PHOTOCELL ON OUTSIDE OF THE 5 AMP co CONTROLLER CABINET 1M1 PHOTOCELL. 1.5" min.` 3" max. Placement of anchor LFF " n n. -- -- bolts per manufacturer s requirements • • "AUTO" 4" I OOX d 3 I If LIGHTING CONTACTOR. 4 } • I LIGHTING CIRCUIT BREAKER ON THE X00 r-- I OUTSIDE OF CONTROLLER CABINET 411111 PROVIDE 4 TERMINALS _ .l'i -ID 12" min. I I EACH WIRE -= l • 30" 120V 20A w_; :u 1111111 __, U 0 U `-- III 48"+_ C.77 TYPICAL LIGHT ,:i I i 18" t8„+ NEUTRAL (,) H min. { f NOTES: 4'-0” min. 1. PROVIDE ENGRAVED LEGEND PLATES FOR DEVICES WITH WORDING AS INDICATED IN QUOTES. 2. PROVIDE TERMINAL BLOCKS FOR LIGHTING CIRCUIT. /3/4" Stone Provide smooth firm subgrode 5/8" Copperweld TYPICAL LIGHTING CONTACTOR Ground Rod (10' min.) SCHEMATIC DIAGRAM CONTROLLER CABINET SECTION NO SCALE PROJECT NO: 111002-00 OESIS-NEO BY: J. RESLER NO OATS BY REVISION DESCRIPTION SHEET NO. PROJECT DATE: 06/30/2011 CHECKED BY: J. RESLER �, IOth US HIGHWAY 6 AND SYCAMORE STREET CAD DATE: 6/4/2012 8:48:41 AM DRAWN BY: INTERSECTION IMPROVEMENTS US HIGHWAY 6 AND SYCAMORE STREET N.11 CAD FILE: x:\CR\IE\2011\111002-DO\CAD\Plans\111002-00_Nlloht CITY OF IOWA CITY,IOWA DETAILS 3/8-16 UNC STAINLESS STEEL INSTALL NEW GROUNDING BUSBAR. HEX HEAD BOLT SUPPORT FROM HANDHOLE WALL WITH W/ WASHER (2) BOLT, NUT, FLAT WASHERS AND LOCK 30 TYPICAL CONCRETE POLYMER HANDHOLE E SHALL BEASTAINLESSLL ISTEEL.NG RDCENTER /0 fli) 65m� BETWEEN WALLS. rfi\ ( ;J �� ® m) ��) 49j101`11 �.r list 1/e' o -1 ! ' (1640; (j2� /8(6 1►" � mm) 1^m) 00" 4 t/m� ti_-6.,., ;/8" •(222 .0- 0.. I I ® �''�, , 1i2" (13 mm) X 4121 `\m) g 314 EXTEND HDPE DUCTS INTO HANDHOLE 4 (102 mm) �� � THROUGH (MINIMUM). EXTEND DUCTS SKID RESISTANT%1114466":" PULL SLOT '/ THROUGH OPEN BOTTOM. TYPICAL FOR ALL DUCTS ENTERING HANDHOLE. SURFACE POLYMER TONGUE INSTALL GEOTEXTILE WOVEN F46RIC. AND GROOVE III I' OUTSIDE EXTEND GPERIMETER EOTEXTILE 12" HANIDHZ�dE) 2-SECTION COVER REQUIRED I / s' EXTENSION (203 mm 49 5/0801 (0 1/8, X 4/3/4 1 212mm)m, 1 (25 mm) I‘ c— ,-- 001 e (126 �!► mR1) KNOCKOUTS (8) .« • 0. % •ri. t t -"� I ' g !) q 1/g, e.1,4!.941.•:•• rJ ` r).` ,J ` J ` tJ /• . , '� 28 5� m 1 411/8, ) ,. iit�0•/i�iAd'fi�i�d iii3;'�i�4h4�iJi 5 :t'ni..t R-�t s • - I77.1 1 I) (115 / ' ,(914F• •, _F-- , \ �// 3 33' (838 mm) . GRANULAR GRAVEL BASE. EXTEND FILL •III _ ,- /' 6" OUTSIDE PERIMETER OF HANDHOLE (MINIMUM). SMOOTH WASHED GRAVEL HANDHOLE TYPE 2 FILL TO DEPTH OF 6" (MINIMUM). J EXTEND FILL MINIMUM OF 6 OUTSIDE 4" (102 mm) X 4' (102 mm) ► (512mm}`Ik- PERIMETER OF HANDHOLE ALL SIDES. MOUSEHOLES (2) --�' BOX GENERAL NOTES: DETAILS HEREON ARE FOR A PRECAST HANDHOLE FOR INSTALLATION OF ELECTRICAL WIRING AND 3/8-16 UNC HANDHOLE TYPE 3 CONDUIT. LOCATION AND OTHER DETAILS WILL BE STAINLESS STEEL SHOWN ON PROJECT PLANS. HEX HEAD BOLT W/ WASHER (2) CONDUIT ACCESS SHALL BE GROUTED WITH MORTAR AFTER 1) NECESSARY CONDUITS ARE INSTALLED. /1. (gggl/Z• A A CABLE HOOKS MAY BE PRECAST WITH HANDHOLE 30 �I�) Arb) • 12 OR MAY BE INSTALLED AS NECESSARY BY A METHOD �5 2 �(7) ��13 (q 1APPROVED BY THE ENGINEER. CABLE HOOKS SHALL (� o ) (I1 30I �,�') 44.E 54 ,/T" ) I BE HOT DIPPED GALVANIZED IN ACCORDANCE WITH 5 y8' 1 ) rn CAST IRON FRAME AND LID ASTM A 153. I 3� ) •.391 3/� (222 MIN. WT. 165LBS. TYPE "C" '4' / 281 el° mm) 3/4 (CHECKERED TOP) LID. BODY OF HANDHOLE SHALL COMPLY WITH THE 44°' 1/2" (13 mm) X 12 j 8 PROVIDE SPECIAL LETTERING REQUIREMENTS OF IDOT STANDARD ROAD PLAN RF-1 4 (102 mm) <---- "TRAFFIC SIGNALS" AND FOR CLASS 2000D CONCRETE PIPE INSOFAR AS SKID RESISTAN` PULL SLOT '� HANDHOLE LOCATION STATION MANUFACTURER'S NAME APPLICABLE. SURFACE /I — 26 1/2• ON TOP OF LID. 1_1t/Y ��-- 1 WHEN PRECAST HANDHOLE IS PLACED IN SIDEWALK OR NIIVI (2038 _1 _1_22 1/4—' _. DETAIL PAVEMENT, THE FRAME SHALL BE INVERTED FROM EXTENSION /I/ :•iim.!�i�_• _._„�„ THE ORIENTATION SHOWN ON THIS DETAIL. IIEI %/:��\alga THE TOP OF THE FRAME SHALL BE FLUSH WITH l��,) (qg9 t/q, 4 3/4” (121 mm) I• (25 mm) \ 0- r pp - y I I—II -' THE SIDEWALK OR PAVEMENT ELEVATION. 32 m , 1 x45/8" (1 17 mm) III za" ' t LE HOOKS „<",,,,,„,(819 .�► �1^I) KNOCKOUTS I ^I II /" 1 • )8 BGALVANIZED STEEL ROD g 1/T) !�q mm, In) 36" MIN.30 MIN. !pi '-Ii (4 REQUIRED) 2 m m �g II EXCAVATED MATERIAL (724 ,- , (/62 1 =T _ SHALL BE DEPOSITED & // 30 EARTH BACKFILL UNIFORMLY SPREAD AROUND \ �/ 28" (711 mm) : EXCAVATION LINE HANDHOLE AS INDICATED / NORMAL SLOPE i_ 1 6" MIN. 1/2" ILS `"` I R.S. CONDUIT _ % •_\ II 4" (102 mm) X 4" (102 mm) ► (13 mm I IS" MIN IP MOUSEHOLES (2) + :::.... .....::. . ! .:L EXCAVATION LINE BOX ,::::::::: ::�;:_:'_; ::_ HANDHOLE TYPE 1 CONCRETE COARSE AGGREGATE SECTION A---A EARTH BACKFILL DETAIL "A" I.D.O.T. 4109 GRADATION N0. 5 SUPPLEMENTAL SPECIFICATIONS 1048 SLOPING GROUND INSTALLATION LEVEL GROUND INSTALLATION PROJECT NO: 1116/2 / DESIGNEDY: J. RESLER NO DATE BY REVISION DESCRIPTION Fat � US HIGHWAY 6 AND SYCAMORE STREET PROJECT DATE: 20/20/2011 CHECKED BY: J. RESLER INTERSECTION IMPROVEMENTS US HIGHWAY 6 AND SYCAMORE STREET N,1 2 CAD DATE: 6/4/2012 B:4B:42 AM ORANN BY: DETAILS CAD FILE: XACR\1E\2011\711002-00\CAD\Plans\111002-00_N12.sht CITY OF IOWA CITY,IOWA TABULATION OF TEMPLATE QUANTITIES AND ADJUSTMENTS 107-29 04-03-01 t; Standard Plan RL-IA and RL-IB TOPSOIL CLASS 10 TOTAL TOTAL CLASS 10 CLASS 10 ADJUSTED TOTAL SUITABLE FILL STATION CUT SAVED SUITABLE CLASS 10 FILL + 30% WITH SYCAMORE(N) -C CUT TOTAL SHRINK SHRINK 6000+50.00 123 65 58 58 306 398 398 r-.3 6001+00.00 166 87 79 79 824 1071 1071 6001+50.00 174 71 103 103 697 906 906 `-- 6002+00.00 C ` 6002+50.00 149 42 107 107 322 419 419 C)135 42 93 93 323 420 420 z 6003+00.00 112 41 71 71 339 441 441 6003+50.00 ?" 6004+00.00 89 38 51 51 282 367 367 44 20 24 24 116 151 151 e �1— 6004+30.00 -- ' 6004+50.00 21 14 7 7 62 81 81 ; -I 6005+00.00 29 29 114 148 148 ,_1 s. 6005+50.00 26 26 67 87 87 .. 6006+00.00 21 21 33 43 43 c r1 6006+50.00 20 20 23 30 30 6007+00.00 20 20 23 30 30 SYCAMORE(S) 105 105 SE QUADRANT 257 335 335 NW QUADRANT 325 423 423 536 698 5350 PROJECT TOTALS ADJUSTED CLASS 10 CUT (ROADWAY) 698 CY FILL WITH SHRINK (ROADWAY) 5350 CY TOPSOIL STRIPPING 536 CY TOPSOIL SPREAD WITH SHRINK 522 CY PROJECT N0: 111002-00 DESIGNED BY: S. SOVERS NO DATE BY REVISION DESCRIPTION US HIGHWAY 6 AND SYCAMORE STREET SHEET NO. PROJECT DATE: 06/30/2011 CHECKED BY: - - \ , IOthINTERSECTION IMPROVEMENTS T.01 CAD DATE: 6/4/2012 8:4843 AM DRAWN BY: vEARTHWORK TABULATION SHEETS CAD FILE: X:\CR\1E\2011\I1I002-DD\CAD\Plans\111002-00-TO I.sht CITY OF IOWA CITY,IOWA �i 1 o o v 1 ii I II O I -'-`Io * ° O O I1 I II ins, - O 4- + + s! O I O O N.,,,_, I + O msI I sjss ji xp O „ cO 00p CV __1 ,ti . s, II_ I ,,,II'1 I TI `..-=r: 0 0 ° CO o "' f� /' in �'1. I �i 7! ` ® air --CO.. aiu O _ — oaE '°— - A -4' ` �\ ~ 0 `= — - - __ - �:y -Min -.ya aeE — _"_= - __— - __ _ - __ — — - — - — , se.s. i I N: ] SYCAMORE STREET I . �. I I I g 8006+08.4 8007+02.0 • RI : - - — - — - — — .. . ,___ c - ... _ A .� — — — — — - — _ _ -111bliMilli=MilibliniVIEM L._ _ 7•i�i ' �r�4.7 --. —St.S. �: �` r - — _ - _ - — - — — - — — — - — - — _ ' ONE -- - — •` 4 r 2 /� l�\.= 171: — 1HE =— /°E CaE 8001+55.4 OH[ oHE 0, OME— 8003+10.3 �_ ®%' 1 _ p g 1.: 11 ti I ii 1 1 I MI I„' _ — 8005+87.4, 25.5 RT—” 8007+11.3, 27.1' RT :, 1 ,�' ° ;I I 8001+35.2. 20.2' RT PROPOSED MODULAR BLOCK 8003+74.6. 25.5' RT T.1 RETAINING WALL (HEAVY) ° q. , I� I. ° 1 I 8007+11.3. 37.1' RT 0 ° k0+1 � O I I [11 I 8000+76.0 I I - �) I o i I — ,/ Z o II I - SYCAMORE MALL I8000+73.7, 4.2' LT O II - ,: 0 30 F�I � '.,. _ 8000+73.7, 20.9' R7 o 1111 ...• 720 Y I :_ t!w 720 ww JA �I�Itli.rwu_rw ■r!d III11ii��uu rwl, 11I11�, =INISH CRADE a _715 ■�� IIIIiti� AT BACK OF WAL: c 715 .w � 111i:- MIRK 1 I1II11:._vuME , .. 710 r■,P EXISTING GROUND 1Bl:.- - .. '-< a r 4...16 AF FACE OF WALL 1111 111111iA�_urr — IR 10 .w1� 111I111�i:. [: I 705 'pairIII 111111�i: ---- ___ _�...,': I,; ■ -�� 1u1UI1I1811 1 :.■■■■■■111' ;� .I�:::■■■■■■111 11111 • 700 iIIIiiiiiiu._ __-- wrw'----..-e . ■wr----_— —:;; jj11111■11111 700 , ■1111U11111I11111II11111111111 '!1 . FORM GRADE OF SYCAMORE 695 MALL PARKING LOT 695 690 690 +50 +75 8001+00 +25 +50 +75 8002+00 +25 +50 +75 8003+00 +25 +50 +75 8004+00 +25 +50 +75 8005+00 +25 +50 +75 8006+00 +25 +50 +75 8007+00 +25 +50 PROJECT N0: 111002-00 DESIGNED BY: S. SOBERS NO DATE BY REVISION DESCRIPTION US HIGHWAY 6 AND SYCAMORE STREET SHEET NO. PROJECT DATE: 06/30/2011/ CHECKED BY: - ��� SYCAMORE STREET CAD DATE: 6/4/2012 0:48:44 AM DRAWN BY: - ` INTERSECTION IMPROVEMENTS u.Q.� CAD FILE: X:\CR\[E\2011\111002-00\CAD\Plans\11[002-00_UO1,,ht \✓ CITY OF Iowa CITY,IOWA RETAINING WALL DETAILS FENCE PLAN NOTES 1. MEASUREMENT&PAYMENT 554'-a" THE RAILING IS TO BE BID ON A LINEAL FOOT BASIS MEASURED 32'-a' tsr'-0" t24'-0" 244.-0" FROM CENTERLINE TO CENTERLINE OF END POSTS. THE BID PRICE SHALL BE FULL COMPENSATION FOR LABOR, 22'-0" 122'-0" I 22.-0- 22'-0" I 22' -0" I 22'-0 " 22-0" 34'-0" To'-o" 3o'-O" I 30'-0" EQUIPMENT,AND MATERIALS TO PROVIDE AND INSTALL THE FENCING INCLUDING SHIM PLATES AND ANCHOR BOLTS. 2. ALTERNATE DESIGN -©, -O• .0. .© AN ALTERNATE DESIGN AND LAYOUT MAY BE SUBMITTED FOR APPROVAL.ALTERNATE FENCE SUBMISSIONS SHALL BE SUBSTANTIALLY EQUAL TO THE DETAILED FENCE AND SHALL MEET OR EXCEED THE LOAD CAPACITY AND SURFACE FINISH 1 C) PLAN VIEW SPECIFICATION PRESENTED ON THIS PLAN.ALTERNATES SHALL BE WALL NONe DESIGNED AND FABRICATED TO COMPLY WITH AASHTO STANDARD SPECIFICATIONS FOR HIGHWAY BRIDGES,2009 EDITION. 3. FIELD VERIFICATION OF GEOMETRY N OTE: THE CONTRACTOR SHALL HAVE FULL RESPONSIBILITY FOR FIELD VERIFICATION OF AS-CONSTRUCTED GEOMETRY OF THE WALL CONTRACTOR SHALL VERIFY ALL EXISTING SYSTEM FOR PROPER FABRICATION AND INSTALLATION OF THE CONDITIONS AND RAILING SYSTEM.FIELD CUTTING OR MODIFICATION OF PANELS SHALL BE PROHIBITED. DIMENSIONS PRIOR TO FABRICATION OF FENCE DIMENSIONS SHOWN ARE APPROXIMATE FOR 4. CSHOS COO PMPLLETEETESHOP DRAWINGS SHALL BE SUBMITTED FOR REVIEW BY ESTIMATING PURPOSES THE ENGINEER.FENCING MATERIALS SHALL NOT BE ORDERED ACTUAL FIELD VERIFIED DIMENSIONS MUST BE USED UNTIL APPROVED SHOP DRAWINGS ARE RETURNED TO THE FOR FABRICATION CONTRACTOR. 5. MATERIALS A. STEEL MATERIALS: a. HOLLOW TUBES-ASTM A500.GRADE 0 71-0• 32-8" b. PLATES,BAR STOCK-ASTM 36 6'-0" 6'-0" 6'-0" 6'-0" 6'-0" 6'-0' 6'-0" 6'-0" 6'-0" 6'-0" 6'-0" (FED VERIFY) c. WELD ELECTRODES-AWS E70 ORDµ � t TYPICAL — B. FINISH-ALL COMPONENTS-HOT DIP GALVANIZED IN TtPIACCORDANCE WITH ASTM A123-MINIMUM ZINC COATING - ,_-......,.....,-............... -6-7.-..-4----.4%....„— THICKNESS G85-202/SF 'g C. ANCHOR BOLTS-STAINLESS STEEL ADHESIVE ----- a. ADHESIVE EPDXY ADHESIVE COMPLIANT WITH ASTM tom` b. RODS-TYPE 304 ASTM F593LASSBORC I_ '7 2 ' c. WASHERS-ANSI 304-ASTM A240 •I -, O d. NUTS-ASTMA594 ELEVATION VIEW 8. INSTALLATION ..- ..'..1.1g A ERECT RAIL POST VERTICALLY PLUMB IN ALL DIRECTIONS ,_ I B. ERECT RAILS HORIZONTALLY LEVEL • - ,-� C. INSTALL ANCHOR BOLTS TO FULL DEPTH EMBEDMENT AS NOTED ON PLANS IN ACCORDANCE WITH MANUFACTURER ,......:-., RECOMMENDATIONS. �•j.,—...,1 O ELEVATION VIEW RECOMMENDED TORQUE 1 %M 3/W-1-0• D. TIGHTEN ANCHOR BOLT NUTS TO MANUFACTURER 54'-0" 22'-0" 22'_0•' 22.-0" _ - 22'0" 22'-0•• 22'_0" 22'-0" a I (FIELD VERIFY) 4 TYPICAL i >-- ^ - , - 1 - t�� ..._.-_ �__ - - _— — I • I ti....--_r_ 1_._.---"-- _ ELEVATION VIEW I ___. ,, O SGNLE:3/16•- i'-0' ,._.= i'. 124'_0.' NV 34,-0.. (FE1D VERIFY) a:�(--) u,�a•, MEAL '"-i C.--- -- L7 j.............r,-........... _____,____----- . i — •. ,—,-- --IC") p O ELEVATION VIEW m ll J &._4,,! 4 SCALE 3/1e•- r--0. I. C �yCI 244'-0' ) VIELD VERIFY) TYPICAL -T =.I_._.__r— �r .__., ..� _.� O5 ELEVATION VIEW sum t/e•-r-0•• PROSECT Na 111002-00 DESIGNED BY: - NO DATE BY REVISION DESCRIRDON US HIGHWAY 6 AND SYCAMORE STREET SHEET NO. PROJECT DATE 1106/30/2011 CHEMED B - \v/-- Foth SYCAMORE STREET CAD DATE 7/x/2on DRAWN BY: - INTERSECTION IMPROVEMENTS U.02 CAD FILE: CITY OF IOWA CITY,IOWA RETAINING WALL FENCE DETAILS Feb 15,2012-150pm rf0 X:\DM\E\2011\111002-00\11000 Nara and SPeca\U.02.drg VARIES - SEE ELEVATIONS _ VARIES VARIES i HSS 4"x4"x3f 6" ❑ POST /__ RAIL 1)2"x1)�"x3se" -4" MAX (TYP) ^-1 \ - Ji" SQUARE SOLID BAR 8"x8"x Xt" PICKETS SPACED EQUAL!: - --- r--.1 ` C_-BASE PLATE HSS 17¢" 1XZ x "x3fe" L SEE DETAIL THIS RAIL -S .r,mmes• SHEET 8"x8"x X2" BASE PLATE 3 (7) ' SEE DETAIL THIS 1"x1"x4(e" HSS FENCE SHEET TUBE SEE SHEET U.02 rii WO 9"TYPICAL FENCE PANEL DETAIL (PLAN VIEW) TYPE x304 SSBED " o 'i 3,4 .. _ SCALEADHESIVE ANCHOR BOTS 4 PER PLATE 6r PRESSED STEEL HSS 4"x4"x3f6" CAPSTONE \\.. POST CAP (TYP) POST HSS 1h"x13¢"x3(e" ❑ BASIS OF DESIGN: HSS 1Yi"x174"x)ie" RAIL R&B WAGNER 5120 RAIL OR EQUAL J4" SQUARE SOLID BAR N - r-4" MAX (TYP) PICKETS SPACED EQUALLY HI I l � 1 rA _ - O pm empli: L t I 1�j � c7 VT i RETAINING WALL tvlWs.� BLOCK SYSTEM AP •P • 0 w P.0140;-, oL -> om HSS 1 x1 M 1vgo.66 v;o411 Pio/ 1 1 -> RAIL '2 i00* 1• BASE PLATE - I � .�.���� SEE DETAIL THIS rvollb veal v. SHEET ;00.0 will *Oil.i OTYPICAL FENCE PANEL DETAIL (ELEVATION) 8"x8"YJi" 10.U.S. SCALE 3/4'-1,-0. PLATE 4x4x3je" POST R 1 Y • • SEE ELEVATIONS FOR w ~� v LOCATION ON PLATE R 3" > ;I�� 1, —i-11mi 1"x1"x3Se" HSS 0 • ��4��• i TUBE 17(e"0 HOLE w A s� 0 (4 PER PLATE) 8" 114 •wiles•• Althdrad 8"x8")Ji" 111.0.0.1.0 PLATE 1�.. .. 11" '-.^-.-' I L_J I__ L a d C d dC J/ d • r TYPICAL FENCE PANEL CONNECTION o d a --- —1 0 a SCALE 3•.1-Ce OTYPICAL FENCE PANEL CONNECTION TO TOP OF WALL SCALE:3'"--- ----- --- 1' o 1)46"0 HOLE 4x4xxfe" POST (4 PER PLATE) SEE ELEVATIONS FOR LOCATION ON PLATE OBASE PLATE DETAIL sutra 3•"1'-0• PROJECT N0 nxg2-o0 DESIGNED BY: - NO DATE BY ru nsoN oEscaPnaNPROUS HIGHWAY 6 AND SYCAMORE STREET SHEET NO. D T:D 06/30/2011 DRAM BY: - Foth SYCAMORE STREET CAD DATE: 7/7/2011 DRAM BY: v INTERSECTION IMPROVEMENTS U.03 CAD FILE: CITY OF IOWA CITY,IOWA RETAINING WALL FENCE DETAILS Feb IS,2012-151pn rfc 1<\ON\IE\2011\10002-00\11000 Pbas ond Specs\S.O1.dig 5• 41 3• 2• 1• a 1 • 2• 3/ 4• 5/ 6• 71 8• 2• 1 / • 11 21 3• 4. 5• .1 7• 81 vi I III 6800_ 0 © IIr 6801 50. 80 . ..; I11I .p.i • 72=.50 Cr iIIiIMm ® 2.0% / iCllrlla— ��, z.o% 2.0a, IAlaM +�wM ®® Mb ®®®—�.a�r�®_,J. v.. - / N - -per �® I ®®�® � 726.9 � � 11 \ 11111 2 i.....1 I I 111 7101 .707.7 O i ■ ■ el 1111 111.8q_ III . Ill _____ TT 600 40.00 UI ®.."-..-.-.-..®=� ._i.iki..*llA:1 III ,*...1=.z.ewm N_.._.._..._.._._ -,. „ F- o = L =+= = 2.0' 2 3% \ • 1- -����� 2.3% i / • - `- _ ` l. I �/ ITTTTTTT'S 2M 0 10 20 30f4M11 60 71 80 -- PROJECT N0: 1]]002-00 DESIGNED BY: S. SOVERS NO DATE 8Y REVISION DESCRIPTION SHEET NO. PROJECT DATE: 06/30/2011 cHEc%Eo BY: - US HIGHWAY 6 AND SYCAMORE STREET CAD DATE: 6/4/2012 6:48:46 AM DRAWN BY: - *FothINTERSECTION IMPROVEMENTS SYCAMORE STREET W.01 CAD FILE: %:\CR\IE\2011\I llDD2-00\CAO\Plans\xs_Sycamore_N_WO1.sht CITY OF IOWA CITY,IOWA CROSS-SECTIONS 50 40 30 20 10 0 10 20 30 40 50 .1 70 80 40 30 20 10 0 10 20 30 40 50 60 70 80 ,.�i ..: - a.... cam:- , -- 6002+50.00 725 72 . 18 725 t�-1 . • y.• o 0 �, 474.07. 6003+50.00 720 �__ 2., .•, _ _ 72n • 7 c 7 \ / 7III `i _ _ ri��laiii... , 715 — — — / Ni N 7 N Z 710, N 710 710 = = — — 1 710 705 705 705 \ n a 7n5 I I ..\ _MO 1111L........._ Too_ 695._ 695 i - ■ ■ ■ ■ S 72 .84 725 725 725 600-3+00.00 725 / ',,— 71.52 770 I \ 720 720 77Q 2,0% / 715 \ X. .. \ ../w 715 715 / / ' ... \ 715 \ / \: 710N 71n 710 . :x. 710 N N. 7n5 I 705 N • • 700 ._ 71X 50 40 30 20 10 Q 10 20 30 40 51.3 60 70 8040 30 20 10 0 10 20 30 40 50 60 70 80 PROJECT NO: 111002-00 DESIGNED BY: S. SOVERS NO DATE BY REVISION DESCRIPTION ' US HIGHWAY 6 AND SYCAMORE STREET SHEET NO. PROJECT DATE: 06/30/2011 CHECKED BY: - SYCAMORE STREET CAD DATE: 6/4/2012 8:48:48 AM DRAWN BY: - — I� INTERSECTION IMPROVEMENTS W.02 CAO FILE: %:\CR\IE\2011\111002-00\CAO\Plans\xs_Sycamore_N_WOI.sht CITY OF IOWA CITY,IOWA CROSS-SECTIONS 60 50 40 30 20 10 0 10 20 30 40 50 60 60 50 40 30 20 10 0 10 20 30 4, 50 60 6005+50.00 710 n Ti i \- - - - - - - � I+/ R W \ 705 I 7n0 — 700 6004+ 30.00 715 71 x.61 715 • 2.0% ' 2.1% 3.I% 4_ --- n 71n - - -- - — � — � `\ 4" 710 715 6005+OO.C`0 715 N 7Q5 \ ♦�Yl 705 71 n 710 \ AL X 700 t Ni. 700 7Q5 , R.W 705 • 695 700 - r 11 695 r_= 695 rte: ,--_�4I 720 604+00.00 720 =1:-; = 713.20 n _- 715 _ - 715 715 6004+50.00 ,.y[-'. _n n1715 2.0% 4% 2.0% 710 Z7 to 710 , -L-i---_--- :-_-,f-4-./ --"' .\ ,� c:; 710 705 705 705 N EX. 7Q5 \ - W 700 MCI 700 N. 'MO_ ME 6 Si95 615 60 50 40 30 20 10 0 10 20 30 4 5 60 60 50 40 30 20 10 0 110 20 30 4.3 50 60 PROJECT NO: 111002-00 DESIGNED BY: S. SOVERS NO DATE BY REVISION DESCRIPTION SHEET NO. PROJECT DATE: 06/30/2011 CHECKED BY: - US HIGHWAY 6 AND SYCAMORE STREET CAO DATE: 6/4/2012 8:48:50 AM DRAWN BY: - • �Ot INTERSECTION IMPROVEMENTS - SYCAMORE STREET W.03 CAD FILE: X,\CR\IE\2011\111002-00\CAD\Plans\xs_Sycamore_N_WOI.sht CITY OF IOWA CITY,IOWA CROSS-SECTIONS .• 5• 4• 3• 2• 1• II 1 • 2• 3• 4• 5• •• I • I 710 6i1 00. 101111 710I 4% Ino inn C) `- I MI fir. 1 710 6i ! • 0. 8 ll 110 4% 1141 705 705 II Iii _il.- 700 700 710 6906 11 . 10 71n 41 • 11.011. . 700 sill 7. 1 .• 50 4• 3• 20 1• 0 1 • 2• 3• 4• 5• .• I ---- PROJECT NO: 111002-00 DESIGNED BY: S. SUERS NO GATE BY REVISION DESCRIPTIONI ieFoth SHEET NO. PROJECT DATE: 06/30/2011 CHECKED BY: - US HIGHWAY 6 AND SYCAMORE STREET CAD GATE: 6/4/2012 8:48:51 AM DRAWN 8Y: - INTERSECTION IMPROVEMENTS SYCAMORE STREET W•04 CAD FILE: %:\CR\[E\2011\111002-00\CAD\Plans\ss_Sycamonr_N_MOl.sht CITY OF IOWA CITY,IOWA CROSS-SECTIONS Prepared by:Dave Panos,Civil Engineer,410 E.Washington St.,Iowa City, IA 52240(319)356-5145 RESOLUTION NO. 12-274 RESOLUTION SETTING A PUBLIC HEARING ON JUNE 19, 2012 ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE U.S. HIGHWAY 6 AND SYCAMORE STREET 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. WHEREAS, funds for this project are available in the Sycamore Street — Highway 6 to City Limits account#3811. 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 19th day of June 2012, at 7:00 p.m. in Emma J. Harvat Hall, City Hall, Iowa City, Iowa, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. 2. That the City Clerk is hereby authorized and directed to publish notice of the public hearing for the above-named project in a newspaper published at least once weekly and having a general circulation in the City, not less than four (4) nor more than twenty (20) days before said hearing. 3. That the copy of the plans, specifications, form of contract, and estimate of cost for the construction of the above-named project is hereby ordered placed on file by the City Engineer in the office of the City Clerk for public inspection. Passed and approved this 5th day of June , 2012. Mayor -22 ATTEST: 4 uJ `,�V7_44._y City rk Approved by: City Attorney's Office Resolution No. 12-274 Page 2 It was moved by Payne and seconded by Mims the Resolution be adopted,and upon roll call there were: AYES: NAYS: ABSENT: Champion x Dickens x Dobyns x Hayek Mims x Payne x Throgmorton Printer's Fee$ cJ.ao CERTIFICATE OF PUBLICATION STATE OF IOWA, • JOHNSON COUNTY,SS: • • THE IOWA CITY PRESS-CITIZEN OFFICIAL PUBLICATION PUBLIC NOTICE OF STORM WATER DISCHARGE FED.ID#42-0330670 City of Iowa City plans to submit a Notice of Intent to the Iowa .Department of Natural Resources I, P`1//a Fi•CiAgi� 5:4) 1",.Z to,be covered under NPDES General Permit No. 2 - "Storm Water Discharge Associated with being duly sworn,say that I am Industrial Activity for Construction Activities". • The storm water discharge will be • the legal clerk of the IOWA CITY from street construction activities located in the SW Y4 of the SE' of PRESS-CITIZEN,a newspaper Section 14 T79N R06W, NW'''A of the NE 'Y4 of Section 23 T79N published in said county,and R06W,NE 1/4 of the NW%of sec- tion 23 T79N RO6W In Johnson that a notice,a printed copy of County. Storm water runoff from Which is hereto attached,was ' this work will flow from roadway ditches to Ralston Creek.to the published in said paper Iowa River. Comments may be submitted to the Storm Water Discharge time(s),on the following date(s): Coordinator, Iowa Department of Natural Resources,Environmental �w N� rn, .2-O 0— Protectionret. Division, 502IA E. 9th Yl reDes Moines, E. 9th L--...-,t 0034. The public may reviewthe Notice of Intent from 8 a.m.to 4:30 p.m., p.m., Mondayaythrough Friday, at the above address after it has been received by the department. Legal Cle PC-6D,0007640 June 18,2012 Subscribednd sworn to bef re me 19 day of • /A�.D.20Ir� Notary Public ,p.1... . LINDA KROTZ Commission Number 732619 • My Comm'Issron Expires i • ;"�• . January 27,,2014 I . STATE OF IOWA • Counties of Linn and Johnson ss. • I, Tim McDougall, do state that I am the publisher PUBLICWATER DISCHARGE THE GAZETTE, a daily newspaper of general City of Iowa City plans to submit a No- tice of Intent to'Ihe Iowa Department of circulation in Linn and Johnson Counties, in Iowa. Natural Resources to be covered under NPDES General Permit No.2-"Storm I The notice, a printed copy of which is attached, was Water Discharge Associated with In- ' dusirial Activity for Construction Ac- tivities". inserted and published in THE GAZETTE newspaper The storm water discharge will be from street construction activities lo- in the issue(s) June 19th,2012 caged in the SW 1/4 of the SE 1/4 of Section 14 T79N R06W,NW 1/4 of the NE 1/4 of Section 23 T79N R06W, NE 1/4 of the NW 1/4 of section 23 T79N The reasonable fee for publishing said notice R06W in Johnson County.Storm water runoff from this work will flow from $13.45 roadway ditches to Ralston Creek to the Iowa River. . Comments may be submitted to the Storm Water Discharge Coordinator, - Iowa Department of Natural Resour- ces, Environmental Protection Divi- sion,502 E.9th Street,Des Moines,IA 50319-0334. The public may review the Notice of Intent from 8 a.m. to 4:30 p.m., Monday through Friday, at the above address after it has been re- ceived by the department This instrument was acknowledged by Tim McDougall�before me on June 19th, 2012 � Notary Public in and for the State of Iowa Diane Gustaf r * Commission Nurnbtr753222 My Commission om is i 20Exxpires June SNP Publish 6/25 NOTICE TO BIDDERS vLI.S.Highway 6 and Sycamore Street Intersection Improvements Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 P.M. on the 19th day of July, 2012. Sealed proposals will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 31st day of July, 2012, or at special meeting called for that purpose. The Project will involve the following: The construction of intersection improvements for U.S. Highway 6 and Sycamore Street. Project includes all materials, labor and equipment necessary for the completion of the project. Approximate project quantities include: 5,350 CY of excavation and embankment, 4,154 SY of 9" PCC and 10" PCC roadway pavement, 916 SY of 6" PCC sidewalk pavement, subdrain, storm sewer, 6 storm sewer structures, 910 LF of 12" water main, traffic signalization, 1435 TONS of 4" HMA Overlay, modular block retaining wall structure (heavy), pavement markings, erosion control, seeding, traffic control and miscellaneous related work. All work is to be done in strict compliance with the plans and specifications prepared by Foth Infrastructure and Environment, LLC, of Cedar Rapids, Iowa, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and mainte- nance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days following award of the contract, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent(100%) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of five (5) year(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Specified Start Date:August 13th, 201.2 Completion Date:April 30th, 2013 Liquidated Damages: $500.00 per day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at the office of the City Engineer of Iowa City 410 East Washington Street, Iowa City, Iowa 52240, by bona fide bidders. A $75.00 refundable fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to: Treasurer of the City of Iowa City, Iowa. The refund will be issued if re-useable plans and specifications are returned to the City of Iowa City within two weeks of the bid opening. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Economic Development at (515) 242-4721 and the Iowa Department of Transportation Contracts Office at(515)239-1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcon- tract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully re- quired under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK (01 V 06-19-12 11 Prepared by: Dave Panos, Civil Engineer, 410 E.Washington St., Iowa City, IA 52240(319)356-5145 RESOLUTION NO. 12-305 RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE U.S. HIGHWAY 6 AND SYCAMORE STREET INTERSECTION IMPROVEMENT PROJECT, ESTABLISHING AMOUNT OF BID SECURITY TO ACCOMPANY EACH BID, DIRECTING CITY CLERK TO PUBLISH NOTICE TO BIDDERS, AND FIXING TIME AND PLACE FOR RECEIPT OF BIDS. WHEREAS, notice of public hearing on the plans. specifications, form of contract and estimate of cost for the above-named project was published as required by law, and the hearing thereon held. WHEREAS, funds for this project are available in the Sycamore Street - Highway 6 to City Limits account# 3811. NOW, THEREFORE. BE IT RESOLVED BY THE COUNCIL OF THE CITY OF IOWA CITY, IOWA THAT: 1. The plans, specifications, form of contract, and estimate of cost for the above-named project are hereby approved. 2. The amount of bid security to accompany each bid for the construction of the above- named project shall be in the amount of 10% (ten percent) of bid payable to Treasurer, City of Iowa City, Iowa. 3. The City Clerk is hereby authorized and directed to publish notice, not less than 4 and not more than 45 days before the date for filing the bids, for the receipt of bids for the construction of the above-named project in a newspaper published at least once weekly and having a general circulation in the city. 4. Sealed bids for the above-named project are to be received by the City of Iowa City, Iowa. at the office of the City Clerk at the City Hall. before 2:30 pm on the 19'h day of July. 2012. At that time, the bids will be opened by the City Engineer or his designee, and thereupon refered to the City Council of the City of Iowa City, Iowa, for action upon said bids at its next meeting, to be held at the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, at 7:00 p.m. on the 3155 day of July, 2012, or at a later date and/or time as determined by the Director of Public Works or designee. Passed and approved this 19th day of June , 2012. A- Mayor Approved by: `�, G4-7-/•`ATT E ST:/� ti4 CityClerk City Attorney's Office Resolution No. 12-105 Page 2 • It was moved by nobync and seconded by 11i rkens the Resolution be adopted,and upon roll call there were: AYES: NAYS: ABSENT: x Champion x Dickens x Dobyns x Hayek g Mims x Payne g Throgmorton Printer's Fee$ a•alo CERTIFICATE OF PUBLICATION STATE OF IOWA, OFFICIAL PUBLICATION NOTICE OF PUBLIC HEARING TO ALL TAXPAYERS OF THE CITY JOHNSON COUNTY,SS: OF IOWA CITY, IOWA, AND TO OTHER INTERESTED PERSONS: . Public notice is hereby given THE IOWA CITY PRESS-CITIZEN that the City Council of the City of Iowa City, Iowa, will conduct a public hearing on plans,specifica- FED.ID#42-0330670 tions, forms of contract and esti- mated costs for the construction of the: 012._ �'�'�� 1.U.S.Highway 6 and Sycamore � I, K04Street Intersection Improvement Project 2.2012 Muscatine Avenue being duly sworn,say that I am P teed Main Improvements the legal clerk of the IOWA CITY 3.Highway 1 Trail Project - Orchard Street to Sunset PRESS-CITIZEN,a newspaper Street 4.Public Works Complex - published in said county,arid Warm Storage Building Project that a notice,a printed copy of in said city at 7:00 p.m. on the 19th day of June, 2012, said which is hereto attached,was meeting to be held in the Emma J. Harvat Hall in the City Hall, published in said paper__/_____ 410 E.Washington Street in said city, or if said meeting is can- time(s),on the following date(s): celled,at the next meeting of the City Council thereafter as post- ed by the City Clerk. T ,J _ ( • (L Said plans,specifications,forms ��� of contract and estimated costs /_ are now on file in the office of the / ' City Clerk in the City Hall in Iowa - City, Iowa, and may be inspected NEW • by any interested persons. Any interested persons may Legal C ' appear at said meeting of the City Council for the purpose of making objections to and comments con- Subscribed and sworn to cerning said plans, specifications, contracts or the costs of making bef a me this �` day of said improvements. A.D.20 It . . ThisCnoticeoist givenhy order the City Council of the City of Iowaof City,Iowa and as provided by law. MARIAN K.KARR,CITY CLERK ���� I K4000oon13 June 11,2012 111.10.10.011.11.1111110 Notary Public IFAb� o LINDA KROTI IFI, Commission Ntimber732619' My Commission Expires . January 27,2014 -- \..s.) \73 )v Printer's Fee$ iy.c141 v �-.- 5 yr o r„*..._ CERTIFICATE OF PUBLICATION M STATE OF IOWA, r 0 JJOHNSON COUNTY,SS: PUBNOTICE OF STORM WATER DISCHARGE THE IOWA CITY PRESS-CITIZEN City of IowaOFFICIAL City plansPUBLICATION to submit a Notice of Intent to the Iourceswa Department of Natural o FED•ID##42-0330670 to be covered under ResNPDES General Permit No. 2 - "Storm Water Discharge Associated with I /J O l'n Industrial Activity for Construction /S1 (�(fi�/ � �7/' Activities". ' The storm water discharge wilt he from street construction activities being duly sworn,say that I amlocated in the SW/a of the SE'A of Section 14 T79N ROGW, NW Y of the legal cleric of the IOWA CITY R06W,NEthe NE 4Y.of of She tNW y,of sec- tion •PRESS-CITIZEN,a newspaper tion 23 TT9N RO6W in Johnson 'County. Storm water runoff from published in said county,and this work will flow from roadway ditches to Ralston Creek to the that a notice,a printed copy of Iowa River. Comments may be submitted to which is hereto attached,was he Storm Water Discharge Coordinator, Iowa Department of published in said paper Natural Resources, Environmental time(s), 5on the following date(s): Protection Division, 502 E. 9th Street, Des Moines, re ew the 0034. The public may review the • Notice of Intent from a e.m.to 4:30 ' 9 _ # _ p.m., Monday through Friday, at / I the above address after it has been Ar - received by the department. fin -• PLE000007686 June 18,2012 Legal flt lc Subscribed and sworn to befe me this /4 day of (U4y�„1..0 �� p� A.D20 /� • Notary Public a,e • LINDA KROTZ %. Commission Number 132$19 My CwnmisSion Expiry a •January 27,2014 Qrq ado ) Prepared by:Dave Panos,Civil Engineer,410 E.Washington St., Iowa City, IA 52240(319)356-5415 RESOLUTION NO. 12-326 RESOLUTION AUTHORIZING THE MAYOR TO SIGN AND THE CITY CLERK TO ATTEST A COOPERATIVE AGREEMENT BETWEEN THE IOWA DEPARTMENT OF TRANSPORTATION AND THE CITY OF IOWA CITY FOR HIGHWAY 6 AND SYCAMORE STREET INTERSECTION IMPROVEMENTS [STPN-6-7(84)--2J-52]. Whereas, the City of Iowa City, Iowa has negotiated a cooperative agreement with the Iowa Department of Transportation, said agreement being attached to this Resolution and by reference made a part hereof; and Whereas, the Cooperative Agreement is designated as agreement number 2012-16-205; and Whereas, the City Council deems it is in the public interest to enter into said agreement with the Iowa Department of Transportation for reimbursement of costs to construct the Highway 6 and Sycamore Street Intersection Improvements. NOW, THEREFORE, BE IT RESOLVED BY THE COUNCIL OF THE CITY OF IOWA CITY, IOWA: 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 between the City of Iowa City and the Iowa Department of Transportation in duplicate. Passed and approved this 10th day of July , 2/012. � Mayofr ` ATTEST: ?ran,/ k ``//• X Approved by:� City erk City Attorney Office Resolution No. 12-326 Page 2 It was moved by Mims and seconded by Payne the Resolution be adopted,and upon roll call there were: AYES: NAYS: ABSENT: g Champion g Dickens x Dobyns Hayek g Mims Payne g Throgmorton March 2010 IOWA DEPARTMENT OF TRANSPORTATION Cooperative Agreement For Primary Road Project County Johnson City Iowa City Project No. STPN-6-7(84)-2J-52 Iowa DOT Agreement No. 2012-16-205 Staff Action No. This Agreement, is entered into by and between the Iowa Department of Transportation, hereinafter designated the "DOT', and the city of Iowa City, Iowa, a Local Public Agency, hereafter designated the "LPA"in accordance with Iowa Code Chapters 28E, 306, 306A and 313.4 as applicable; The LPA proposes to establish or make improvements to U.S.6 within Johnson County, Iowa; and The LPA and the DOT are willing to jointly participate in said project, in the manner hereinafter provided; and The LPA and the DOT previously entered into the following agreement(s) for the above referenced project: Agreement No. 6-10-USTEP for an Urban State Traffic Engineering Program (U-STEP) project was executed by the DOT and LPA on May 9,2011 and April 19, 2011 respectively; and This Agreement reflects the current concept of this project which is subject to modification by mutual agreement between the LPA and the DOT; and Therefore, it is agreed as follows: 1. Project Information a. The LPA shall be the lead local governmental agency for carrying out the provisions of this agreement. This agreement is intended to outline provisions related to the associated pavement preservation(3R)work included in the project outlined in Section 1.c. b. All notices required under this agreement shall be made in writing to the DOT's and/or the LPA's contact person.The DOT's contact person shall be the District 6 Area Engineer.The LPA's contact person shall be the City Engineer or its consultant. c. The LPA shall be responsible for the development and completion of the following described primary highway project: Hot Mix Asphalt(HMA) overlay and signals on U.S. 6 at the intersection of Sycamore Street. The project provides for westbound and eastbound offset turn lanes and an eastbound right turn lane on U.S. 6; construction of left turn lanes on Sycamore Street new traffic signals; and two ADA compliant pedestrian ramps.The project also includes 3R improvements from Sta.216+10 to Sta. 228+18 including full depth pavement repair patching; longitudinal subrains; a 4-inch HMA overlay; 8-foot wide paved shoulders; and painted pavement markings. 3R improvements include only the roadway sections of the existing traffic lanes. See Exhibit A for location. 2012-16-205 IowaCity.docx 1 March 2010 2. Project Costs a. The LPA will bear all costs except those allocated to the DOT under other terms of this Agreement. b. The DOT shall contribute an estimated$265,920 toward the project costs which represents 100% of the cost for 3R improvements as provided for in the project description in Section 1.c.and shown as Division 3 on the attached Exhibit B.The amount paid by the DOT upon completion of construction and proper billing by the LPA will be determined by the actual quantities in place and the accepted bid at the contract letting. c. Cost sharing for Division 1 as shown on the attached Exhibit B shall be as described in previously executed Agreement 6-10-USTEP-21. Costs shown as Division 2 shall be the responsibility of the LPA. 3. Environmental,Right-of-Way, Permits and Other Requirements a. The LPA shall be responsible for obtaining any necessary permits from the DOT,such as the Right to Occupy and/or Perform Work Within the Right-of-Way, Permit of Access, Utility Accommodation, Right to Install and Maintain Traffic Control Devices, or other construction permits required for the project prior to the start of construction. Neither the approval of funding nor the signing of this Agreement shall be construed as approval of any required permit from the DOT. b. The LPA shall obtain all project permits and/or 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, or other State or Federal agencies as may be required. c. If right-of-way is required for the project,the LPA shall acquire the necessary right-of-way in accordance with 761 Iowa Administrative Code Chapter 111, Real Property Acquisition and Relocation Assistance. The LPA shall submit preliminary right-of-way plans to the DOT's Office of Right-of-way for review and approval prior to the commencement of any acquisition. d. Additionally, the portions right-of-way acquired for improvements to the Primary Road System shall be acquired in the name of the State of Iowa.The LPA will properly close the sale of each parcel and shall furnish the DOT copies of all completed contracts,deeds, conveyances and condemnation documents(for state right of way). e. If there is a railroad crossing within or near the project work area,the LPA shall obtain the necessary approvals or agreements from the railroad to allow the proposed work to be completed on or around the railroad crossing and/or right-of-way. f. If the project requires utility relocations,subject to the approval of and without expense to the DOT, the LPA agrees to perform or cause to be performed all relocations, alterations,adjustments or removals of existing utility facilities, including but not limited to power,telephone lines, fiber optics lines, natural gas pipelines,water mains and hydrants, curb boxes, utility accesses, storm water intakes,sanitary sewers, and related poles, installations and appurtenances,whether privately or publicly owned, and all parking meters,traffic signals and other facilities or obstructions which are located within the limits of an established street or alley and which will interfere with construction of the project and the clear zone.All utility relocations shall be accomplished in accordance with the DOT's Utility Accommodation Policy, as set forth in 761 Iowa Administrative Code, Chapter 115. 2012-16-205 lowaCity.docx 2 March 2010 g. If the LPA has completed a Flood Insurance Study(FIS)for an area which is affected by the proposed Primary Highway project and the FIS is modified, amended or revised in an area affected by the project after the date of this Agreement,the LPA shall promptly provide notice of the modification, amendment or revision to the DOT. If the LPA does not have a detailed Flood Insurance Study(FIS)for an area which is affected by the proposed Primary Highway project and the LPA does adopt an FIS in an area affected by the project after the date of this Agreement, the LPA shall promptly provide notice of the AS to the DOT. 4. Project Design a. The LPA or its consultant shall be responsible for the design of all proposed improvements. b. The project plans,specifications and engineer's cost estimate shall be prepared and certified by a Professional Engineer licensed to practice in the State of Iowa. c. All proposed highway or street improvements shall be designed using good engineering judgment and the American Association of State Highway and Transportation Officials(AASHTO)"Policy on Geometric Design of Highways and Streets", (latest edition). d. The project design shall comply with the"Manual on Uniform Traffic Control Devices for Streets and Highways", by the Federal Highway Administration, as adopted by DOT,as per 761 Iowa Administrative Code, Chapter 130. 5. Bid Letting a. The LPA shall submit the plans, specifications, and all other contract documents for review and approval prior to letting by the LPA. The project may be submitted for letting in phases, in the order of preference as determined by the LPA. The DOT shall review said submittal(s)recognizing the LPA's development schedule and shall, after satisfactory review, authorize in writing the LPA to proceed with implementation of the project. b. For portions of the project let to bid,the LPA shall conduct the project bid letting in compliance with applicable laws, ordinances, and administrative rules. The LPA shall advertise for bidders, make a good faith effort to get at least three(3)bidders, hold a public letting and award contracts for the project work. DOT concurrence in the award must be obtained prior to the award.The LPA shall provide the DOT file copies of project letting documents within five(5)days after letting. c. The LPA shall include in their Notice to Bidders that Sales Tax Exemption Certificates will be issued, as provided for by Iowa Code section 423.3, subsection 80. The LPA shall be responsible for obtaining the sales tax exemption certificates through the Iowa Department of Revenue and Finance. The LPA shall issue these certificates to the successful bidder and any subcontractors to enable them to purchase qualifying materials for the project free of sales tax. 6. Construction& Maintenance a. The LPA shall be responsible for all future maintenance of the modular block retaining wall constructed as part of project. b. The LPA shall be responsible for the daily inspection of the project, including the compilation of a daily log of materials, equipment, and labor used on the project. 2012-16-205 lowacity.docx 3 March 2010 c. The LPA shall comply with the procedures and responsibilities for materials testing and construction inspection according to DOT's Materials Instructional Memorandums(I.M's)and the Construction Manual. If requested,the DOT may be able to perform some testing services. If performed,the DOT will bill the LPA for testing services according to its normal policy. d. The work on this project shall be in accordance with the approved plans and specifications.Any substantial modification of these plans and specifications must be approved by the DOT prior to the modification being put into effect. e. The LPA, in cooperation with the DOT,will take whatever steps may be required with respect to alteration of the grade lines of the new highway facilities constructed under the project in accordance with Iowa Code section 364.15. The DOT and LPA will work together to minimize potential impacts to properties that may occur as a result of the project. f. Subject to the provisions hereof,the LPA in accordance with 761 Iowa Administrative Code sections 150.3(1)c and 150.4(2)will remove or cause to be removed all encroachments or obstructions in the existing primary highway right of way. The LPA will also prevent the erection and/or placement of any structure or obstruction on said right of way or any additional right of way which is acquired for this project including but not limited to private signs, buildings, pumps, and parking areas. g. With the exception of service connections no new or future utility occupancy of project right-of-way, nor any future relocations of or alterations to existing utilities within said right-of-way(except service connections),will be permitted or undertaken by the LPA without the prior written approval of the DOT.All work will be performed in accordance with the Utility Accommodation Policy and other applicable requirements of the DOT. h. New lighting and/or traffic signal construction for this project shall be provided under guidelines established in 761 Iowa Administrative Code Chapter 150.The LPA shall construct traffic signal installations as part of the USTEP project.The cost share for construction of said signals shall be as previously outlined in Agreement 6-10-USTEP-21. If constructed, the LPA shall accept ownership of and responsibility for future energy and maintenance costs of those lighting and/or traffic signal units which lie within the corporate boundaries. i. Upon completion of the project, no changes in the physical features thereof will be undertaken or permitted without the prior written approval of the DOT. j. After the project construction is complete and prior to final acceptance of the project by the DOT,the LPA shall furnish three sets of"as-built"plans to the Dot's contact person. k. Future maintenance of the primary highway within the project area will be carried out in accordance with the terms and conditions contained in 761 Iowa Administrative Code Chapter 150. 7. Traffic Control a. U.S. 6 through-traffic will be maintained during the construction. b. 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"as per 761 Iowa Administrative Code, 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. 2o12-16-205 lowacity.docx 4 March 2010 8. Payments and Reimbursements a. The LPA shall be responsible for making initial payments for all project costs incurred in the development and construction of the project. After payments have been made,the LPA may submit to the DOT periodic itemized claims for reimbursement for eligible project activities. Reimbursement claims shall include certification by a Professional Engineer licensed to practice in the State of Iowa that all eligible project activities for which reimbursement is requested have been paid in full and completed in substantial compliance with the terms of this agreement. b. The DOT shall reimburse the LPA for properly documented and certified claims for eligible project activity costs, less a withholding of 5%of the Federal and/or State share of construction costs, either by state warrant or by crediting other accounts from which payment may have been initially made. If upon final audit,the DOT determines the LPA has been overpaid,the LPA shall reimburse the overpaid amount to the DOT. After the final audit or review is complete and after the LPA has provided all required paperwork,the DOT will release the Federal or State funds withheld. c. Upon completion of the project, a Professional Engineer licensed to practice in the State of Iowa shall certify in writing to the DOT that the project activities were completed in substantial compliance with the plans and specifications set out in this agreement. Final reimbursement of State and/or Federal funds shall be made only after the DOT accepts the project as complete. 9. General Provisions a. The LPA shall maintain records, documents, and other evidence in support of the work performed under the terms of this agreement. All accounting practices applied and all records maintained will be in accordance with generally accepted accounting principles and procedures. Documentation shall be made available for inspection and audit by authorized representatives of the DOT and/or the Federal Highway Administration(FHWA), or their designees at all reasonable times. .The LPA shall provide copies of said records and documents to the DOT upon request.The LPA shall also require its contractors to permit authorized representatives of the DOT and I or the FHWA to inspect all work materials, records, and any other data with regard to agreement related costs, revenues and operating sources. Such documents shall be retained for at least 3 years from the date of FHWA approval of the final amendment/modification to the project in the FHWA's Fiscal Management Information System (FMIS). Upon receipt of such approval by FHWA,the DOT will notify the LPA of the record retention date. b. In accordance with Iowa Code Chapter 216,the LPA shall not discriminate against any person on the basis of race, color, creed, age,sex,sexual orientation, gender identity, national origin, religion, pregnancy, or disability. c. The LPA agrees to indemnify, defend and hold the DOT 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 DOT's application review and approval process, plan and construction reviews,and funding participation. d. If any part of this agreement is found to be void and unenforceable then the remaining provisions of this agreement shall remain in effect. e. This agreement is not assignable without the prior written consent of the DOT. f It is the intent of both(all) parties that no third party beneficiaries be created by this Agreement. 2012-16-205 lowaCity.docx 5 March 2010 g. In case of dispute concerning the terms of this agreement,the parties shall submit the matter to arbitration pursuant to Iowa Code Chapter 679A. Either party has the right to submit the matter to arbitration after ten(10)days notice to the other party of their intent to seek arbitration.The written notice must include a precise statement of the disputed question.The DOT and the LPA agree to be bound by the decision of the appointed arbitrator. Neither party may seek any remedy with the State or Federal courts absent exhaustion of the provisions of this paragraph for arbitration. h. This Agreement may be executed in(two)counterparts, each of which so executed will be deemed to be an original. i. This Agreement, as well as the unaffected provisions of any previous agreement(s),addendum(s), and/or amendment(s); represents the entire Agreement between the LPA and DOT regarding this project.All previously executed agreements will remain in effect except as amended herein. My subsequent change or modification to the terms of this Agreement will be in the form of a duly executed amendment to this document. • 2012-16-205 IowaCity.docx 6 INCOMPLETE DOCUMENT A SIGNATURE/SIGNATURES IS MISSING ON THE FOLLOWING PAGE March 2010 IN WITNESS WHEREOF, each of the parties hereto has executed Agreement No. 2012-16-205 as of the date shown opposite its signature below. CITY OF IOWA CITY: By: Date July 1 , 2012. Title: Mayor I, Mari an K. Karr certify that I am the Clerk of the City, and that Matthew J. Hayek who signed said Agreement for and on behalf of the City was duly authorized to execute the same on the 1 rl rt,day of July ,20 12. Signed: /!�/t2tG�a� ?� - 1.4244) City erk of Iowa City, Iowa. Approved By City Attorney's Office • IOWA DEPARTMENT OF TRANSPORTATION: By: Date 20—. James R. Schnoebelen District Engineer District 6 2012-16-205 IowaCity.docx 7 EXHIBIT A Location Vap STPN-6-7(84 )--2J -52 Intersection Improvement & HMA Resurfacinc Begin Project End Project MP 253.40 MP 253.70 C3 CD o , / il n • 2 Int t• Mum.m 3 I. t R IIirigneg anus „ I t _ SW4Ii lir tcoining l �III asm tatea1111111 -tIiNlsA I Il ri -�� : �: N.��'��1� ,:-®ice® 1111 ®®®E®Irak O Ee .1 immaimm tix. w,mm r- 7-quntrisimmingp 4, Ar ,..40, ......... { b _ -. ryclw' LNL :i .• . N • lir (Eir it 1b, `"i:°/ - n. m rut �� ° . 2z d, oe y Wa.K N IOWA CITY IOWA • SCALE IN MILES Wilillinin I) OJ 0.2 0.3 o. 0.5 0.75 1.0 laaafaaraaaak 0 P1 0.2 0.3 0.4 0.5 .0 15 2.0 imma nsw, SCALE IN KILOMETERS • a um or laaaaaaaak - ■■.. 2012-16-205IowaCity EXHIBIT B OPINION OF COSTS Sycamore Street and US.Highway 6 t } Intersection Improvements -.14-7.21e.- - Iowa DOT No. UST-006-7(82)-0.0-52 - -T.--- City ofIowa City No.3211-034710 M;� - CITY OFIOIVACITY Bid Date:March 23,2012 DIVISION I(CFV 1-USTEP) DIVISION 2(CITY II-NON-PART) DIVISION 3(IDOT3R-PART) TO AL REM NO. ITEM CODE ITEM DESCRIPTION UNIT UNIT PRICE QUANTITY SUBTOTAL QUANTITY SUBTOTAL QUANTITY SUBTOTAL QUANTITY TOTAL 1 2102-0425071 SPECIAL BACKFILL CV 1500 354 $ 12,39020 - 354 12360.60 2 2102-2710070 EXCAVATION,CL I0,ROWY+BORROW CY 8.00 5350 $ 42,80002 - 5350 42,800.00 3 2102-271008E EXCAVATION,CL 10,UNSUITIUNSrABLE MAIL CY 60,40 500 $ 30. .0] - 500 30.00000 4 21054425015 TOPSOIL,STRIP.SALVAGE4SPRFAD CY _ 7.00 536 5 3,752.00 - 536 3,752W 5 2115-0100000 MODIFIED SUBBASE CV 35.00 400 $ 14210.00 119 4,16500 •- 525 15,375W 6 2122-5500050 PAVED SHLO.HMA,6" SY - 9,00 '5 - 2192 56,99200 2192 56,99200 7 2123-7450020 SHLD FINISH.EARTH STA 300.0 20 5 8,00000 20 600060 8 2212-5070310 PATCH.FULL-DEPTH REPAIR SY 70.00 6 150 10,500.00 150 10,500.00 9 2212-5070330 PATCH BY COUNT(REPAIR) EACH 225.50 $ 10 2,25000 10 2,250.0) 10 2301-1033090 STD/SF P00 PAVT,CL C CL 3,9" SY 40.00 400 $ 18,40000 1641 65640.00 2101 84,040,00 11 2301-1033100 81'OI6FPCC PAW,CL a CL 3,10' SY 45.00 2063 $ 92,38500 - 2053 92385.00 12 2301-4875006 MEDIAN,FCC,C SY _ 50.00 225 5 11,25000 - 225 11,2500 13 2301-4911722 FCC PAVT SAMPLE L5 3,00000 as $ 1,50000 0.5 1,500.00 1 3,00000 14 2301-7000110 PAY AOJ IN-PCC PAVT THICKNESS EACH 5,300.00 0.5 $ 2,650.00 0.5 2.650.00 1 5,30260 15 2303.00415000 HMA(3M ESAL)BASE,12" TON 50.00 $ 334 20,00000 334 20040,03 16 2303-042500 HMA(3M ESAL)INTERMEDIATE,BY' TON 400 $ 534 2136000 534 21,360..00 17 2303-0043503 HMA(3M ESAL)SURF,112",ERIC L-3 TON 60.00 5 567 34,020.00 567 34,020.00 18 2303-02450.10 ASPH BINDER,P06428 TCN 500.0 $ 87 52,20050 87 52,260.00 19 2303-6911003 HMA PAVT SAMPLE LS 3,600.00 $ 1 3,010.00 1 3,060.00 20 230/9093010 HMA,DRIVEWAY 51' 3500 5 008 26,28050 - 808 28280.00 21 2316-7000120 PAYADJ 1/13-HMA PAVT SMOOTHNESS EACH 6,000.00 $ 1 6,00001 6,010.00 22 2401-6750001 REMVL LS 10,000.00 0.5 $ 5, 000 0.5 5,00000 1 6010,000.00 23 2414-6460000 ORNAMENTAL METAL RAIL LF 300.0 $ 626 187,8000 626 187,60260 24 2416-0100024 APRON,CONC,24" EACH 2060.0 5 1 2,00050 1 2.000.60 25 2430-0000100 MODULAR BLOCK RETAIN WALL SF 25.00 _$ 30 75000 30 750.00 26 2435-0140148 MANHOLE,STORM SWR,SW-401,48" EACH 2000,0 5 1 2,00000 1 2,00000 27 2435-0250700 INTAKE,SW-507 EACH 2,00.00 $ 2 5,000.00 - 2 5,000.00 20 2435-0251300 INTAKE,SW-500 EACH 2,500.00 $ 2 500000 - 2 5,00.0 29 2435-0050904 INTAKE,SW-5088,TOP AND INSERT ONLY EACH 1.600.00 $ 1 1,500.00 1 1,500.0 30 2502-8212034 SUBDRAIN,LONGITUDINAL,(SHIM)4" LF 6.00 5 2500 15,600.00 2500 15,00.0 31 2502.8212038 SUSDRAIN,LONGITUDINAL,(SMW)6" LF 6.00 808 5 6,46400 008 6,484,0 32 2502.8220193 SUUBDRAINOUTLET(RF-19C) EACH 15003 $ 1 150.60 1 150.0 33 25020220166 SUBORAIN OUTLET(RF-19E) EACH 175.00 2 $ 350.00 6 1.0.5050 8 1.400.60 34 2503-0114215 STORM SWR GMAIN,TRENCHED,RCP 20000,15" LF 35,60 $ - 11 385.00 11 30860 35 2503-0114224 STORM SNR GMAIN,TRFNCHED,RCP 20000.24" LF 50.00 5 - 64 3200,00 64 3,20000 36 2507-6803061 REVEIM BST,CLASS TON 3500 5 - 18 630.00 18 630.00 37 25106745550 RMVLOF PAVT 51' 9.00 294 $ 2,352.60 1654 1592.00 1948 15$84.03 38 2511-6745900 RMVL OFSIDEWALK SY 6.00 5 460 2760.00 460 2,76,00 39 2511-7526004 SIDEWALK PDC,4' SY 2800 22 $ 616.0 - 22 6150 40 2511-7526006 SIDEWALK,FCC,6" SY 30.60 36 $ 1,080.00 880 26,400.50 916 27,48000 41 2511-7528101 DETECTABLEWARNING-CURB RAMP SF 35.00 84 5 2,940.0 84 2,940.0 42 25121725256 CURB+GUTTER,FCC,2.5' LF 30.00 $ - 631 19,830.00 681 19630.00 43 2512-1725906 CURB+GUTTER,FCC,3.0' IF 40.00 450 $ 16,03.00 450 18,060.00 44 2515-2475007 DRIVEWAY.FCG,7" SY 35.00 $ - 253 8,855.0 253 8,655.00 45 25156745600 RMVL OF PAVED DRIVEWAY BY 8.00 $ 1236 9,83850 1236 9,880.60 46 2518-691000 SAFETY CLOSURE EACH 260.0 2 $ 400I0 - 2 40000 47 2516330000 FENCE,SAFETY LF _ 3.00 $ - 750 2,2`0.00 750 4B 25250000100 TRAFFIC SIGNALIZATION LS - 130...10 1 $ 130,000.00 - 1 130,000.60 49 25280600120 RMVL OF TRAFFIC SIGNALIZATION LS 3,500.00 1 _$ 3,500.00 1 3,500.00 50 2526-8285000 CONSTRUCTION SURVEY LS 10.010.00 0.5 5 5,010.60 0.25 2,500.00 025 256000 1 10,00050 51 2527-9263109 PAINTED PAW MARK,WATERBORNE/SOLVENT STA 30.60 $ - 146 444.00 14.0 444.00 52 2527-9263117 PAINTED PAVT MARK,DURABLE STA 90.00 28.1 _S 234960 825 7,49.00 108.6 9,77400 53 2527-9263138 PAINTED SYMBOL+LEGEND EACH 100.00 $ 3 36050 3 300.0 54 2527-9263143 PAINTEDSYMBOL+LEGEND,DURABLE EACH 205.00 6 $ 1220.00 - 9 1.84500 16 3,075.00 55 25288445110 TRAFFIC CONTROL LS 20.060.0 0.5 $ 10,000.03 0.9 5,000.00 0.25 5.000.00 1 9,060,60 59 25288445113 FLAGGER EACH 350.00 10 $ 3,5050 5 1,750.00 5 1750.00 20 7,010.00 57 25314980005 MOBILEATION LS 60,00050 0.5 $ 40500.60 025 20,00050 0.9 20,000.00 1 80,000,00 50 2542.106010 CRACK&JOIT CLEAN&BEAL(FCC PAVT) MILE 4500.00 $ - 0.42 18,900.00 - 0.42 10,600.00 59 2542-1007003 SEALER MATERIAL(PCC PAVT) LB 150 $ - 1975 1,756 _ 1975 1,975.00 - 060 R4w660011112012 2012-16-205 I owaCity PoaOt D60PM10I]I]L201x X4CRYEV%mtIW2DTtzp[ODesIq,OSamAc@¢LFsombn.:t30faaOSePSme2011112 EXHIBIT B ONISION I(CITY 1-USIEP) DIVISION 2(CITY II-NON-PARA DIVISION 3(IDOT 3R PART) TOTAL ITEM NO. REM CODE ITEM DESCRIPTION UNIT UNIT PRICE QUANTITY SUBTOTAL QUANTITY SUBTOTAL QUANTITY• SUBTOTAL QUANTRY TOTAL - 50 25540112012 WATER MAN.TRENCHED,DIP,12' LF $ 7500 $ 910 $ 60,250.00 $ B10 $ 68250.00 61 2554-0203000 FITTINGS BY WEIGHT,DI LB $ 5.50 $ 1112 $ 6,118.00 $ 1112 $ 6,116.00 62 2554-0266000 VALVE.BUTTERFLY.DIP.16' EACH $ 2,500A0 5 2 $ 5.OD.60 $ 2 $ 5,000.03 63 2554-02!7012 VALVE,GATE,DIP.12 EACH $ 1,50000 $ 5 7.600.00 $ $ $ 7,500.00 84 25540210201 FIRE HYDRANT ASSEMBLY,VJM201 EACH $ 3,500.00 $ 2 7.000.00 $ 2 $ 7000.00 65 2599-9999045 REMOVAL OF FIRE HYDRANT EACH $ 500.00 $ 2 1.000.00 $ 2 $ 1,000.00 66 25948999005 BUS STOP SHELTER.REMOVE AND REINSTALL EACH $ 5,000.00 $ 1 $,03].00 S 1 $ 5.00000 67 2599-9999005 SUBCRAIN,CLEANOUTS,6 IN.PVC,TYPE A-1 EACH S 350[0 2 $ 102.90 $ 2 $ 703.00 68 2599-9999049 REMOVAL OF WATER MAIN LF $ 15.00 $ - 375 5,62500 $ 375 $ 5,525.00 69 2599.9999010 MODULAR BLOCK RETAINING WALL(HEAVY) LS 5 370,000,03 $ - 1 370,000.00 5 1 $ 370,000.03 70 25939999010 INTERMEDIATE FOUNDATION FOR MODULAR BLOCK RET LS 9 60,000.00 $ - 1 60000.00 S 1 $ 60.000.00 71 2599-0999010 REMOVAL OF EXISTINGRETAINNOWALL L6 5 16,00000 $ - 1 16,000.00 $ 1 $ 16,000.00 72 25999999010 IT/TRAFFIC SIGNAL INTERCONNECT LS $ 35000.00 9 1 35,000.00 $ 1 $ 35.00000 73 2599-9999010 CONSTRUCTION EROSION CONTROL LS $ 5,000.00 0.5 $ 2,50400 025 1,250.00 025 $ 1,250.00 74 2501-2634150 MULCH,WOOD CELLULOSE FIBER ACRE $ 1500,00 0.81 $ 1,21500 059 $ 1,035.00 1.5 $ 2,25000 75 2601-2035044 SEED♦FERTILIZE(URBAN) ACRE $ 2,200.00 0.91 $ 1,782.03 059 $ 1,61800 1.5 $ 3,30400 76 2601-2638352 SLOPE PROTECTION,WOOD EXCELSIOR SD $ 15,00 175 5 2625.00 $ 175 $ 2,625.00 77 2601-2842120 STABILIZE CROP-SEED.FERTILIZE(URBAN) ACRE $ 1,500.00 0.01 $ 1,215.0 O.69 $ 1,035.00 1.5 5 2250.00 78 2602.1000020 SILT FENCE LF `5 200 500 $ 1,000.W $ - 500 $ 1,00000 79 26029000050 RMVL OF SILT FENCE LF -.$ 0.50 500 $ 250.00 $ - 500 $ 250.00 80 2602-0000090 CLEAN-GUT OF SILT FENCE LF $ 1.00 500 $ 500.00 $ - 500 5 500.00 SUBTOTAL CONSTRUCTION $ 479,905.00 1038,325.0 $ 265,920.00 $ 1,777,15400 TOTAL PROJECT COSTS $ 1,777,150.00 • Oho RgmS00001012 Pap 2 O¢oRhle±21.012012 2012-16-205_IowaCity XICRVEI201M11002-00111000 Neon Data ca4Cala,E•Ilme.,,°u2015022SHn659A,meo,5 07-3f-12 11 Prepared by: Dave Panos,410 E.Washington St., Iowa City, IA 52240(319)356-5145 RESOLUTION NO. 12-361 RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE MAYOR TO SIGN AND THE CITY CLERK TO ATTEST A CONTRACT FOR CONSTRUCTION OF THE U.S. HIGHWAY 6 AND SYCAMORE STREET INTERSECTION IMPROVEMENT PROJECT. WHEREAS, Peterson Contractors, Inc., of Reinbeck, Iowa has submitted the lowest responsible bid of$ 1,845,737.04 for construction of the above-named project; and WHEREAS, funds for this project are available in the Sycamore St-Hwy 6 to City Limits account# 3811. 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 Peterson Contractors, Inc., subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 2. The Mayor is hereby authorized to sign and the City Clerk to attest the contract for construction of the above-named project, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 3. The City Engineer is authorized to execute change orders as they may become necessary in the construction of the above-named project. Passed and approved this 31st day of July , 20 12 MAYOR Approved by ATTEST: 7) �.���__,. a�� . ? c •-? - 1. C RK City Attorney's Office It was moved by Dobyns and seconded by Dickens the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: x Champion x Dickens X Dobyns Hayek X Mims X Payne X Throgmorton OFFICIAL PUBLICATION and labor, end also protect and NOTICE TO BIDDERS save harmless the City from all U.S.Highway 6 and Sycamore claims and damages of any kind Street caused directly or indirectly by the Printer's Fee$ %-(s.3a Intersection Improvements operation of the contract,and shall Sealed proposals will be received also guarantee the maintenance of by the City Clerk of the City of Iowa the improvement for a period of CERTIFICATE OF PUBLICATION City, Iowa, until 2:30 R.M. on the five (5) year(s) from and after Its 19th day of July, 2012. Sealed completion and formal acceptance proposals will be opened Immedi- by the City Council. STATE OF IOWA, atelythereafterbytheCityEngineer The following limitations shall or designee.Bids submitted by fax apply to this Project: machine shall not be deemed a Specified Start Date:August 13th. JOHNSON COUNTY,SS: "sealed bid" for purposes of this 2012 Project. Proposals received after Completion Date:April 30th 2013 this deadline will be returned to the Liquidated Damages:$500.00 ger THE IOWA CITY PRESS-CITIZEN bidder unopened. Proposals will day be acted upon by the City Council The plans,specifications and pro- at a meeting to be held in the posed contract documents may be FED.ID#42-0330670 Emma J. Harvat Hall at 7:00 P.M. examined at the office of the City on the 31st day of July,2012,or at . Clerk. Copies of said plans and special meeting called for that pur- specifications and form of proposal 1, R ori.2 st.✓Arei Z pose. blanks may be secured at the The Project will involve the follow- office of the City Engineer of Iowa Ing: City 410 East Washington Street, beingdulythat I The construction of intersection Iowa City, Iowa 52240, by bona sworn f say am improvements for U.S. Highway 6 fide bidders. thele al cleric of the IOWA CITY and Sycamore Street. Project A $75.00 refundable fee is gincludes all materials, labor an al for each set of plans and PRESS-CITIZEN,a newspaper equipment necessary for the com- specifications provided to bidders P P pletion of the project. Approximate or other interested persons. The in said county, project quantities include: 5,350 fee shall be in the form of a check, publishedCY of excavation and embank- made payable to: Treasurer of the that a notice,a printed of ment,4,154 SY of 9"PCC and 10" City of Iowa City,Iowa. The refund copyPCC roadway pavement, 916 SY will be,issued if re-useable plans which is hereto attached,was of 6" PCC sidewalk pavement, and specifications are returned to subdrain, storm sewer, 6 storm the City of Iowa City within two published in said paper I sewer structures, 910 LF of 12" weeks of the bid opening. P P water main, traffic signalization, Prospective bidders are advised time(s),on the following date(s): 1435 TONS of 4" HMA Overlay, that the City oflovia City desires to modular block retaining wall strut- employ minority contractors and ture (heavy), pavement markings, • subcontractors on City projects.A Cr IA 2‹ ..2.0 l erosion control, seeding, traffic listing of minority contractors can Ar control and miscellaneous related be obtained from the Iowa work. Department of Economic All work is to be done in strict Development at (515) 242-4721 compliance with the plans and and the Iowa Department of specifications prepared by Foth Transportation Contracts Office at Infrastructure and Environment, (515)239-1422. Legal C k LLC,of Cedar Rapids,Iowa,which Bidders shall list on the Form of g have heretofore been approved by Proposal the names of persons, the City Council,and are on file for firms, companies or other parties s to Subscribed and sworn to the City Clerblic kailon in the Office of wisubcontract.nt ct thewhom bidder (last shalleInclude befOY— C IDB this__n Qay'of Each proposalishall be City completed the type cf work and approximate `efore met on a form furnished by the City and subcontract amount(s).d A.D.20 7a- . must be accompanied In a sealed The Contractor awarded the con- envelope, separate from the one tract shall submit a list on the Form containing the proposal, by a bid of Agreement of the proposed bond executed by a corporation subcontractors, together with authorized to contract as a surety quantities,unit prices and extend- -3— In the State of Iowa,In the sum of ed dollar amounts. 10% of the bid. The bid security I By virtue of statutory authority, Nota Public shall be made payable to the preference must be given to prod- TREASURER OF THE CITY OF ucts and provisions grown and spat LINDA KROTZ. IOWA CITY, IOWA, and shall be . coal produced within the State of COmMis .N6mb@f73261• forfeited to the City of Iowa City in Iowa,and to Iowa domestic labor, • • statthe event the successful bidder to the extent lawfully required or My Commissio0&tares fails to enter into a contract within under Iowa Statutes. The Iowa • , Jam- 27,2(li4 ten (10)calendar days of the City reciprocal resident bidder prefer- Council's award of the contract ence law applies to this Project. and post bond satisfactory to the The City reserves the right to City ensuring the faithful parlor- reject any or all proposals,and also mance of the contract and mainte- reserves the right to waive techni- nance of said Project, if required, calities and Irregularities. pursuant to the provisions of this Published upon order of the City notice and the other contract Council of Iowa City,Iowa. documents.Bid bonds of the low- MARIAN K.KARR,CITY CLERK est two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days 1 following award of the contract,or ' until rejection Is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred per-, ' cent(100%)of the contract price, said bond to be Issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials 09-06-16 3d(7) ' Prepared by: Dave Panos, Public Works,410 E.Washington St., Iowa City, IA 52240(319)356-5415 RESOLUTION NO. 16-264 RESOLUTION ACCEPTING THE WORK FOR THE U.S. HIGHWAY 6 AND SYCAMORE STREET INTERSECTION IMPROVEMENT PROJECT WHEREAS, the Engineering Division has recommended that the work for construction of the U.S. Highway 6 and Sycamore Street Intersection Improvement Project, as included in a contract between the City of Iowa City and Peterson Contractors, Inc. of Reinbeck, Iowa, dated July 31, 2012, be accepted; and WHEREAS, the Engineer's Report and the performance and payment bond have been filed in the City Clerk's office; and WHEREAS, funds for this project are available in Sycamore Street - Highway 6 to City Limits account#3811; and WHEREAS, the final contract price is $1,852,422.25. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT said improvements are hereby accepted by the City of Iowa City, Iowa. Passed and approved this 6th day of September , 20 16 . MA OR tkort-ied J/ IApproved by ATTEST: K • J Cet-a ��CERK City Attorney's Office 2 3d /' It was moved by _ _ Botchway and seconded by Thomas the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: x Botchway x Dickens x Dobyns x Hayek x Mims X Payne x Throgmorton Pweng/masterslacptwork.doc 8/16