Loading...
HomeMy WebLinkAboutRIVERSIDE DRIVE PEDESTRIAN BRIDGE AT IOWA AVENUE REHABILITAION PROJECTRIVERSIDE DRIVE PEDESTRIAN BRIDGE AT IOWA AVENUE REHABILITATION PROJECT 16-Sep-2024 Plans, Specs, Project Manual, Engineer's Estimate 17-Sep-2024 Res No. 24-239: Set Public Hearing 01-Oct-2024 Res No. 24-249: Approving project manual & estimate of construction cost 03-Oct-2024 Notice to Bidders 21-Oct-2024 Addendum No. 1 04-Nov-2024 Res No. 24-274: Setting a date for receipt of bids for the rebidding 10-Dec-2024 Res No. 24-296: Canceling the project I r I 17 September 2024 City Clerk's Office 410 East Washington Street Iowa City, Iowa, 52240 Qal� L CITY OF IOWA CITY UNESCO CITY OF LITERATURE 410 Last Washington Street Iowa City, Iowa 52240- 1826 (319) 3S6-5000 (319) 356-5009 FAX www. icgo\,.org Subject: Opinion of Estimated Construction Cost for the Riverside Drive Pedestrian Bridge at Iowa Avenue Rehabilitation Project Dear City Clerk, The engineer's opinion of estimated construction costs for the upcoming the Riverside Drive Pedestrian Bridge at Iowa Avenue Rehabilitation Project is $1,300,000. Sincerely, 41, Ltwm"4, Alin Dumachi Senior Engineer' cn .. o .ir s ®_ air- i1jr f Qv � ql w CITY OF IOWA CITY UNESCO CITY OF LITERATURE PUBLIC WORKS DEPARTMENT ENGINEERING DIVISION PROJECT MANUAL FOR THE FORMAL RIVERSIDE DRIVE PEDESTRIAN BRIDGE AT IOWA AVENUE REHABILITATION PROJECT IOWA CITY, IOWA �.5 A ECM August 28, 2024 w a IIIt I ���� RpFEs5 IOryq '�. 14690 S y ` ti~ �r CERTIFICATIONS PAGE I hereby certify that this engineering document was prepared by me or under my direct personal supervision and that I am a duly licensed Professional Engineer under the laws of the State of Iowa. License Number: 14690 My license renewal date is December 31, 20 24 Pages or sheets covered by this seal: Entire Bound Document w ..... �M tv.wµw TABLE OF CONTENTS TITLE SHEET CERTIFICATIONS PAGE TABLE OF CONTENTS Page Number NOTICE TO BIDDERS............................................................................ NB-1 NOTETO BIDDERS............................................................................................... NB-2 FORM OF PROPOSAL........................................................................................... FP-1 BIDBOND............................................................................................. BB-1 FORM OF AGREEMENT........................................................................................ AG-1 PERFORMANCE, PAYMENT and MAINTENANCE BOND ................................... PB-1 CONTRACT COMPLIANCE (ANTI -DISCRIMINATION REQUIREMENTS)................................................... CC-1 BIDDER STATUS FORM........................................................................................ BF-1 WAGE THEFT POLICY........................................................................................... WT-1 GENERAL CONDITIONS........................................................................................ GC-1 SUPPLEMENTARY CONDITIONS......................................................................... SC-1 TECHNICAL SPECIFICATIONS DIVISION 1 — GENERAL REQUIREMENTS Section 01010 Summary of Work................................................................ 01010-1 Section 01025 Measurement and Payment ................................................ 01025-1 Section 01310 Progress and Schedules..................................................... 01310-1 Developmental Specifications for Structural Concrete Coating...............DS-23015 Iowa Department of Transportation Standard Specifications for Highway and Bridge Construction, Series 2023 (not bound herein) APPENDICES _ PLANS (UNDER SEPARATE COVER) --� NOTICE TO BIDDERS RIVERSIDE DRIVE PEDESTRIAN BRIDGE AT IOWA AVENUE REHABILITATION PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 2411 day of October, 2024. Sealed proposals will be opened immediately thereafter. 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 6:00 P.M. on the 4tn day of November, 2024, or at special meeting called for that purpose. The Project will involve the following: Rehabilitation to the concrete pedestrian bridge over Riverside Drive at Iowa Avenue, including upgrades to sidewalk, railing, handholes, and at -grade concrete stair below the bridge. Rehabilitation of the bridge generally includes: concrete deck edge replacement, spot repairs to areas of deteriorated concrete, deck sealer, concrete coating, lighting upgrades, expansion joint replacement, and railing replacement. All work is to be done in strict compliance with the Project Manual prepared by Origin Design Co., of Dubuque, Iowa, which has 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 submitted in a sealed envelope. In addition, a separate sealed envelope shall be submitted containing a completed Bidder Status Form and a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. The City shall retain the bid security furnished by the successful bidder until the approved contract form has been executed, a bond has been filed by the bidder guaranteeing the performance of the contract, and the contract and bond have been approved by the City. The City shall promptly return the checks or bidder's bonds of unsuccessful bidders to the bidders as soon as the successful bidder is determined or within thirty days, whichever is sooner. 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`Oeriod 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: May 19, 2025 - m Final Completion Date: August 15, 2025 Liquidated Damages: $1,000.00 per day ca Er The Project Manual may be examined at the office of the City Clerk. Copies thereof and blank 01- forms may be secured at the office of Technigraphics, a division of Rapids Reproductions located at 415 Highland Ave, Suite 100, Iowa City, Iowa 52240, Phone: (319) 354-5950, Fax: (319) 354- 8973, Toll -Free: (800) 779-0093. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of Targeted Small Business contractors can be obtained from the Iowa Department of Administrative Services at (515) 242-5120. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Posted upon order of the City Council of Iowa City, Iowa. KELLIE GRACE, CITY CLERK W lA 0 K 3. 4. 5. 1.1 NOTE TO BIDDERS 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. References shall be addressed to the City Engineer and include the name, address and phone number of the contact person, for City verification. Bid submittals are: Envelope 1: Bid Security and Bidder Status Form Envelope 2: Form of Proposal The sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 24th day of October, 2024. The sealed proposals will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 6:00 P.M. on the 4ch day of November, 2024, or at special meeting called for that purpose. NB-3 FORM OF PROPOSAL RIVERSIDE DRIVE PEDESTRIAN BRIDGE AT IOWA AVENUE REHABILITATION PROJECT CITY OF IOWA CITY 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, 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. The undersigned bidder further proposes 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 BID ITEM ITEM CODE 1 2101-0850001 2 2102-2710070 3 2105-8425005 4 2105-8425011 5 2115-0100000 6 2401-6745359 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 2401-6750001 2401-7207010 2403-0100010 2403-7303000 2404-7775005 2413-1300000 2414-6460000 2426-6772016 2507-3250005 2508-0970000 2510-6745850 2511-6745900 2511-7526004 2511-7526006 2512-1750006 2519-3300700 2523-0000100 2523-0000200 2523-0000310 2523-0000510 2526-8285000 2528-2518000 2528-8400048 2528-8445110 2528-9290050 2533-4980005 2536-6745045 2599-9999005 2599-9999009 DESCRIPTION CLEARING AND GRUBBING EXCAVATION, CLASS 10, ROADWAY TOPSOIL, FURNISH AND SPREAD TOPSOIL, SPREAD MODIFIED SUBBASE REMOVAL OF CONCRETE FOUNDATIONS OF LIGHT POLES REMOVALS, AS PER PLAN REMOVAL OF CONCRETE STRUCTURAL CONCRETE (BRIDGE) STRUCTURAL CONCRETE COATING REINFORCING STEEL, EPDXY COATED PREFORMED, PRE -COMPRESSED, SELF - EXPANDING, SEALANT SYSTEM WITH SILICONE PRE -COATED SURFACE ORNAMENTAL METAL RAILING CONCRETE REPAIR ENGINEERING FABRIC CONTAINMENT REMOVAL OF PAVEMENT REMOVAL OF SIDEWALK SIDEWALK, P.C. CONCRETE, 4 IN. SIDEWALK, P.C. CONCRETE, 6 IN. CURB AND GUTTER, P.C. CONCRETE, AS PER PLAN FENCE, TEMPORARY LIGHTING POLES ELECTRICAL CIRCUITS HANDHOLES AND JUNCTION BOXES UNDERDECK LIGHTING (LI-120) CONSTRUCTION SURVEY SAFETY CLOSURE TEMPORARY BARRIER RAIL, CONCRETE TRAFFIC CONTROL PORTABLE DYNAMIC MESSAGE SIGN (PDMS) MOBILIZATION REMOVAL OF ASBESTOS CAST-IRON JUNCTION BOXES HANDRAIL EST. UNIT UNITS CITY. PRICE ACRE CY CY CY CY EACH LS SY CY SY LB LF LF SF SY LS SY SY SY SY LF LF EACH LF EACH EACH LS EACH LF LS CDAY LS LS EACH LF 0.02 184 30 69 40 1 1 160 45 800 3500 40 760 300 170 1 10 235 30 220 43 1150 4 530 3 9 1 7 100 1 35 1 1 9 30 EXTENDED AMOUNT t" C.1l1 FP-2 BID ITEM ITEM CODE DESCRIPTION 36 2599-9999009 GALVANIC CORROSION PROTECTION SYSTEM: DISTRIBUTED ANODES 37 2599-9999014 CONCRETE STEPS 38 2599-9999018 DECK SEALER 39 2601-2638352 SLOPE PROTECTION, WOOD EXCELSIOR MAT 40 2602-0000150 STABILIZED CONSTRUCTION ENTRANCE, EC-303 41 2602-0000309 PERIMETER AND SLOPE SEDIMENT CONTROL DEVICE, 9 IN DIA 42 2602-0000351 REMOVAL OF PERIMETER AND SLOPE OR DITCH CHECK SEDIMENT CONTROL DEVICE 43 2602-0000500 OPEN THROAT CURB INTAKE SEDIMENT FILTER 44 2602-0000510 MAINTENANCE OF OPEN —THROAT CURB INTAKE SEDIMENT FILTER 45 2602-0000520 REMOVAL OF OPEN —THROAT CURB INTAKE SEDIMENT FILTER EST. UNIT UNITS CITY. PRICE LF 750 SF 120 SY 575 SQ 7 LF 100 LF 400 LF 400 LF 14 EACH 2 EACH 2 TOTAL EXTENDED AMOUNT= EXTENDED AMOUNT The Bidder may submit computer -generated unit price table in accordance with the Special Provisions. Co > C— <. 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: FP-3 NAME OF SUBCONTRACTORS I TYPE OF WORK I APPROXIMATE COSTS NOTE: All subcontractors are subject to approval by City. The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connection with any other person or persons bidding on the work. The undersigned bidder states that this proposal is made in conformity with the Contract Documents and agrees that, in the event of any discrepancies or differences between any conditions of this proposal and the Contract Documents prepared by the City of Iowa City, the more specific shall prevail. Firm: Signature: Printed Name: Title: Address: Phone: Contact: FP-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. k.n NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified, and the Principal shall then furnish a bond for the Principal's faithful performance of said Project, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Project, as agreed to by the City's acceptance of said Bid, then this obligation shall be void. Otherwise this obligation shall remain in full force and effect, provided that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the amount of the obligation stated herein. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in the event that the Principal fails to execute the contract and provide the bond, as provided in the Project specifications or as required by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall in no way be impaired or affected by any extension of the time within which the Owner may accept such Bid or may execute such contract documents, and said Surety does hereby waive notice of any such time extension. The Principal and the Surety hereto execute this bid bond this A.D., 20 Witness Witness day of (Seal) Principal By (Title) (Seal) Surety By (Attorney -in -fact) Attach Power -of -Attorney 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 241h day of October, 2024, for the Riverside Drive Pedestrian Bridge at Iowa Avenue Rehabilitation Project ("Project"), and WHEREAS, Contractor submitted a bid on the Project described in said Plans, Specifications, Proposal and Contract; and WHEREAS, the parties hereto now wish to enter into this agreement for the construction of said Project. NOW, THEREFORE, IT IS AGREED: 1. The Contractor hereby agrees to perform the Project for the sums listed in its Form of Proposal including the total extended amount of $ , which sums are incorporated herein by this reference. 2. This Agreement consists of the following component parts which are incorporated herein by reference: a. Addenda Numbers attached hereto; b. "Standard Specifications for Highway and Bridge Construction," Series of 2023, Iowa Department of Transportation, as amended; C. Plans; d. Technical Specifications and Supplementary Conditions; e. Performance and Payment Bond; f. Contractor's Completed Bidder Status Form, attached hereto g. Contractor's Completed Assurance of Contract Compliance Program (Anti- . n Discrimination Requirements), attached hereto; c� AG-1 h. Completed Form of Proposal; and i. This Instrument. The above components are deemed complementary and should be read together. In the event of a discrepancy or inconsistency, the more specific provision shall prevail. 3. The names of subcontractors approved by City, together with quantities, unit prices, and extended dollar amounts, are as follows (or shown on an attachment): Name: Quantity: Unit Price: $ Amount: DATED this day of CitV By City Manager Contractor By itle ATTEST: Title 20 (Company Official) Y Approved By: City Attorney's Office AG-2 PERFORMANCE, PAYMENT, AND MAINTENANCE BOND RIVERSIDE DRIVE PEDESTRIAN BRIDGE AT IOWA AVENUE REHABILITATION PROJECT CITY OF IOWA CITY Know All by These Presents: That we, Y as :Principal (hereinafter the "Contractor" or "Principal") and as Surety are held and firmly bound unto City of Iowa City, Iowa, as Obligee (hereinafter refereed to as "the Jurisdiction"), and to all persons who may be injured by any breach of any of the conditions of this Bond in the penal sum of dollars ($ ), lawful money of the United States, for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, legal representatives and assigns, jointly or severally, firmly by these presents. The conditions of the above obligations are such that whereas said Contractor entered into a contract with the Jurisdiction, bearing date the day of , (hereinafter the "Contract") wherein said Contractor undertakes and agrees to construct the following described improvements: The extent of work involved consists of rehabilitation to the concrete pedestrian bridge over Riverside Drive at Iowa Avenue, including upgrades to sidewalk, railing, handholes, and at -grade concrete stair below the bridge. Rehabilitation of the bridge generally includes: concrete deck edge replacement, spot repairs to areas of deteriorated concrete, deck sealer, concrete coating, lighting upgrades, expansion joint replacement, and ornamental railing replacement. To faithfully perform all the terms and requirements of said Contract within the time therein specified, in a good and workmanlike manner, and in accordance with the Contract Documents. It is expressly understood and agreed by the Contractor and Surety in this bond that the following provisions are a part of this Bond and are binding upon said Contractor and Surety, to -wit: Performance: The Contractor shall well and faithfully observe, perform, fulfill, and abide by each and every covenant, condition, and part of said Contract, by reference made a part hereof, for the above referenced improvements, and shall indemnify and save harmless the Jurisdiction from all outlay and expense incurred by the Jurisdiction by reason of the Contractor's default of failure to perform as required. The Contractor shall also be responsible for the default or failure to perform as required under the Contract and Contract Documents by all its subcontractors, suppliers, agents, or employees furnishing materials or providing labor in the performance of the Contract. 2. Payment: The Contractor and the Surety on this Bond hereby agreed to pay all just claims submitted by persons, firms, subcontractors, and corporations furnishing materials for or performing labor in the performance of the Contract on account of which this Bond is given, including but not limited to claims for all amounts due for labor, materials, lubricants, oil, gasoline, repairs on machinery, equipment, and tools, consumed or used by the Contractor or any subcontractor, wherein the same are not satisfied out of the portion of the contract price the Jurisdiction is required to retain until completion of the improvement, but the PB-1 3. Contractor and Surety shall not be liable to said persons, firms, or corporations unless the claims of said claimants against said portion of the contract price shall have been established as provided by law. The Contractor and Surety hereby bind themselves to the obligations and conditions set forth in Chapter 573 of the Iowa Code, which by this reference is made a part hereof as though fully set out herein. 4. Maintenance: The Contractor and the Surety on this Bond hereby agree, at their own expense: A. To remedy any and all defects that may develop in or result from work to be performed under the Contract within the period of five years (5) from the date of acceptance of the work under the Contract, by reason of defects in workmanship or materials used in construction of said work; B. To keep all work in continuous good repair; and C. To pay the Jurisdiction's reasonable costs of monitoring and inspection to assure that any defects are remedied, and to repay the Jurisdiction all outlay and expense incurred as a result of Contractor's and Surety's failure to remedy any defect as required by this section. 5. General: Every Surety on this Bond shall be deemed and held bound, any contract to the contrary notwithstanding, to the following provisions: A. To consent without notice to any extension of time to the Contractor in which to perform the Contract; B. To consent without notice to any change in the Contract or Contract Documents, which thereby increases the total contract price and the penal sum of this bond, provided that all such changes do not, in the aggregate, involve an increase of more than 20% of the total contract price, and that this bond shall then be released as to such excess increase; and C. To consent without notice that this Bond shall remain in full force and effect until the Contract is completed, whether completed within the specified contract period, within an extension thereof, or within a period of time after the contract period has elapsed and the liquidated damage penalty is being charged against the Contractor. D. That no provision of this Bond or of any other contract shall be valid that limits to less than five years (5) after the acceptance of the work under the Contract the right to sue on this Bond. E. That as used herein, the phrase "all outlay and expense" is not to be limited in any way, but shall include the actual and reasonable costs and expenses incurred by the Jurisdiction including interest, benefits, and overhead where applicable. Accordingly, "all outlay and expense" would include but not be limited to all contract or employee expense, all equipment usage or rental, materials, testing, outside experts, attorneys fees (including overhead expenses of the Jurisdiction's staff attorneys), and all costs and expenses of litigation as they are incurred by the Jurisdiction. It is intended the Contractor and Surety will defend and indemnify the Jurisdiction on all claims made against the Jurisdiction on account of Contractor's failure to perform as required in the Contract and Contract Documents, ,that all agreements and promises set forth in the Contract and Contract Documents, in approved change orders, and in this Bond will be fulfilled, and that the Jurisdiction will be fully indemnified so that it will be put into the position it would have been in ` had the Contract been performed in the first instance as required. - In the event the Jurisdiction incurs any "outlay and expense" in defending itself against any claim as to which the Contractor or Surety should have provided the defense, or in the enforcement of PB-2 the promises given by the Contractor in the Contract, Contract Documents, or approved change orders, or in the enforcement of the promises given by the Contractor and Surety in this Bond, the Contractor and Surety agree that they will make the Jurisdiction whole for all such outlay and expense, provided that the Surety's obligation under this bond shall not exceed 125% of the penal sum of this bond. In the event that any actions or proceedings are initiated regarding this Bond, the parties agree that the venue thereof shall be Johnson County, State of Iowa. If legal action is required by the Jurisdiction to enforce the provisions of this Bond or to collect the monetary obligation incurring to the benefit of the Jurisdiction, the Contractor and the Surety agree, jointly, and severally, to pay the Jurisdiction all outlay and expense incurred therefor by the Jurisdiction. All rights, powers, and remedies of the Jurisdiction hereunder shall be cumulative and not alternative and shall be in addition to all rights, powers, and remedies given to the Jurisdiction, by law. The Jurisdiction may proceed against surety for any amount guaranteed hereunder whether action is brought against the Contractor or whether Contractor is joined in any such action(s) or not. Now therefore, the condition of this obligation is such that if said Principal shall faithfully perform all the promises of the Principal, as set forth and provided in the Contract and in this Bond, then this obligation shall be null and void, otherwise it shall remain in full force and effect. When a work, term, or phrase is used in this Bond, it shall be interpreted or construed first as defined in this Bond and the Contract; second, if not defined in the Bond or Contract, it shall be interpreted or construed as defined in applicable provisions of the Iowa Code; third, if not defined in the Iowa Code, it shall be interpreted or construed according to its generally accepted meaning in the construction industry; and fourth, if it has no generally accepted meaning in the construction industry, it shall be interpreted or construed according to its common or customary usage. Failure to specify or particularize shall not exclude terms or provisions not mentioned and shall not limit liability hereunder. The Contract is hereby made a part of this Bond. PRINCIPAL: SURETY: By Printed Name of Contractor Officer Signature of Contractor Officer Title of Contractor Officer M Surety Company Name Signature of Attorney -in -Fact Officer Printed Name of Attorney -in -Fact Officer Company Name of Attorney -in -Fact Company Address of Attorney -in Fact PB-3 City, State, Zip Code of Attorney -in -Fact Telephone Number of Attorney -in -Fact 16111:9 1. All signatures on this performance, payment, and maintenance bond must be original signatures in ink; copies, facsimile, or electronic signatures will not be accepted. 2. This bond must be sealed with the Surety's raised, embossing seal. 3. The Certificate or Power of Attorney accompanying this bond must be valid on its face and sealed with the Surety's raised, embossing seal. 4. The name and signature of the Surety's Attorney-in-Fact/Officer entered on this bond must be exactly as listed on the Certificate or Power of Attorney accompanying this bond. 3 .i Contract Compliance Program CITY OF IOWA CITY CC-1 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 age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex, or sexual orientation. 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 CC-3 and CC-4) 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-2 SECTION II - ASSURANCE OF COMPLIANCE The following sets forth the minimum requirements of a satisfactory Equal Employment Opportunity Program which will be reviewed for acceptability. PLEASE RETURN PAGES 2 THROUGH 3 OF THIS SECTION TO THE CONTRACTING DEPARTMENT PRIOR TO THE EXECUTION OF THE CONTRACT. With respect to the performance of this contract, the contractor, consultant or vendor agrees as follows: (For the purposes of these minimum requirements, "contractor' shall include consultants and vendors.) The contractor will not discriminate against any employee or applicant for employment and will take affirmative efforts to ensure applicants and employees are treated during employment without regard to their race, color, creed, religion, national origin, sex, sexual orientation, gender identity, disability, marital status, and age. Such efforts shall include, but not be limited to the following: employment, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. 2. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that it is an equal opportunity employer. Note: Contracts that are federally funded are subject to Executive Order No. 11246, as amended, and the regulations (see generally 29 U.S.C. § 1608 et seq.) and relevant orders of the U.S. Secretary of Labor. The Secretary of Labor, and not the City, enforces said regulations and orders. 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 Street Address City, State, Zip Code CIO CC-3 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. How does your business currently inform applicants, employees, and recruitment sources (including unions) that you are an Equal Employment Opportunity employer? The above responses are true and correctly reflect our Equal Employment Opportunity policies. Business Name Signature Print Name Phone Number Title Date ,k c� , ca CC-4 SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES COMPANY POLICY Determine your company's policy regarding equal employment opportunities. Document the policy and post it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all potential sources of employees and to your subcontractors asking their cooperation. The policy statement should recognize and accept your responsibility to provide equal employment opportunity in all your employment practices. In regard to dissemination of this policy, this can be done, for example, through the use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web page postings, employee handbooks, and advertising. 2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of administering and promoting your company's Equal Employment Opportunity program. This person should have a position in your organization which emphasizes the importance of the program. 3. INSTRUCT STAFF Your staff should be aware of and be required to abide by your Equal Employment Opportunity program. All employees authorized to hire, supervise, promote, or discharge employees or are involved in such actions should be trained and required to comply with your policy and the current equal employment opportunity laws. 4. RECRUITMENT (a) Let potential employees know you are an equal opportunity employer. This can be done by identifying yourself on all recruitment advertising as "an equal opportunity employer". (b) Use recruitment sources that are likely to yield diverse applicant pools. Word-of-mouth recruitment will only perpetuate the current composition of your workforce. Send recruitment sources a letter annually which reaffirms your commitment to equal employment opportunity and requests their assistance in helping you reach diverse applicant pools. (c) Analyze and review your company's recruitment procedures to identify and eliminate discriminatory barriers. (d) Select and train persons involved in the employment process to use objective standards and to support equal employment opportunity goals. (e) Review periodically job descriptions to make sure they accurately reflect major job functions. Review education and experience requirements to make sure they accurately reflect the requirements for successful job performance. (f) Review the job application to insure that only job related questions are asked. Ask yourself "Is this information necessary to judge an applicant's ability to perform the job applied for?" Only use job -related tests which do not adversely affect any particular group of people. (g) Monitor interviews carefully. Prepare interview questions in advance to assure that CC-5 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. For your information is a copy of Section 2-3-1 of the City Code which prohibits certain discriminatory practices in employment can be found at: https://codelibrary.amlegal.com/codes/iowacitvia/latest/iowacitv ia/0-0-0-631#JD 2-3-1. 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. Y CC-6 SAMPLE: EQUAL EMPLOYMENT OPPORTUNITY POLICY To all employees of This Company and its employees shall not discriminate against any employee or applicant for employment based on his or her age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex, or sexual orientation. The anti -discrimination policy extends to decisions involving hiring, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. Further, this Company and its employees will provide a working environment free from such discrimination. All employees are encouraged to refer minority and women applicants and applicants with disabilities for employment. The Equal Employment Opportunity Officer for the is: Name: Address: Telephone: NOTE: This is a SAMPLE ONLY. You may wish to confer with your Equal Employment Opportunity (EEO) officer or legal counsel to formulate a policy which specifically meets the needs of your company. ,a to ; =, H CC-7 BIDDER STATUS FORM All bidders must submit the following completed form to the governmental body requesting bids per 875 Iowa Administrative Code Chapter 156. To be completed by all bidders Part A ❑ Yes ❑ No My company is authorized to transact business in Iowa. (To help you determine if your company is authorized, please review the Worksheet: Authorization to Transact Business). ❑ Yes ❑ No My company has an office to transact business in Iowa. ❑ Yes ❑ No My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail. ❑ Yes ❑ No My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. ❑ Yes ❑ No My company is not a subsidiary of another business entity or my company is a subsidiary of another business entity that would qualify as a resident bidder in Iowa. If you answered "Yes" for each question above, your company qualifies as a resident bidder. Please complete Parts B and D of this form. If you answered "No" to one or more questions above, your company is a non-resident bidder. Please complete Parts C and D of this form. To be completed by resident bidders Part B Dates: to Address: (mm/dd/yyyy) City, State, Zip Code: Dates: to Address: (mm/dd/yyyy) City, State, Zip Code: Dates: to Address: (mm/dd/yyyy) City, State, Zip Code: You may attach additional sheet(s) if needed. To be completed by non-resident bidders Part C 1. Name of home state or foreign country reported to the Iowa Secretary of State: 2. Does your company's home state or foreign country offer preference to bidders who are residents? ❑ Yes ❑ No 3. If you answered "Yes" to question 2, identify each preference offered by your company's home state or foreign country and the appropriate legal citation. Fou pray attach additional sheet(s) if needed. To be completed by all bidders Part D I certify that the statements made on this document are true and complete to the best of my knowledge and I know that my failure to provide accurate and truthful information may be a reason to reject my bid. Firm Name: - c-,, Signature: Dat le~—.,,y =1 BF-1 WORKSHEET: AUTHORIZATION TO TRANSACT BUSINESS This worksheet may be used to help complete Part A of the Resident Bidder Status form. If at least one of the following describes your business, you are authorized to transact business in Iowa. ❑ Yes ❑ No My business is currently registered as a contractor with the Iowa Division of Labor. ❑ Yes ❑ No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. ❑ Yes ❑ No My business is a general partnership or joint venture. More than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes. ❑ Yes ❑ No My business is an active corporation with the Iowa Secretary of State and has paid all fees required by the Secretary of State, has filed its most recent biennial report, and has not filed articles of dissolution. ❑ Yes ❑ No My business is a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation has received a certificate of authority from the Iowa Secretary of State, has filed its most recent biennial report with the Secretary of State, and has neither received a certificate of withdrawal from the Secretary of state nor had its authority revoked. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in this state and the statement has not been canceled. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in a state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed. ❑ Yes ❑ No My business is a limited partnership or limited liability limited partnership which has filed a certificate of limited partnership in this state, and has not filed a statement of termination. ❑ Yes ❑ No My business is a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa, the limited partnership or limited liability limited partnership has received notification from the Iowa Secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited partnership. ❑ Yes ❑ No My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination. ❑ Yes ❑ No My business is a limited liability company whose certificate of organization,is filed in a state other than Iowa, has received a certificate of authority to transact business in lowo and the certificate has not been revoked or canceled. ; cn r-vi Vl r � BF-2 CITY OF IOWA CITY WAGE THEFT POLICY It is the policy of the City of Iowa City, as expressed by City Council Resolution No. 15-364 adopted on November 10, 2015, not to enter into certain contracts with, or provide discretionary economic development assistance to, any person or entity (including an owner of more than 25% of the entity) who has admitted guilt or liability or been adjudicated guilty or liable in anyjudicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages, for a period of five (5) years from the date of the last conviction, entry of plea, administrative finding or admission of guilt. (hereinafter "Wage Theft Policy") Application. The Wage Theft Policy applies to the following: a. Contracts in excess of $25,000 for goods, services or public improvements. b. Contracts for discretionary economic development assistance. "Discretionary" economic development assistance shall mean any economic development assistance provided by the City of Iowa City that is not required by law. Exceptions. The Wage Theft Policy does not apply to emergency purchases of goods and services, emergency construction or public improvement work, sole source contracts excepted by the City's purchasing manual, cooperative/piggyback purchasing or contracts with other governmental entities. Ill. Affidavit. The contracting entity must complete the attached affidavit showing compliance with the Wage Theft Policy and provide it to the Contracting Department prior to the execution of the contract. Contract provision: Any contract to which this policy is applicable will include the following contract provision: If the City becomes aware that a person or entity (including an owner of more than 25% of the entity) has admitted guilt or liability or been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages, within the five (5) year period prior to the award or at any time after the award, such violation shall constitute a default under the contract. IV. Waivers. If a person or entity is ineligible to contract with the City as a result of the Wage Theft Policy it may submit a request in writing indicating that one or more of the following actions have been taken: a. There has been a bona fide change in ownership or control of the ineligible person or entity; b. Disciplinary action has been taken against the individual(s) responsible for the acts giving rise to the violation(s); c. Remedial action has been taken to prevent a recurrence of the acts vingr rise to the disqualification or default; or d. Other factors that the person or entity believes are relevant. r-i .- WT-1 The City Manager or Designee shall review the documentation submitted, make any inquiries deemed necessary, request additional documentation if warranted and determine whether a reduction in the ineligibility period or waiver is warranted. Should the City Manager or Designee determine that a reduction or waiver of the ineligibility period is warranted the City Manager or Designee shall make such recommendation to the City Council. The City Council will make a final decision as to whether to grant a reduction or waiver. � u II♦ y VV 1-2 WAGE THEFT AFFIDAVIT I, certify under penalty of perjury and pursuant to the laws of the State of Iowa that the following is true and correct: I am the [position] of ["contracting entity"] and have the authority to execute this affidavit on behalf of said contracting entity and any person or entity with an ownership interest in said contracting entity of more than 25%. Neither ["contracting entity"] nor any person or entity with an ownership interest of more than 25% of said contracting entity has been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages in the last 5 years. Signature c`; WT-3 GENERAL CONDITIONS Division 11, General Requirements and Covenants of the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2023, as amended, shall apply except as amended in the Supplementary Conditions. µf M rr :l . C' 71111 =F GC-1 SUPPLEMENTARY CONDITIONS ARTICLES WITHIN THIS SECTION S-1 Definitions S-2 Limitations of Operations S-3 Insurance S-4 Supervision and Superintendence S-5 Concerning Subcontractors, Suppliers and Others S-6 Compliance with OSHA Regulations S-7 Employment Practices S-8 Contract Compliance Program (Anti -Discrimination Requirements) S-9 Wage Theft Policy S-10 Measurement and Payment S-11 Taxes S-12 Construction Stakes S-13 Bidder Status Form 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 2015, 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 2023, as amended. S-2 LIMITATIONS OF OPERATIONS. Add the following paragraph to 1108.03 of the IDOT STANDARD SPECIFICATIONS: Except for such work as may be required to properly maintain lights and barricadeS'� no work will be permitted on Sundays or legal holidays without specific permission of the EI [NEER. C� 61�w SC-1 S-3 INSURANCE. A. CERTIFICATE OF INSURANCE: CANCELLATION OR MODIFICATION Before commencing work, the Contractor shall submit to the City for approval a Certificate of Insurance, meeting the requirements specified 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 1. Worker's Compensation Insurance as required by Chapter 85, Code of Iowa. Employers Liability Insurance with the following limits: Bodily injury by accident $500,000 each accident Bodily injury by disease $500,000 each accident Bodily injury by disease $500,000 polic limit 2. Commercial General Liability Insurance: No less comprehensive and no more restrictive than the coverage provided by a standard form Commercial General Liability Policy (ISO CG 0001 or its equivalent) with all standard exclusions with minimum limits shown below covering claims for damages because of bodily injury, personal injury, or damage to property that occur on the premises under contract or arise out of the operations in performance of the contract. Any additional exclusions shall be identified on the Certificate of Insurance and shall be subject to the review and approval of the Jurisdiction. General Aggregate Limit $2,000,000 Products' Completed Operations Aggregate Limit $2,000,000 Personal and Advertising Injury Limit $1,000,000 Each Occurrence Limit $1,000,000 Fire Damage Limit (any one fire) $50,000 Medical Damage Limit (any oneperson) $5,000 This insurance must include the following features: a) Coverage for all premises and operations. The policy shall be endorsed to pAide the Designated Construction Project(s) General Aggregate Limit Endorsements 10 CG 2503 or its equivalent) _ b) Personal and advertising injury. LL� c) Operations by independent contractors. Includes property damage to wbo k ppg'formed ,aZ� SC-2 d) by independent contractors or their subcontractors. e) Contractual liability coverage. If work to be performed by Contractor includes construction or demolition operations within 50 feet of any railroad property and affecting any railroad bridge or trestle, tracks, roadbeds, tunnel, underpass, or crossing, then such policy will include a Railroad's Contractual Liability Endorsement (ISO CG 2417 or its equivalent). f) Coverage for demolition of any building or structure, collapse, explosion, blasting, excavation, and damage to property below the surface of the ground (XCU coverage). g) Any fellow employee exclusions shall be deleted as it applies to managerial and supervisory employees. h) The policy shall not contain a total or absolute pollution exclusion. Coverage shall be provided for pollution exposures arising from products and completed operations. i) Products and completed operations shall be maintained for the duration of the work; and shall be further maintained for a minimum period of time after final acceptance and payment if required in the Special Provisions. j) Contractual liability coverage will also include contractually assumed defense costs in addition to policy limits. k) In lieu of including the Jurisdiction as an additional insured on the Contractor's Commercial General Liability Insurance, the Jurisdiction, at its option, may require the Contractor to provide an Owner's Protective Liability Policy by Special Provision, or may allow the Contractor to provide an Owner's Protective Liability Policy by Change Order. If an Owner's Protective Liability Policy is provided, the minimum coverage, limits, and exclusions shall be as shown above; and the Contractor's premium cost of obtaining such insurance shall be considered incidental to the work and shall not be subject to reimbursement by the Jurisdiction. The Contractor shall purchase and maintain insurance to protect the Contractor and the Jurisdiction against all hazards herein enumerated throughout the duration of the contract. Said insurance shall be provided by an insurance company or companies, "admitted" or "non - admitted" to do business in the State of Iowa, having an A.M. Best rating of "A" or better. In addition, the Contractor shall be required to comply with the following provisions with respect to insurance coverage: The entire amount of Contractor's liability insurance policy coverage limits, identified in the policy and on the Certificate of Insurance, must, under the policy, be available to pay damages for which the insured Contractor becomes liable, or for which the insured assumes liability under the indemnity agreement herein contained, and such coverage amount shall not be subject to reduction by virtue of investigation or defense costs incurred by Contractor's insurer. 2. The entire amount of the Contractor's liability insurance policy coverage limits shall be payable by the Contractor's insurer, with no deductible to be paid by, or self-in$Qed retention to be attributed to, the Contractor unless this requirement is waived by,'t e City. Contractor's Certificate of Insurance must set forth the nature and amount of any such deductible or self -insured retention. M CY 3. If Contractor's liability insurance coverage is subject to any speciaf: exclusions or limitations not common to the type of coverage being provided, suct� exclusions or limitations shall be noted on the Certificate of Insurance.; SC-3 4. The City prefers that Contractor provide it with "occurrence form" liability insurance coverage. If Contractor can only provide "claims -made" insurance coverage, then the Contractor must comply with the following requirements: a. If the Contractor changes insurance carriers, or if Contractor's insurance coverage is canceled, during the contract period or within two years after City's acceptance of the work, Contractor agrees to immediately notify the City of such event. 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. 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 X= V) 1. The Contractor shall indemnify, defend and hold harmless the City of'low_ a Ciij� and its officers, employees, and agents from any and all liability, loss, cost dam9ge, and expense (including reasonable attorney's fees and court costs) resultinq*0' rn, ar,. sing out y y p allegi bodily of, or incurred b reason of an claims, actions, or suits based upon or, SC-4 injury, including death, or property damage rising out of or resulting from the Contractor's operations under this Contract, whether such operations be by himself or herself or by any Subcontractor or by anyone directly or indirectly employed by either of them. 2. Contractor is not, and shall not be deemed to be, an agent or employee of the City of Iowa City, Iowa. S-4 SUPERVISION AND SUPERINTENDENCE. Add the following paragraph to 1105.05 of the IDOT STANDARD SPECIFICATIONS: CONTRACTOR shall maintain a qualified and responsible person available 24 hours per day, seven days per week to respond to emergencies which may occur after hours. CONTRACTOR shall provide to ENGINEER the phone number and/or paging service of this individual. S-5 CONCERNING SUBCONTRACTORS, SUPPLIERS AND OTHERS. Add the following paragraph to 1108.01 of the IDOT STANDARD SPECIFICATIONS: Bidders shall list those persons, firms, companies or other parties to whom it proposes/intends to enter into a subcontract regarding this project as required for approval by the City and as noted on the Form of Proposal and the Agreement. If no minority business enterprises (MBE) are utilized, the CONTRACTOR shall furnish documentation of all efforts to recruit MBE's. S-6 COMPLIANCE WITH OSHA REGULATIONS. Add the following paragraphs to 1107.01 of the IDOT STANDARD SPECIFICATIONS: The Contractor and all subcontractors shall comply with the requirements of 29 CFR 1910 (General Industry Standard) and 29 CFR 1926 (Construction Industry Standard). The Contractor and all subcontractors are solely responsible for compliance with said regulations. The Contractor will provide Material Safety Data Sheets (MSDS) for all hazardous chemicals or materials that will be at the job site. The Material Safety Data Sheets will be submitted to the Project Engineering prior to the start of construction and supplemented as necessary throughout the project. This data is being provided for informational purposes only and does not relieve the contractor of any obligations for compliance with applicable OSHA and State laws regarding hazardous chemicals and right -to -know. S-7 EMPLOYMENT PRACTICES. M -0 Neither the Contractor nor his/her subcontractors, shall employ any person whose ph!ysical or mental condition is such that his/her employment will endanger the health and safety of themselves or others employed on the project. _ Contractor shall not commit any of the following employment practices and agrees to ineEude the SC-5 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 WAGE THEFT POLICY. For all contracts of $25,000 or more, the Contractor shall abide by the requirements of the City's Wage Theft Policy, which is included with these Specifications beginning on page WT-1. S-10 MEASUREMENT AND PAYMENT. Section 1109, 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-11 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-12 CONSTRUCTION STAKES. Replace the last paragraph of 1105.14 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 $150 per hour. SC-6 SECTION 01010 SUMMARY OF THE WORK PART 1 - GENERAL General description, not all inclusive. A. Base Bid Work: 1. Remove existing rail over the pedestrian bridge and carousel. 2. Demolition and removal of concrete at all "CONCRETE REPAIR" and "REMOVAL OF CONCRETE" areas identified on the plans. 3. Placement of structural concrete at all "CONCRETE REPAIR" and "REMOVAL OF CONCRETE" areas identified on the plans. 4. Removal of existing deck sealer and contain removed materials. 5. Prepare surface and apply replacement deck sealer at all "DECK SEALER" areas. 6. Install new ornamental rail over the pedestrian bridge and carousel. 7. Provide and install underdeck lighting system. x �• X 01010-1 SECTION 01025 MEASUREMENT AND PAYMENT PART 1 - GENERAL 1.01 SUMMARY. A. Procedures and submittal requirements for schedule of values, applications for payment, and unit prices. 1.02 STANDARD OF MEASUREMENTS: A. Work completed under the contract shall be measured by the Engineer. Payment will be based on the actual quantity of work performed according to the various classes of work specified unless noted in Part 3 of this Section. The Contractor will be given an opportunity to be present during measurement. 1.03 SCOPE OF 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 bid as a lump sum or as itemized work, 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 31 days after the project is accepted by the City Council, provided no claims against the project have been filed within 3Q :days of project acceptance. Chapter 573 of the Code of Iowa will govern the retease of retainage and resolution of claims. r E5'x 01025-1 - 3.02 BID ITEMS: A. GENERAL The following subsections describe the measurement of and payment for the work to be done under the items listed in the FORM OF PROPOSAL. Each unit or lump sum price stated shall constitute full payment as herein specified for each item of work completed in accordance with the drawings and specifications, including clean up. It is the Contractor's responsibility to identify the locations of public and private utilities. No additional compensation will be made for any interference or delay caused by the placement and/or relocation of said utilities. No additional compensation will be made for repair costs to fix damage caused by the Contractor or his/her Subcontractors. Work associated with existing items on private and/or public property that are to be protected, removed, relocated, replaced, reinstalled or modified is considered incidental unless it is listed as an item in the FORM OF PROPOSAL. Existing items damaged or unsuitable for relocation or reinstallation will be replaced with like item and painted, if necessary, at the Contractor's expense. The Contractor must pay for all parking permit fees, meter hoods, lot and ramp fees, and parking tickets. The Contractor must figure these costs into their bid prices. The City will not waive parking fees or fines. Permits paid for by the Contractor will be issued only for construction vehicles, not personal vehicles. The Contractor shall be responsible for continuous cleaning of mud and debris off adjacent driveways, streets, sidewalks and private property, when mud and debris is deposited there as a result of any construction activity. The cost of cleanup shall be incidental. B. BID ITEM DESCRIPTIONS Refer to the Estimate Reference Information table on Plan Sheet CA and C.2. Description, Materials, Construction, Method of Measurement and Basis of Payment are as noted in the DOT Standard Specifications. 01025-2 PART 1 - GENERAL iKilil SECTION 01310 PROGRESS AND SCHEDULE A. Prep re, submit and update as necessary a schedule of the B. Time is the essence. Minimizing inconvenience, disruption and duration of disruption o vehicles and pedestrians is a high priority. Scheduling of work shall be pla ed with this in mind. r` 1.02 SUBMITTALS: A. The Contractor sh I submit prior to the Pre,,Construction meeting a detailed schedule of the pro sed work with the controlling operation identified. The schedule shall include p posed dates and corations of street closings. Work may not begin until the schedu is approved by,the Engineer. B. The Contractor shall submit up ated c struction schedules at two -week intervals throughout the project. PART 2 - PRODUCTS None. PART 3 - EXECUTION 3.01 MEETINGS PRIOR TO CC A. A Pre -Bid meeting Iowa City Enginee Project Plan Hold B. A Pre -Construction w I be held on Wednesda October 16, 2024 at 10:OOAM at ng Conference Room. A 'te visit is encouraged by all .rs prior to the Pre -Bid Meetin . meeting will be held prior to beginniV work. 3.02 PROGR/*ems K. A. The follons shall apply to this Project: Specified Start Date: May 19, 2025 Final Completion Date: August 15, 2025 Liquidated Damages: $1,000.00/day All of thisted in the FORM OF PROPOSAL shall be comple ed bjhe Final Compleiquidated damages of $1,000.00 per day will be c1 rgeWpn work beyondmpletion Date. _ r A.s 01025-2 B. Contractor is allowed to work daytime and/or nighttime, 7 days er week. No lane closures ill be allowed on Riverside Drive between the hours f 6:OOAM to 9:OO13M, and at leas one through lane in each direction on Riverside D ve shall be maintained between 9: PM and 6:OOAM. C. Work will proce d in a well -organized and continuous man er to minimize the disruption to the general publi (both pedestrian and vehicular). D. Construction will proceN in phases. The upon award of the contra . E. The Contractor should look community planned construction activities d scheduull F. 3.04 STREET and SIDEWALK OS4A is expected to submit a phasing plan to determine potential conflicts with A. Notify the Engineer 7 days in ance of street closings, lane closures and sidewalk closures so that a press rele sec n be issued. No street or sidewalk may be closed without the Engineer's app oval an 'us aid notification. B. The project shall mainta' a contin pedestrian and non -vehicular route at all times as indicated on t plan sheets. 3.05 COMMUNITY EVENTS: A. The Contractors uld look at community cal dars to determine potential conflicts with planned co struction activities and sched e. B. No work shall 91ccur on University of Iowa Home ootball game days. M Cr 01310-2 SECTION 01310- j PROGRESS AND SCHEDULES PART 1 -GENERAL 70 OCT -I PM 3• 21 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 vehicles and pedestrians 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 -Bid meeting will be held on Wednesday, October 16, 2024 at 10:OOAM at Iowa City Engineering Conference Room. A site visit is encouraged by all Project Plan Holders prior to the Pre -Bid Meeting. B. A Pre -Construction meeting will be held prior to beginning work. 3.02 PROGRESS OF WORK: A. The following limitations shall apply to this Project: 1. Specified Start Date: May 19, 2025 2. Final Completion Date: August 15, 2025 3. Liquidated Damages: $1,000.00/day All of the bid items listed in the FORM OF PROPOSAL shall be completed by the Final Completion Date. Liquidated damages of $1,000.00 per day will be charged on work beyond the Final Completion Date. 01310-1 B. Contractor is allowed to work daytime and/or nighttime, 7 days per week. No lane closures will be allowed on Riverside Drive between the hours of 6:OOAM to 9:OOPM, and at least one through lane in each direction on Riverside Drive shall be maintained between 9:OOPM and 6:OOAM. C. Work will proceed in a well -organized and continuous manner to minimize the disruption to the general public (both pedestrian and vehicular). D. Construction will proceed in phases. The contractor is expected to submit a phasing plan upon award of the contract. E. The Contractor should look at community calendars to determine potential conflicts with planned construction activities and schedule. F. 3.04 STREET and SIDEWALK CLOSINGS: A. Notify the Engineer 7 days in advance of street closings, lane closures and sidewalk closures so that a press release can be issued. No street or sidewalk may be closed without the Engineer's approval and said notification. B. The project shall maintain a continuous pedestrian and non -vehicular route at all times as indicated on the plan sheets. 3.05 COMMUNITY EVENTS: A. The Contractor should look at community calendars to determine potential conflicts with planned construction activities and schedule. B. No work shall occur on University of Iowa Home Football game days. CD W 01310-2 DEVELOPMENTAL SPECIFICATIONS FOR STRUCTURAL CONCRETE COATING Effective Date December 15, 2015 THE STANDARD SPECIFICATIONS, SERIES 2015, ARE AMENDED BY THE FOLLOWING MODIFICATIONS AND ADDITIONS. THESE ARE DEVELOPMENTAL SPECIFICATIONS AND THEY PREVAIL OVER THOSE PUBLISHED IN THE STANDARD SPECIFICATIONS. 15035.01 DESCRIPTION. Following concrete surface preparation, apply concrete coating(s) of the type(s) specified surfaces designated in the plans. Contractor shall submit coating material information for approval, protect surrounding areas, and apply coating(s) in accordance with these specifications. 15035.02 MATERIALS. A. Use coating materials of the type specified in plans. Submit products and suppliers to Engineer for approval prior to material acquisition and application. Coating shall be warranted by manufacturer as appropriate material for the specified application described in the plans. B. Provide coating materials in sealed, original containers properly marked and labeled to allow verification with applicable material safety data sheets, application precautions, and instructions. Labeling shall include manufacturer's name, type of material, brand name, gloss designation, date of manufacture, shelf life, contract or order number under which the material has been ordered, lot and batch numbers, quantity, handling, thinning, and application instructions. C. Submittals: At least 3 weeks prior to commencing production coating of specified surfaces, provide Product Data Sheets, and MSDS for coating products including primers, thinners, and cleaning agents. Provide written application instructions from manufacturer, which includes recommended application equipment, application methods and rates, surface preparation requirements, and other applicable manufacturer's recommendations. Submit paint color samples on 8.5 inch by 11 inch draw -down cards for each color specified in the plans. Deliver samples to Iowa DOT, Office of Bridges and Structures, Attn: Aesthetics Coordinator, 800 Lincoln Way, Ames, IA 50010 for review and approval prior to ordering materials. D. An applicator with at least 3 years' experience applying similar coatings to concrete surfaces shall apply the product. 15035.03 CONSTRUCTION. A. Pre -application Surface Preparation. Follow surface preparation requirements listed in the plans and specifications. If no surface preparation requirements are specified in the plans, follow coating product manufacturer's recommendations for surface preparation. If coating product literature is incomplete regarding minimum concrete cure time, surface preparation, equipment requirements, surface readiness testing, or for other questions regarding _surfaces.:' preparation, obtain assistance from a qualified coating product manufacturer's representative prior to beginning surface preparation. "` 'a --t r a� DS-15035 Protect the public, passing vehicles, the bridge, nearby waterways and vegetation, and all surfaces from harm during surface preparation. Do not solvent -clean, blast -clean or acid -etch galvanized or painted metal surfaces. Following surface preparation, remove residue and other debris related to cleaning process and leave work area broom clean. B. Project Conditions. Coordinate schedule for concrete coating application with earthwork, back filling operations, and other adjacent construction. Delay adjacent plantings until concrete coating application is completed. Coordinate work to allow coating application to proceed without interference from other trades, without risk of contamination of coating by airborne particles or other debris, and without risk of coated surface abrasion from equipment or personnel. C. Protection of Surfaces and Surrounding Property. Use protective coverings, shields, or masking as necessary to protect surfaces not designated to receive coatings. When tarps are used, firmly secure to avoid being dislodged by wind. If tarps become dislodged, stop work immediately and secure. When sustained winds are 40 mph or above, drop and secure tarps. Maintain protective coverings during entire period work is being performed and remove coverings upon completion of work. Use diligence to ensure vehicles, structures, buildings, vegetation, equipment, hardware, fixtures, and other surfaces not designated to receive concrete coating are protected from overspray, drips, spillage, and other damage. Remove overspray or drips on adjacent surfaces in accordance with manufacturer's recommendations. Contractor shall be responsible for cleanup of spills. Cleanups shall be performed at no additional cost. When applying coating adjacent to occupied buildings, coordinate shutdown of air handling equipment with building owners throughout application process. Cover air intakes and air conditioning vents, which could carry odors or fumes into buildings. Vents shall remain covered and air handling equipment shall remain inactive until surfaces are visibly dry or odor has dissipated. Maintain adequate ventilation when working in confined areas. D. Product Application. Following completion of surface preparation, obtain Engineer's approval to proceed prior to beginning concrete coating application. If coating product literature is incomplete regarding any part of product application process, equipment requirements, surface priming, allowable conditions, or for any other questions regarding product application, obtain assistance from a qualified coating product manufacturer's representative prior to beginning coating application. = c,•7 Surfaces to be coated shall be clean, dry, and free of oil, dirt, grease, form release' agent, efflorescence, or other substance which inhibits penetration and atf . "ioGf coating. Surface readiness for coating shall be in accordance with manufae�Orer'.�. recommendations, including allowable moisture content, surface profile, teV4`; Btc. n� DS-15035 If coating manufacturer recommends certification of coating applicators, personnel directly involved in coating application shall be certified according to manufacturer's recommendations. Apply using brush, roller, or sprayer according to coating manufacturer's recommendations. Total number of coats applied shall be according to manufacturer's recommendations, but with a minimum of two coats of topcoat color applied. Follow manufacturer's recommendations for drying time between coats. Apply coating only during dry conditions. Follow manufacturer's recommendations for acceptable atmospheric conditions such as allowable air and concrete temperatures, humidity, dew point, wind, sun exposure, potential future precipitation events, etc., both at the time of application and for entire curing period established by manufacturer. Do not dilute material except as allowed by manufacturer for the specified application. Follow manufacturer's recommendations for priming, thinning, mixing, and pot life. 1. Spray Application. Spray application equipment and methods shall be according to coating manufacturer's recommendations. Follow manufacturer's recommendations for total minimum dry film thickness. 2. Brush and Roller Application. Brushes and roller materials and methods used shall be according to coating manufacturer's recommendations. Follow manufacturer's recommendations for total minimum dry film thickness. E. Inspection. Engineer will inspect work to verify that it is in accordance with the requirements of this specification. Contractor shall facilitate this inspection as required, including providing Engineer with advance notice of scheduled work, allowing ample time for inspections and access to work. Inspections may include, but are not limited to, surface cleanliness, coating application, curing, touchup, and final appearance. Contractor shall not proceed with subsequent phases of work until Engineer has approved preceding phase. No drips or runs shall be evident in the coated surface. Coating coverage shall be complete and consistent across the entire coated surface. Correct surface defects to the satisfaction of the Engineer. The inspection by the Engineer does not relieve Contractor of responsibility to comply with requirements of this specification. Contractor shall furnish, until final acceptance of concrete coating, equipment and instrumentation needed for self -inspection of the work to remain in compliance with manufacturer's recommendations and these specifications. 15035.04 METHOD OF MEASUREMENT. Square yards shown in the contract. 15035.05 BASIS OF PAYMENT. A. Payment will be the contract unit price per square yard for the Structurat Concre Coating. == Kv DS-15035 B. Payment is full compensation for furnishing labor, equipment, and materials used to prepare and test surfaces, protect surrounding property, and apply coats of the concrete coating. C-;' � N DS-15035 DEVELOPMENTAL SPECIFICATIONS FOR STRUCTURAL CONCRETE COATING ?TA OCT - I PP; 3= 21 Effective Date October 17, 2023 THE STANDARD SPECIFICATIONS, SERIES 2023, ARE AMENDED BY'THE FOLLOWING MODIFICATIONS AND ADDITIONS. THESE ARE DEVELOPMENTAL SPECIFICATIONS AND THEY PREVAIL OVER THOSE PUBLISHED IN THE STANDARD SPECIFICATIONS. 23015.01 DESCRIPTION. Following concrete surface preparation, apply concrete coating(s) of the type(s) specified surfaces designated in the plans. Contractor shall submit coating material information for approval, protect surrounding areas, and apply coating(s) in accordance with these specifications. 23015.02 MATERIALS. A. Use coating materials of the type specified in plans. Submit products and suppliers to Engineer for approval prior to material acquisition and application. Coating shall be warranted by manufacturer as appropriate material for the specified application described in the plans. B. Provide coating materials in sealed, original containers properly marked and labeled to allow verification with applicable material safety data sheets, application precautions, and instructions. Labeling shall include manufacturer's name, type of material, brand name, gloss designation, date of manufacture, shelf life, contract or order number under which the material has been ordered, lot and batch numbers, quantity, handling, thinning, and application instructions. C. Submittals: At least 3 weeks prior to commencing production coating of specified surfaces, provide Product Data Sheets, and MSDS for coating products including primers, thinners, and cleaning agents. Provide written application instructions from manufacturer, which includes recommended application equipment, application methods and rates, surface preparation requirements, and other applicable manufacturer's recommendations. Submit paint color samples on 8.5 inch by 11 inch draw -down cards for each color specified in the plans. Deliver samples to Iowa DOT, Bridges and Structures Bureau, Attn: Aesthetics Coordinator, 800 Lincoln Way, Ames, IA 50010 for review and approval prior to ordering materials. D. An applicator with at least 3 years' experience applying similar coatings to concrete surfaces shall apply the product. 23015.03 CONSTRUCTION. A. Pre -application Surface Preparation. Follow surface preparation requirements listed in the plans and specifications. If no surface preparation requirements are specified in the plans, follow coating product manufacturer's recommendations for surface preparation. If coating product literature is incomplete regarding minimum concrete cure time, surface preparation, equipment requirements, surface readiness testing, or for other questions regarding surface preparation, obtain assistance from a qualified coating product manufacturer's representative prior to beginning surface preparation. DS-23015 Protect the public, passing vehicles, the bridge, nearby waterways and vegetation, and all surfaces from harm during surface preparation. Do not;;l=clean biaen or acid -etch galvanized or painted metal surfaces. Following surface preparation, remove residue and other debris related to cleaning process and leave work area broom clean. B. Project Conditions. Coordinate schedule for concrete coating application with earthwork, back filling operations, and other adjacent construction. Delay adjacent plantings until concrete coating application is completed. Coordinate work to allow coating application to proceed without interference from other trades, without risk of contamination of coating by airborne particles or other debris, and without risk of coated surface abrasion from equipment or personnel. C. Protection of Surfaces and Surrounding Property. Use protective coverings, shields, or masking as necessary to protect surfaces not designated to receive coatings. When tarps are used, firmly secure to avoid being dislodged by wind. If tarps become dislodged, stop work immediately and secure. When sustained winds are 40 mph or above, drop and secure tarps. Maintain protective coverings during entire period work is being performed and remove coverings upon completion of work. Use diligence to ensure vehicles, structures, buildings, vegetation, equipment, hardware, fixtures, and other surfaces not designated to receive concrete coating are protected from overspray, drips, spillage, and other damage. Remove overspray or drips on adjacent surfaces in accordance with manufacturer's recommendations. Contractor shall be responsible for cleanup of spills. Cleanups shall be performed at no additional cost. When applying coating adjacent to occupied buildings, coordinate shutdown of air handling equipment with building owners throughout application process. Cover air intakes and air conditioning vents, which could carry odors or fumes into buildings. Vents shall remain covered and air handling equipment shall remain inactive until surfaces are visibly dry or odor has dissipated. Maintain adequate ventilation when working in confined areas. D. Product Application. Following completion of surface preparation, obtain Engineer's approval to proceed prior to beginning concrete coating application. If coating product literature is incomplete regarding any part of product application process, equipment requirements, surface priming, allowable conditions, or for any other questions regarding product application, obtain assistance from a qualified coating product manufacturer's representative prior to beginning coating application. Surfaces to be coated shall be clean, dry, and free of oil, dirt, grease, form release agent, efflorescence, or other substance which inhibits penetration and adhesion of coating. Surface readiness for coating shall be in accordance with manufacturer's recommendations, including allowable moisture content, surface profile, PH level, etc. DS-23015 If coating manufacturer recommends certification of coating applicators, personnel directly involved in coating application shall be certified according to manufacturer's recommendations. ?M4 OCT _ ( pH 3- Apply using brush, roller, or sprayer according to coating manufacturer's recommendations. Total number of coats applied shall be accaoing,t;opanufacturer's recommendations, but with a minimum of two coats of topcoat color applied. Follow manufacturer's recommendations for drying time between coats. Apply coating only during dry conditions. Follow manufacturer's recommendations for acceptable atmospheric conditions such as allowable air and concrete temperatures, humidity, dew point, wind, sun exposure, potential future precipitation events, etc., both at the time of application and for entire curing period established by manufacturer. Do not dilute material except as allowed by manufacturer for the specified application. Follow manufacturer's recommendations for priming, thinning, mixing, and pot life. 1. Spray Application. Spray application equipment and methods shall be according to coating manufacturer's recommendations. Follow manufacturer's recommendations for total minimum dry film thickness. 2. Brush and Roller Application. Brushes and roller materials and methods used shall be according to coating manufacturer's recommendations. Follow manufacturer's recommendations for total minimum dry film thickness. E. Inspection. Engineer will inspect work to verify that it is in accordance with the requirements of this specification. Contractor shall facilitate this inspection as required, including providing Engineer with advance notice of scheduled work, allowing ample time for inspections and access to work. Inspections may include, but are not limited to, surface cleanliness, coating application, curing, touchup, and final appearance. Contractor shall not proceed with subsequent phases of work until Engineer has approved preceding phase. No drips or runs shall be evident in the coated surface. Coating coverage shall be complete and consistent across the entire coated surface. Correct surface defects to the satisfaction of the Engineer. The inspection by the Engineer does not relieve Contractor of responsibility to comply with requirements of this specification. Contractor shall furnish, until final acceptance of concrete coating, equipment and instrumentation needed for self -inspection of the work to remain in compliance with manufacturer's recommendations and these specifications. 23015.04 METHOD OF MEASUREMENT. Square yards shown in the contract. 23015.05 BASIS OF PAYMENT. A. Payment will be the contract unit price per square yard for the Structural Concrete Coating. DS-23015 B. Payment is full compensation for furnishing labor, equipment, and materials used to prepare and test surfaces, protect surrounding property, and apLpJy rgats,of the concrete coating. 7574 OCT i 1 l r 1 L (.%P F J 6TY. OW DS-23015 APPENDICES ASBESTOS, LEAD PAINT, AND CHROMIUM INSPECTION REPORT LIGHTING PRODUCT REFERENCE DATA (TWO STYLES) Asbestos, Lead Paint, and Chromium Inspection Report SUBMITTED TO: Origin Design 137 Main Street, Suite 100 Dubuque, IA 52001 Asbestos, Lead Paint, and Chromium Inspection LOCATION: Iowa City Pedestrian Bridge Riverside Drive at Iowa Avenue Iowa City, IA 52240 Prepared By: Environmental Management Services of* loAva, Inc. 5170 Wolff Road, #2 Dubuque, IA 52002-2563 (563) 583-0808 C.) N Environmental Management Services of Iowa, Inc. - 5170 Wolff Road, #2 -Dubuque, IA 52002-2563 - (563) 583-0808 ASBESTOS, LEAD PAINT, and CHROMIUM CONTAINING MATERIALS INSPECTION SL:14IM.,%,RY CLIENT: Origin Design, 137 Main Street, Suite 100, Dubuque, IA �2001 BUILDING INSPECTED: Iowa City Pedestrian Bridge, Riverside Drive at Iowa Avenue, Iowa City, IA 52240 INSPECTOR: Jeff Stahr Inspection Comments: Building Size: Bridge # of Floors: Brlduc Year Constructed: unknoNN n DATE. ITSPE CTED: 07/26/2023 An asbestos, lead paint, and chromium paint inspection was performed to identify potentially friable and non -friable asbestos containing materials. lead based paint, and chromium paint. The following materials were identified: ASBESTOS MATERIALS IDENTIFIED ROOM(S�'LOCATION 'RIVI'ION OF ASBESTOS MATER [L'eiveler :1xrOLNT UNIT OF I MEASUREMENT TYPE OF ASBESTOS Y OF ASBESTOS FRIABLE OR NON -FRIABLE, RailingPosts (under railing posts)undeternimed amount the < 1°o 1 Ton-friabte LEAD PAINT: Lead levels were found to be below regulated levels (.0013% by wt). CHROMIUM: Cliromium levels were found to be below regulatory levels (< .008% by wt). *See Asbestos. Lead, and Chromium Sampling Results. l `ice ,, IN i ` �ffSf.�hr.lnspertor LEAD -COIN 101 11 State of Iowa Lead Certification 23-9245 State of Iowa Asbestos Inspector License # * Amounts of material are approximations. Contractors are responsible for verifying measurements. Page I of 2 Em4ronmental Management Services of Iowa, Inc. - 5170 Wolff Road, #2 - Dubuque, IA 52002-2563 - (563) 583-0808 ASBESTOS, LEAD PAii\T, and CHRO!11iUNT CONTAINING MATERIALS INSPECTION SUMMARY CLIENT: Origin Design, 137 Main Street, Suite 100, Dubuque, IA 52001 BUILDING INSPECTED: Iowa City Pedestrian Bridge, Riverside Drive at Iowa Avenue, Iowa City, IA 52240 Building Size: Bridge # of Floors: Bridge Year Constructed: unknown INSPECTOR: Jeff Stahr DATE INSPECTED: 07/26/2023 Inspection Comments: An asbestos. lead paint, and chromium paint inspcction ,.ti:i, performed to identify h. +.. nri,,1! friable and non -friable asbcstos containing materials, lead basod paint, and chromium paint. The following materials were identified: NOTES: To keep disturbance to building materials and damage to property minimum, a limited number of spot checks were done to visualize suspect asbestos materials and collect necessary samples for testing. Therefore, suspect asbestos materials may be hidden and may be uncovered during the renovation and'or demolition processes. Local and State regulations may require asbestos containing materials to be removed by a licensed asbestos abatement contractor. An Asbestos Notification and fee may be required to be submitted to the appropriate government agencies either ten calendar days or ten working days (depending on the type and amount of asbestos being removed) prior to starting asbestos work. A renovation project when there is still aslxstos present in a structure, may require a Renovation Notification and fee to be submitted to the appropriate government agencies ten working days prior to starting renovation work. A demolition project, which includes the removal of any load bearing walls and/or complete demolition of a structure, may require a Demolition Notification and fee to be submitted to the appropriate government agencies ten working days prior to starting demolition work_ Materials containing less than I % or I % asbestos: Iowa OSHA requires the following for removal of asbestos containing materials that contain less than 1 % asbestos: 1. Some asbestos training, such as, asbcstos awareness training or at a minimum, training on how to properly and safely remove the particular material being remove( 2. Exposure Assessment including personal and excursion air sampling. 3. Wet removal. 4. Non -mechanical means of removal. Materials containing greater than 1% asbestos: z i :11 wy 9 1 d3S 11LG! For materials that contain greater than I% asbestos, Iowa OSHA and the Iowa DNR require the asbestos containing material to be removed by a licensed asbestos contractor with asbestos trained and licensed personnel. - * Amounts of material are approximations. Contractors are responsihie for verifying measurements. Page 2 of 2 Ozder,LU: I673169�9 - ENVIRONMENTAL MANAGEITENT SERVICES OF IOWA, INC. 5170 Wolff Road, #2 cQ Dubuque, IA 52002 (563) 583-0808 FAX: (563) 583-2206 BULK SAMPLE ANALYSIS REQUEST DATE:-]-�6`0� �} INSPECTOR: Jeff 5tahr FACMM: �'- - sa BUILD NG #: BTIILDING• z04 gL-+,v ad'p- ChIg AVQ , PROJECT #: ? V) LABORATORY: EMSL Analytical, Inc. (317) 803-2997 FAX: (317) 803-3047 p 6340 Castleplace Dr. Main Ofiicc: 1-300-220-3675 3 - Indianapolis, IN 46205 DATE SAMPLE TAKEN SAMPLE NUMBER LOCATION SAMPIi:,r .= DESCiitIl NON 7-a dRD -t VrQ � -e. Top -;?,6-a .- 0 ,( p,4 1,�j e. MwA '01 y X n' _a a3 PD + _ 9-5 .7- 66-03 EMSL Analytical, Inc. 6340 CastloPlace Dr. Indianapolis, IN 46250 TeUFax: (317) 833-2997 i (317) 803.3047 ,lllp f.+m-, v ENISL.ccm i indianapolislab,@emcl ccrr Attention: Mark Hogan Environmental Management Svs. of Iowa 5170 Wolff Rd. #2 Dubuque, IA 52002 Project: Origin Design Iowa City Pedestrian Bridge at Iowa Ave EMSL Order: 162316958 Customer ID: CFME50 Customer PO: Project ID: Phone: (563) 583-0808 Fax: (563)583-2206 Received Date: 07/27..2023 10:10 AM Analysis Date: 07/27/2023 Collected Date: 07/26.t2023 Test Report: Asbestos Analysis of Bulk Materials via AHERA Method 40GFR 763 Subpart E Appendix E supplemented with EPA 600IR-931116 using Polarized Light Microscopy Non -Asbestos Asbestos Sample Description Appearance %Fibrous i Non -Fibrous %Type RD+IA-02 Bridge Top - Deck Gray 100% Non -fibrous (Other) None Detected Paint Non-= ibrous 7ZJ's2�! Hornogerecl,S RD+IA-03 Urde, Halling Mount - Silver 100% Non -fibrous (Other) <1 % Chrysofile Leveler Non -Fibrous h� 1 `sNIt-CM2 Homogeneous RD+IA-05 Top of Bridge Pillar - Black 10% Celhdose 90% Non -fibrous (Other) None Detected Expansion Non -Fibrous 1823189584M Homogenews RD+IA-05 Ped Bridge to Street Black 100 °f Non -fibrous (Other) None Detected - Expansion Non -Fibrous 162316958-0"4 Homogeneous RD+IA-07 Bridge Joint - Gray Black 100% Non -fibrous (Other) None Detected Tar Nor -Fibrous M22fss68oeas Homogeneous Analyst(s) Maggie Hayden (5) r-J rJ 1 tom,. Ast}estns Laboratory Manager or Other Approved Signatory EMSL maintains liatdity limitec to cost of analysis. Inte(prelabon and use of test results are the resporiwbdily of the cliert Tnis report relates crly io me samples reported above, and may not be reproducee, except it full vrihout wr 1tmf approval by EMSL. EMSL bears ^o respons.bilily for sample collection activities or anatytical method hmitsbuns. The repon reflects me samples ns received. Results are generated from the field sampling data Isampllrg volumes and areas, locatiors, etc.) provided by the client on the Chain of Custody. Samples are witrrn yu:Lity control criteria and met method soecifiratrons uNess otherwise noted. The above analyses were performed in general compliance with Append x E to Subpar, E of 40 CrR (previously EPA 600A14-82-020 'Interim Metnod') but augmented with prccecures outlined in toe 19931Ynal'y version of the method. This report must not oe used by the client to claim predact certification, approval or endorsement oy NVLAP, NIST or any agency of the federal government. Non -triable organically bourd materials present a problem matr t and therefore EMSL recommends gravimehic reduction prior to analysis. Unless requested by We d en;, building materials manufacturer -with fnulhple, layers [i.e. linoleum, wallboard, etc.) are reported as a single sample. EsVnafon of uncertainty is avadatxe on equest Samples analyzed by EMSL Analytical. trio. Indianaaolis. IN NVLAP Lab Code 20018", AZ0939, CA 2575. CO AL-15132 TX 300262, A2LA Accredited - Certificate #2845.2S snit al report from 07727i2023 15.11 .58 AS8_PLM 0008_0001 - 1.78 orinted. 7/27+2023 3 11 PM Page 1 of 1 EMSL Analytical, Inc. EMSL Order: CustomerlD: 6340 CastlePlace Dr., Indianapolis, IN 46250 Phone±Fax: j317} 803-2997 ; (317) 803-3047 CustomerPO: hh1APJM viu ENISI,. cost indianaoolislabCalemsl corn ProjectID: &tn Mark Hogan Environmental Management Svs. of Iowa 5170 Wolff Rd. #2 Dubuque, IA 52002 t'a.Iect: IOWA CITY PEDESTRIAN BRIDGE AT IOWA AVE. 162316911 CFME50 Phone: (563)583-0808 Fax: (563) 583-2206 Received: 112 f/2023 10:10 AM Collected: 7/26/2023 Test Report: Lead in Paint Chips by Flame AAS (SW 846 305013/700013)* Client SampleDewription (ollected .lu(1llZed Weight RDL !.eardConcrtrtration RD+IA-01 712612023 7t27r2023 0.2562 g 0.0080 % V+t <0.0080 % cot 162316911-0001 Site: UNDER LOOP RAMP RD+IA-02 7/26/2023 7127/2023 162316911-0002 Site: ON BRIDGE DECK RD+IA-06 7/26/2023 71,'2712023 162316911.0003 Site: UNDER BRIDGE 0.25129 0.0080 % cot <0.0080 % Wt 0,25589 0.0080 % cot <0.0080 % ve r Aleksandrea Kuchenbrod, Inorganic Chemistry Lab Manager or other approved signatory FMSL maintains liability limited to cost of analysis. Imerpretatlon and use or last results are the responsilbility of the client. This report rotates only to Lne sart)ptes reported above, and miry gal be reproduced, except ,n lull, M"ul antlen approval by EfdSL. EM& bears no 'esponsibility far sample colleclior activities a• amity^.Irall method Imitations. The report reflects Ire samples as received Results are genera -.ad from the field sampling data {sampling volumes and areas, locasans, olc.) provided by the client on ere Cnain of Custody. S*nplos are within euality contra criteria and met method specifications unless otnerwise noted. ' Analysis falawing Lead in Paint by EMSL SONDeterminallor of Environmurtal Lead by FLAA. Report" Idrit is 3,C 4% cot based on the minimun sample weight per ma SCIP. '<' (less than) rests signifies the analyle was not detected at or above the tapering limit. Measurement of urcertainty is avallaere ill request. Dornitions of mod.ficatrons are available upon eaquest samples "y?ed by FMSt Arialylirm Inc. Indianapolis, IN AIHA LAP, LL.C-FI.I AP Accredited 4157245. OH E10040 i Initial report from 07/28/2023 07:26:22 Test Report PS w1RDL-2.0.0.0 Printed: 7/28/2023 7:26:22 AM Pape 2 of 2 EMSL Analytical, Inc. 6340 CastlePlace Dr., Indianapolis, IN 46250 Phonell'ax (317) 803-2997 1(317) 903-3047 Indiaral)clislat>-UemsLrrm att Mark Hogan Phone: Environmental Management Svs. of Iowa Fax: 5170 Wolff Rd. #2 Received Dubuque, IA 52002 Collected Project IOWA CITY PEDESTRIAN BRIDGE AT IOWA AVE. EMSL Order: 162316911 CustomerID: CFME50 CustomerPO: ProjectlD: (563)583-0808 (563)583-2206 7/27/2023 10:10 AM 7/26/2023 Test Report: Chromium in Paint Chips by Flame AAS (SW 846, 7000B) Client SampleUescription (allecled analyzed II , ;d : J11)1 (. h, uum,m CuncrnUvuivn RD+IA-01 7126/2023 7/2712023 C c;67 a C 013 "kU wt <0.01 3 1% wt 162316911-0001 Site: UNDER LOOP RAMP RD+IA-02 7/26/2023 7/27/2023 162316911-0002 Site: ON BRIDGE DECK RD+IA-06 7126/2023 7127/2023 162316911-0003 Site: UNDER BRIDGE r Sampuas anatyzod by EMSL Analytical, Inc. Indianapols, IN Initial report from 0712812023 07:26:22 Test Report PB w/RDL-2.0.0.0 Printed: 7/28/2023 7:26:22 AM 51U G13 ?' avt J.:113 cat 0.255,? e, 9 013 'i� *1 ;; J J 13 '% 'cat 'c "')-*, w —1 C. CT, N Aa Lk� Aleksandrea Kuchenbrod, Inorganic Chemistry Lab Manager or other approved signatory Pepe 1 of 2 OrderiD: 1623169.. Lead (Pb) Chain of Custody EMSL Order ID Lab use Only): EMSL ANALYTICAL, rNC, W Pn��ow�. rw V pR-1� •�twrawG i EMSL ANALYTICAL, iNC. 2001ROUTE 130 NORTH CINNAMINSON, NJ 08077 PHONE: (800) 220-3676 Frvc (856) 786-5974 -^ Company: {/ViS-(" EMSL-Bill to: Y Same ❑ Different If SIR to +s Different AeVstructjonsinCcinments^ Third Party Billing requires w Nen authorization fmm thirdparty Street: t— T Cit : State/Province: 9 Zip/Postal Code: rj-;)� �� Courit : Report To (Name): k-- alvl— Telephone #: bta 3 Email Address: Fax #:3 _C9Purchase Order: Project Name/Number:�` ; Please Provide Results: ❑ Fax Email U.S. State Samples Taken: CT Samples: ❑ Commercialfraxable E3 Residentlalfrax Exempt Turnaround Time A Options* - Please Check I ❑ 3 Hour X24Hour I [] 48 Hour I ❑ 72 Hour I .❑ 96 Hour I ❑ 1 Week j ❑ 2 Week Ana; sis oom feted in sowriance with EMSL's Terms and CondNons located in the Price Guide :Matrix Method Instrument Reporting Limit Chec Chips ,4 % by wt. ❑ mgfcm2 ❑ ppm SWa46-7000B Flame Atomic Absorption 0.01 % ,fir• 0 ! NIOSH7082 Flame Atomic Absorption 4pd/filter ❑ NIOSH 71G5 Graphite Furnace AA 0.03jig/filter NIOSH7300modified 1CP-AE81ICP-MS 0.5 pg1filler Ll Wipe* A3TM El non ASTIVI ❑ IN no box Is checked, non-ASTid Wipe Is assuxmd Flame At Absorption 10 pg/Wlpe ❑ SW846-6010B or C iCP-AES 1.0 pg/wipe ❑ SW846-70008IM10 Graphite Furnace AA 0.075 pg/wipe ❑ TCLP SW846-131117000BISM 3111B Flame Atomic Absorption 0,4.m /L m SW846.11311SW846-6010B or C ICP-AES 0.1 m /L m Soil SW846.7000B Flame Atomic Absorption 40 m Ik m ❑ SWM-7010 Graphite Furnace AA 0.3 m Ik m SW846-6010B or C ICP-AES 2 mg/kg (p m)1 Wastewater Unpreserved ❑ Preserved with HNO3 pH < 2 ❑ SM3111BISW848-70008 Flame Atomic Absorption 0.4 m /L m i EPA 200.9 Graphite Furnace AA 0.003 m /L m EPA 200.7 ICP-AES 0.020 m /L fit Drinking Water Unpreserved ❑ Preserved with HNO3 pH < 2 ❑ EPA 200.9 Graphite Furnace AA 0.0 03mg/L (ppm) EPA 200.8 ICp-MS 0.001 mgIL (ppm) ❑ TSP/SPM Filter 1 40 CFR Part 50 ICP-AES 12 pgtfilter 40 CFR Part 50 Graphite FumaceAA 3:6 /filter 0�_ Other: ❑ Name of Sampler: / Signature of Sampler: Sample # Location Volume/Area Date/Time Sampled KD -or ev Qknaa -d h d , . r S Client Sample #'s - Total # of Sample Q I Relinquished (Client): Date: _a Time: _.-. 4, 06 Received (Lab)Date- Time:: Comments: C CMI-11-d Oo--i •- Uae ThI COC - R6. 6I122012 Page 1 of I pages IDPH r1 PUNLALTH Apri 1 1.2021 Jeffrey R Stahr 5170 Wolff Road Dubuque. IA 52002 Protecting and Improving the Health of Iowans Dear Jeffrey 13 Stahr The department has reviewed Ole information you submitted and detcmtined that you have nut the requirements for certification in the state of lows as a Lead Abatement Contractor. Your certification number is: LEAD-CONT1011 I. Your certification will expire on April 7, 20.14. By that date, you must renew your certification in order to perform any lead professional certification activities. To renew your certificatiou, you will need to have completed the appropriate refresher course. Refresher courses are valid if taken within 3-years fiord the date that you renew. please keep a copy of your certification on your person or in an easily retrievable area at the work site, if you submitted your application online or with a valid crnail address, the certifiwition is being provided to y<ru electronicaVy. You may choose to either print these documents or have them available on your phone or other electronic device for display if requested. You can find the certification requirements and t,,o►k practice standards for all lead professionals in lows AdtninislTative Code 641 - Chapter 70. which is at: httnah�wµ .idph.iotra.but./1.Ply under "Resources". You must be currently cenified to perform work that requires ecrtificauon. Bureau of Environmental Health Sri vices, Lead Professional Certification Phone: 800-972-2026 F-retail ad.l3ureau('idvlj,iowa.f ov JOWA DEPARTMENT OF PGBLIC It ALTH r; Jeffrey B Stahr Lead Abatement Contractor i Certification Number: LEAD-CONT101 I1 t ENpiratfon Date: April 7, 2024 r.a C—� Cn Y• Lucia State Office Building • 321 lost ill! Street - Dus tt9rijan.1A • 515,A1,7089 , wwv:.►dp►t.ivwagoa UEAI R LAY ftasing or Sptsttcl! 1►rvEiretl) 111 ur I.SU111-IM.AN? License Type INSPECTOR SUPERVISOR (0 asbestos JEFFSTAHR DOB: 0-1-02-1965 I * j Issued: 01.04-2023 This person is licensed to perform asbestos work in the State of Iowa. ID card is intended for official use only and must be present on jobsite. Number 23-9245 23-9270 Expires 112-20-21M 12-06-=3 Rod A. Roberts Labor Commissioner ry al N) IIICIM LIGHTING" D;C I ; ;CAn()N ARCHITECTURAL AREA/SITE FEATURES • TIR Strike Optics • Patented low profile luminaire • Available in Monochromatic Amber, 27013000K, 3500K, 4000K and 5000K • Type 1, 2, 3, 4, 4W, 50, L, and R distributions • 0 -10V dimming drivers standard • IP65 optical assembly C &S O LISTED ••• " "°"w•'R�' r�.anwe,. CONTROL TECHNOLOGY rV( DISTRIBUTED rmtil, INTELLIGENCE SPECIFICATIONS wiSCAPE- CONSTRUCTION • One piece die-cast housing, low copper (<0.6% Cu) Aluminum Alloy with Integral cooling ribs over the optical chamber and electrical compartment • Solid barrier wall separates optical and electrical compartments • Double -thick wall with gussets on the support - arm mounting end • Housing forms a half cylinder with 55• front face plane providing a recess to allow a flush single -latch detail • All hardware is stainless steel or electro-zinc plated steel • Finish: fade and abrasion resistant, electrostatically applied, thermally cured, triglycidal isocyanurate (TGIC) polyester powdercoat • One-piece die-cast, low copper (<0 6% Cu) aluminum alloy lens frame with 1" minimum depth around the gasket flange • Optional clear 1/8" thick tempered glass lens retained by eight steel clips with full silicone gasketing around the penmete • Optional, fixture supplied with a one-piece flat, clear, UV stabilized polycarbonate, fully gasketed, replacing the standard tempered glass lens. CAUTION: Use only when vandalism is anticipated to be high. Useful life is limited by UV discoloration from sunlight. A program of regular inspection and periodic replacement is highly recommended to maintain optimum fixture performance • One-piece extruded aluminum arm with internal bolt guides and fully radiussed top and bottom • Luminaire-to-pole attachment is by internal draw bolts, and includes a pole reinforcing plate with wire strain relief • Arm is circular cut for specified round pole °\/Varp9' RELATED PROD[ICL$ 8 Juro 8 Pavilion.-- �.,-.� CONSTRUCTION (CONTINUED) • Optional cast, low copper aluminum horizontal slip -fitter with adaptor plate to secure the luminaire to 2" IPS pipe size arms • Optional cast aluminum wall mount plate assembly. Attaches to the wall over the junction box. Luminaire attaches to the wall plate OPTICS • Optical cartridge system consisting of a die cast heat sink, LED Total Internal Reflection (TIR) optics, gasket and bezel plate • Molded silicone gasket ensures a weather- proof seal around each individual LED • Features revolutionary individual LED optical control based on high performance TIR optical designs • Optional Backlight Control for complete control of unwanted backlight • IP65 Optical assembly • Type 1, 2, 3, 4, 4W, 50, R, and L standard distributions • Available in Monochromatic Amber, 2700K, 3000K, 3500K, 4000K and 5000K • Die-cast, low copper aluminum heat sink modules provide thermal transfer at PCB level • Anodized aluminum heat sink modules INSTALLATION • Fixtures must be grounded in accordance with national, state and/or local electrical codes. Failure to do so may result In serious personal injury ELECTRICAL • Dimming range from 10%to 100%through the use of standard 0-10V interface on the programmable driver ELECTRICAL (CONTINUED) • Modular wiring harness in the service area provides user access to the dimming circuitry • Optional factory programmed dimming profile • Surge protection: 10kV surge suppression • SF for 120, 277, 347 Line volts DF for 208, 240, 480 Line volts CONTROLS • 7-pin Receptacle and Button Photocell CERTIFICATIONS AND LISTINGS • Listed to UL1598 and CSA C22.2#250.0-24 for wet location and 41 ambient temperature • IDA approved, 3000K and warmer CCTs only • ANSI C136.31-2010 3G Vibration tested and compliant • RoHS compliant • This product qualifies as a "designated country construction material" per FAR 52.225-11 Buy American -Construction Materials under Trade Agreements effective 6/06/2020. See Buv American Solutions WARRANTY • 5 year warranty • See HLI Standard__WarraMfor additional information KEY DATA Lumen Range 1,783-14,924 Wattage Range 31.6-116.5 Efficacy Range (LPW) 55.8-134.4 Reported Life (Hours) L70/60,000 Weight 30 Ibs 13.6 kg EPS Side View 52 0 c� v x O i O K m 1413 0 m r m A 0 r C K z rn c� 0 Page V13 Rev 04/26/22 C 2022 Kim Lighting, a division of Hubbell Lighting, Inc. Specifications subject to change without notice. HUBBELL WP9SA2 701 Millennium Blvd • Greenville, SC 29607 1 Tel 888.678.1000 / Website www.kimtlghting.com Lighting IIICIM LIGHTING` ;CATION t LPROJECI CATALOG AR<.I- II I Et,_ l URAL AREA/SITE ORDERING GUIDE Example: 1 SA-WP9SA2-54L-405-3K7-3-CLR-SO-UNV-BLT-7PR-SF CATALOG d WPS9A2, 15A Single Arm WP95A2 Warp9 27L-350 27 LEDS - AM' Monochromatic Amber 1 Type I (Blank) No Lens PCBacklight Control 2.0 Small 3,000 Lumens 127K8 2 2700K, 80CRI 154L-405 12 Type II CLR Clear Glass 1W Wall Mount Fixture 54 LEDs - 2 27K9 2700K, 90CRI 3 Type III CP Clear HSF Horizontal 7,500 Lumens 3K7 3000K, 70CRI 4 Type IV Forward Slipfitter 81L-450 81 LEDs - Polycarbonate 12,500 Lumens 3K8 2 3000K. 80CRI 4W Type IV Wide Lens 3K9 2 3000K. 90CRI SOM Type V Square Medium 35KS 2 3500K, SOCRI R Comer Right Equivalent 351<9 2 3500K, 90CRI WP9S-P35 = 54L405 4K7 4000K, 70CRI WP9S-P70=81L450 4K82 4000K. 80CRI WP9S-E35 = 54L405 41<9 2 4000K, 90CRI 5K7 5000K, 70CRI j 5K8 2 5000K, 80CRI 5K9 = 5000K, 90CRI L Corner Left VSF' Vertical Sllpf tter Mount for 2' pipe tenon 12-3/8'O.D. x 4' LONG) SVSF' Vertical Slipftter Mount square for 2' pipe tenon (2-3/8'O.D. x 4' LONG) 3 Side Arm Mount 3" O.D. Pole 3.38 Side Arm Mount 3.38' O.D. Pole 3.5 Side Arm Mount 3.5' O.D. Pole 3.75 Side Arm Mount 3.75' O.D. Pole 4 Side Arm Mount 4' O.D. Pole 4.5 Side Arm Mount 4.5" O.D. Pole 5 Side Arm Mount 5' O.D. Pole 6 Side Arm Mount 6' O.D. Pole 5o Side Arm Mount Square Pole SCH-R Round Pole Mounted (Occupancy Sensor up to 16' to 301 SCH-S Square Pole Mounted (Occupancy Sensor up to 16' to 30) UNV 120-277V PILS Black Gloss Smooth 347 347V BLT Black Matte Textured 480 480V DBS Dark Bronze Gloss Smooth DST Dark Bronze Matte Textured GTT Graphite Matte Textured LGS Light Grey Gloss Smooth LGT Light Grey Matte Textured PSS Platinum Silver Smooth VGT Verde Green Matte Textured WHS White Gloss Smooth WHT White Matte Textured CC Custom Color SW7PR' SiteSync with 7 pin PCR SWUSB Sill Software on USB SWTAB ° SlteSync Windows Tablet SWBRG SrteSync Wireless Bridge Node WIR-RME-L WSCAPE 7-pin Module NXOFM-IRID-UNV NX 7-pin Module 7PR 7-Pin Photocell Receptacle PC Button Photocell OptionsFuse SF Single Fuse 12Q TPL Tamper Resistant Latch 277, 347 Line Votts DF Double Fuse 208, 240,480 Line Volts CD C/') W Notes: 1 Back Light Control not available for Type 50 and Type 5W 2 See Lumen Multiplier chart on Page,1.3. for lumen scaling factor. Consult factory for additional details. 3 Not available with other sensor or wireless control options 4 Specify group and zone at time of order, See www hubb011ighting. com/sitesync for more details. Order at least one SfteSync interface accessory SWUSB or SWTAB. Each option contains SfteSync License, GUI, and Bridge Node 5 Microsoft, Encarta, MSN, and Windows are either registered trademarks or trademarks of Microsoft Corporation in the United States and/or other countries 6 5-step MacAdam Ellipse Binning is standard. Consult factory for 3-step MacAdam Ellipse Binning 7 Turtle Friendly. 8 For all arm configurations, please refer to p-oar A. VSF/SVSF options ordered separately. Page 2/13 Rev 04/26/22 �; 2022 Kim Lighting, a division of Hubbell Lighting, Inc. Specifications subject to change without notice. H V BB ELL WP9SA2 701 Millennium Blvd • Greenville, SC 29607 / Tel 888.678.1000 / Website www.kimlighting.com Lighting 10MLIGHTIN9 WP9SA2 ARCHITECTURAL AREA/SITE SPECIFICATIONS (CONTINUED) CONTROLS BUTTON PHOTOCELL • Factory installed photocell inside housing with a fully gasketed sensor on the side wall. For multiple fixture mountings, one fixture is supplied with a photocell to operate the others 7PR • Fully gasketed and wired 7-pin receptacle option. Easy access location above the electrical compartment. 7-pin construction allows for a user -defined Interface and provides a controlled definition of operational performance. ANSI twist -lock control module by -others • Standard customer operation modes: 1. Traditional on/off photoelectric control 2. 5-pin wireless photoelectric control for added dimming feature 3.7-pin wireless photoelectric control for dimming and additional 1/0 connections for customer use Photocell receptacle wiring diagram Gray Wire 0-10V Din White Wir Neutral Brown Wi 10V Custc Defined Red Wire Line Voltage Black Wire Line Voltage Purple Wire 0-10V Dimming Orange Wire 10V Customer Defined wiSCAPETM Hubbell Control Solution's wiSCAPE" wireless control modules allow an individual fixture to managed, monitored and measured. The modules communicate securely over a robust certified meshed radio signal. The wiSCAPE modules provide on/off/dim control, external device input, alerts and metering. WIR-RME-L • wiSCAPE External Module,120-48OV, 1000ft range (LOS), Internal Photocell, 1 Digital Input, Compatible with the A-25-7H option SITESYNCTM r • SiteSync" wireless control system for reduction in energy and maintenance cost while optimizing light quality 24/7. See ordering information or visit www..hubnellii htir com/ _. _.. _ ..I _ 9. _. _.......g. _ products/sitesync for more details DATE LOCATION: TYPE. PROJECT. CATALOG u: NX DISTRIBUTED INTELLIGENCE TM • Hubbell Control Solutions' NX Distributed Intelligence'"' lighting control platform utilizes a Distributed Network Architecture (DNA) that connects intelligent devices including luminaires, controllers, panels, occupancy sensors, photocells, wall switches and dimmers, creating a system with an unmatched level of reliability, scalability and simplicity. DIMMING: • Dimming range from 100% to 10% through the use of the standard G-10V interface on the programmable driver Standard Input Black (+ White - Green GND Gray Dimming Lead (-) Fixture Purple Dimming Lead (+) Housing — 1 mA Max • Modular wiring harness in the service area provides user access to the dimming circuitry • Dimming circuitry compatible with 0-10V, user -defined control devices Optional factory programmed dimming profile POLE MOUNTED ROUND POLE -MOUNTED OCCUPANCY SENSOR UP TO 30' SCH-R Round Pole Mounted Occupancy Sensor up to 30'- Outdoor occupancy sensor with 0-10V interface dimming control mounts directly to the pole. Wide 360• pattern. Module colors available Black. Gray, and White. Module is cut for round pole mounting. Pole diameter needed. Pole to be drilled in the field with provided installation instructions • Ordering Example: SCH-R472771/BL' SQUARE POLE -MOUNTED OCCUPANCY SENSOR UP TO 30' SCH-S • Square Pole Mounted Occupancy Sensor up to 30'- Outdoor occupancy sensor with 0-10V interface dimming control mounts directly to the pole. Wide 360• pattern. Module colors available Black, Gray, and White. Module is cut for square pole mounting • Ordering Example: SCH-S/2772/BL' ASTRODIM • AstroDIM provides multi -stage night-time power reduction based on an internal timer referenced to the power on/off time. There is no need for an external control infrastructure. The unit automatically performs a dimming profile based on the predefined scheduled reference to the midpoint, which is calculated based on the power on/off times OPTIONAL FUSING: SF for 120, 277, and 347 Line volts • DF for 208, 240, and 480 Line volts • High temperature fuse holders factory installed inside the fixture housing • Fuse is included CAUTION: • Fixtures must be grounded in accordance with national, state and/or local electrical codes. Failure to do so may result in serious personal injury r v- S , kP" G,J Notes: 1 Pole diameter 2 Voltage 3 Color 1 Page 3H3 Rev. 04/26/22 �: 2022 Kim Lighting, a division of Hubbell Lighting, Inc. Specifications subject to change without notice. HUBBELL• WP95A2 701 Millennium Blvd • Greenville. SC 29607 / Tel 888,678.1000 / Website www.kini4ighting.com Lighting IIICIMLIGHTINGa DATE LOCATION: Q �j W P ✓SAG TYPE. CATALOG #: PROJECT: ARCHITECTURAL AREArSI I PRODUCT EXCEPTIONS & DETAILS Configuration •• VSF/SVSF Configuration 1A i Arm Side Mount 18 1SA % 3ST al Single Wall n!a Mount 2SB or 3SY - - ___ ��''��•��.�.... HSF �J--' Horizontal n/a Slipfitter 2SL 4SC MOUNTING OPTIONS SUPPORT ARM: • Die-cast, low copper aluminum alloy, with splice access cover • Die-cast pole adaptor and an internal reinforcing plate are provided with a wire strain relief • The arm adapter is square or circular cut for specified pole size and shape • For field wire connections, a terminal block is mounted in the arm cavity and accessible behind the splice access cover. The block accepts #14 to #8 wire sizes and is factory prewired to the electrical module's quick -disconnect plug inside the electrical compartment Fixtunt Drilling Instructions: For AR, CC, CCS, and ET Fixtures K1 Drill Parham a Pole Top $.Pporl Ann ouaiae _..�....._ V2' Oa How 200' t V32' 1718't V32' I I I I 53l16' t v64' I I I I I I I 3+4' D—oter w;.ay Hue. De6ur nsWe 8 outside VIEW Be tl c.t OPTIONAL VERTICAL SLIP -FITTER (VSF/SVSF): • Internally accessible slip -fitter attaches to a 2-3/8" x 4" long tenon and allows hands -free wiring and maintenance • Available for round and square poles I • For VSF arm configurations, please use 4". Mounting option on fixture ordering configuration. The optional VSF/SVSF will need to be ordered separately. • SVSF use square configuration. Ordering example for round: • 2 SA/WP9SA2/54L-500/35K8/3/CLR/4.00/UNV/ BLT • 1 VSF-2S8 Ordering example for square: • 21SA/WP9SA2/54L-500/35K8/3/CLR/SO/UNV/ BLT • 1 SVSF-2SB VSF-1SA SVSF-iSA VSF-2SB SVSF-2S6 VSF-2SL SVSF-2SL VSF-3ST VSF-3SY SVSF-3ST SVSF-3SY VSF-4SC SVSF-4SC WALL MOUNT 1W • A cast mounting plate of 356 alloy, low -copper (<0.6% Cu) aluminum, is mounted to the wall with bolts (by others). Fixture and arm are mounted to a cast 356 alloy aluminum cover plate before attaching to the wall mounting plate. The fixture -arm -cover plate assembly is hooked to the wall mounting plate, and secured with stainless steel screws provided. After mounting to the wall, field splices are made at the opening in the cover plate, then covered by a cast 356 alloy aluminum plate that blends with the cover plate design. Complete fixture -arm -cover plate assembly can therefore be mounted before field splices are made. Cover plate is finished to match arm and fixture powder coat color • Optional Wall Mount: (CC is illustration the same for all site area?) • Optional, cast aluminum mounting plate attaches to a wall over a Junction box and the speed mount is bolted to the cover plate. To complete the wiring, the luminalre assembly slides over the mounting plate. Wall Attachment 5'1, and J-Box by Others (140 mm) Cover Plate 4'/d" (108 mm1 ir9/y" Typical (14 mm) Architectural M[ Arm 83 o '•: (222 mm) 0 Splice Access Cover * • 1107e" --•' ^ (270 mm) (70 mm) --- Moul]" Piate - �~�" "I ) 75 ; " a f.J 1 Page 4MII Rev. 04/26/22 C 2022 Kim Lighting, a division of Hubbell Lighting, Inc. specifications subject to change without notice. H U B B ELL WP9SA2 701 Millennium Btvd • Greenville. SC 29607 1 Tel 888.678.10001 Webstte www kimlighting com Lighting IIICIM LIGHTING" DATE LOCATION ��/[ TYPE. PROJECT: • r P CATALOG #: ARCHITECTURAL AREA/SITE DELIVERED LUMENS NO LENS Nominal LED Lumen Drive Package Current 27 3,000 350 Distribution 3000K 70CRI - - BUG Rating Lumen B U 4000K 70CRI 5000K 70CRI Im/w - Lumen BUG Rating G - Im/w Lumen BUG Rating Im/w G B U B U G 1 3806 1 0 0 120.5 3940 ' 1 0 0 1248 4091 1 0 0 129.5 1-BC 2483 0 0 0 78.6 2570 0 0 0 81.4 i 2669 0 0 0 84.5 2 3614 1 0 1 114.4 3741 1 0 1 118.5 3884 1 0 1 123.0 2-BC 2322 0 0 0 73.5 2404 0 0 0 76.1 2496 0 0 1 79.0 3 3604 1 0 1 114A 3731 1 0 1 118.1 3874 1 0 1 122.7 3-BC 2227 0 0 1 70.5 2305 0 0 1 _ 73.0 2393 0 0 1 75.8 4 3761 0 0 1 119.1 3892 0 0 1 123.2 4042 1 0 1 128.0 _ 4-BC 2753 0 0 1 87.2 2849 0 0 1 90.2 2959 0 0 1 93.7 4W 3585 1 0 1 113.5 3711 1 0 1 117.5 3853 1 0 2 122.0 4W-BC 2327 0 0 1 73.7 2409 0 0 1 76.3 2502 0 0 1 79.2 50 3736 2 0 0 118.3 3868 2 0 0 122.5 4016 2 0 0 127.2 R 3572 1 0 1 113.1 3697 1 0 1 117.1 3839 1 0 1 121.6 L 3572 1 0 1 113.1 3697 1 0 1 117.1 3839 1 0 1 1 121.6 54 7,500 405 1 1-13C 8633 1 0 1 125.0 8936 1 0 1 129.4 9279 1 84.4 6053 1 0 1 134.4 5632 0 1 0 1 0 81.6 1 5830 0 1 0 0 0 1 877 2 2-13C 8197 1 0 2 118.7 8485 1 0 2 122.9 8810 1 1 79.0 5662 1 0 2 127.6 5267 0 0 1 ----....__._._..._.--- 76.3 5452 0 0 0 0 1 - 82.0 3 8175 1 0 2 118.4 8462 1 0 2 122.6 8787 1 0 2 127.3 3-BC 5050 0 0 2 73.2 5228 0 0 2 75.7 5428 0 0 2 78.6 4 8529 1 0 2 123.5 8828 1 0 2 127.9 9167 1 0 2 132.8 4-BC 6244 0 0 2 90.4 6463 0 0 2 93.6 6711 0 0 1 2 1 97.2 4W 8131 1 0 2 1178 8417 1 0 2 121.9 8740 1 0 2 126.6 4W-BC 5279 0 0 1 2 76.5 5464 0 0 1 2 1 793 5674 0 0 2 82.2 50 8475 3 0 1 122.8 8773 3 0 1 127.1 9109 3 0 1 131.9 R 8101 1 0 2 1 1173 8386 1 1 0 2 121.5 8707 1 1 0 2 126.1 L 8101 1 0 2 1173 8386 1 0 2 121.5 8707 1 0 2 126.1 81 12,500 450 1 13885 1 0 1 119.2 14373 1 0 1 123.4 14924 1 0 1 1 1275 1-BC 9058 0 0 1 77.8 9376 0 0 1 80.5 9736 0 0 1 1 83.5 2 13183 2 0 2 113.2 13647 2 0 2 117.1 14170 2 0 2 122.0 2-BC 8472 0 0 2 72.7 8770 0 0 2 75.3 9106 0 0 2 78.1 3 13149 2 0 2 1 112.9 13611 2 0 1 3 1 116.8 14133 1 2 0 3 121.7 3-BC 8123 0 0 2 697 8409 0 0 2 72.2 8731 0 0 2 75.4 4 13717 1 0 3 1177 14199 1 0 3 121.9 14744 1 0 3 126.6 4-BC 10042 0 0 1 2 86.2 1 10395 0 0 3 89.2 10794 0 0 3 92.7 4W 13078 1 0 3 112.3 13538 2 0 3 116.2 14057 2 0 3 120.4 4W-BC 8491 0 0 2 72.9 8789 0 0 2 75.4 9126 0 0 2 78.2 50 13631 3 0 1 117.0 14110 1 3 1 0 1 1 1 121.1 1 14651 3 0 2 126.2 R 13030 2 0 2 111.8 13488 1 2 1 0 2 1 115.8 14005 2 0 2 1205 L 13030 2 0 2 111.8 13488 1 2 1 0 2 1 115.8 14005 2 0 2 1 120.5 (M Crl _... zi CAi 1�zl' Page WO Rev O4/2W22 3` 2022 Kim Lighting, a division of Hubbell Lighting, Inc. Specifications subject to change without notice. H 1.1 B B E LL WP9 A2 701 Millennium Blvd • Greenville. SC 29607/ Tel 888.678.10001 Website wwwkimlightingcom Lighting IIICIM LIGHTING" W P9:�.-., ARCHITECTURAL AREA/SITE DELIVERED LUMENS (CONTINUED) CLR LENS DATE: LOCATION: TYPE: PROJECT. CATALOG C: Nominal LED Lumen Drive Distribution Package Current 1 2 2-BC _ 3_________ 3-BC 27 3,000 350 4 4-BC 4W 4W-BC 50 L -- Lumen 3000K 70CRI 4000K 70CRI 5000K 70CRI BUG Rating B U G Im/w 106.2 Lumen 3472 BUG Rating G Im/w Lumen 0 1099 3605 BUG Rating Im/w 1 114.2 B 0 U 0 B 1 U 0 G 0 3354 0 0 0 2188 0 0 1 0k76-8 2265 0 0 0 71.7 2352 0 0 0 74.5 3185 1 0 1 3297 1 0 1 104.4 3423 1 0 1 108.4 2047 0 0 0 2118 0 0 0 67.1 2200 0 0 0 69.7 3176 1 0_.... i 3288 i 0 1 104.1 3414 i 0 1 108.1 _ 1962 0 0 _ 12031 0 0 1 64.3 2109 0 0 1 . 66.8 3314 1 0 1 3430 1 0 1 108.6 3562 0 0 1 112.8 2426 0 0 1 2511 0 0 1 79.5 2607 0 0 1 82.6 3159 1 0 1 3270 1 0 1 103.6 3396 1 0 1 107.5 2051 0 0 12123 0 0 1 67.2 2205 0 0 1 69.8 3293 2 0 03408 2 0 0 107.9 3539 2 0 0 112.1R 3148 1 0 1 3258 1 0 1 103.2 3383 1 0 1 107.1 3148 1 0 1 99.7 3258 1 0 1 103.2 3383 1 0 1 1 107.1 54 Z500 405 1 0 1 1 7875..._ 1 0 1 8177 1 0 1 118.4 _ __.__......_ 1-BC .....7608 4963 0 0 0 .110.2 71.9 5138 0 0 _- _114_1 1 0 74.4 5335 0 0 0 77.3 2 7223 1 0 2 104.6 7477 1 0 2 108.3 7764 1 69.6 4989 1 0 2 112.5 2-BC 4642 0 0 - 1 67.2 4805 0 0 0 0 1 72.3 3 7205 1 0 2 104.4 7458 1 0 2 108.0 7744 1 0 2 112.2 3-BC 4451 0 0 1 64.5 4607 0 0 2 66.7 4784 0 0 2 69.3 4 7516 1 1 0 1 2 108.9 7780 1 0 2 112.7 8079 1 1 0 2 117.0 4-13C 5502 0 0 2 79.7 5696 0 0 2 82.5 5914 2 1074 7702 2 69.8 5000 0 0 2 85.7 4W 7166 1 0 2 103.8 7418 1 0 1 0 2 111-6 4W-BC 4652 0 0 2 67.4 4816 0 1 0 1 0 0 2 72.4 50 7469 2 0 1 R 7139 1 0 2 . 103.4 - 7390 1 0 2 107.0 7674 1 1 _..................._ 0 2 111.1 L 7139 1 0 2 103.4 7390 1 0 2 107.0 7674 1 0 2 111A 81 12.500 450 1 12236 1 0 1 105.0 12666 1 0 1 108.7 13152 1 0 1 112.9 1-BC 7983 0 0 1 68.5 8263 0 0 1 70.9 8580 0 0 1 73.6 2 11618 2 0 2 99.7 12026 2 1 0 1 2 1 103.2 12488 2 0 2 107.2 2-BC 7466 0 0 2 64.1 7728 0 0 2 66.3 8025 0 0 2 68.9 3 11588 1 0 2 99.5 11995 1 0 2 103.0 12455 1 0 2 106.9 3-BC 7159 0 0 2 61.4 7410 0 0 2 63.6 7694 0 0 2 66.0 4 12089 1 0 3 103.8 12514 1 0 3 107.4 12993 1 0 3 111.5 4-BC 8850 0 0 2 76.0 9161 0 0 2 78.6 9512 0 0 2 81.7 4W 11526 1 0 3 98.9 11930 1 0 3 102.4 12388 0 3 106.3 4W-BC 7483 0 0 2 64.2 7745 0 0 2 66.5 " '-8042 0 2 69.0 50 12013 3 0 1 103A 12435 3 0 1 106.7 ' 12911 0 '1" 110.8 R 11483 2 0 2 98.6 11886 2 0 2- 102.0 '12342 Q1 0 2' 105.9 L 11483 2 0 2 98.6 11886 2 0 2 102 0` 12342 --2- 0 2.... 105.9 1 Page OM Rev, 04/26/22 0 2022 Kim Lighting, a division of Hubbell Lighting, Inc. Specifications subject to change without notice. 1111111111110111116,1111 701 Millennium Blvd • Greenville. SC 296071 Tel 888.678.t000 / Website www.kimlighting.com HUBBELL Lighting KIMLIGHTINGO WP9SA2 ARCHITECTURAL AREA/SITE DELIVERED LUMENS (CONTINUED) PL LENS DATE LOCATION: TYPE PROJECT. CATALOG 4 LED Nominal Lumen Drive Package Current 3,000 350 Distribution 1 1-BC 3000K 70CRI 4000K 70CRI 5000K 70CRI Lumen BUG Rating Im/w Lumen BUG Rating G Im/w Lumen BUG Rating Im/w B U G B U B U G 27 3048 0 0 1 0 96.5 1 3155 0 0 0 99.9 3276 0 0 0 103.7 1989 0 0 0 63.0 2058 0 0 0 65.2 ' 2137 0 0 0 67.7 2 2894 1 0 1 91.6 2996 1 0 1 94.9 ' 3111 1 0 1 98.5 2-BC 1860 0 0 0 58.9 1925 0 0 0 61.0 1999 0 0 0 63.3 _._3._.._...._ 3-BC 2887 ...._........ 1783 1 0 0 t_.._.._..............................._._......_...... 0 1 1 91.4 56.5 2988 _...._............_........._...._................_.. 1846 1 0 0 0 1 _.........................................._ 1 94.6 58.5 3103 _...__...__..._.._ 1917 1 .............. 0 0 - 0 1 0 98.2 _....._......_.. 60.7 4 3012 0 0 1 95.4 3117 0 0 1 98.7 -- 3237 0 0 1 102.5 _- -- -- 4-BC --......_........-- 2205 0 -- - - 0 1 ---- 69.8 ---- 2282 -- 0 0 1 ---..._.- 72.3 2370 0 - 0 1 - 75.0 4W 2871 0 0 1 90.9 2972 1 0 1 94.1 3086 1 0 1 97.7 4W-BC 1864 0 0 1 59.0 1929 0 0 1 61.1 2003 0 0 1 63.4 50 2992 1 0 0 94.8 3098 2 0 0 98.1 3216 2 0 0 101.8 R 2860 1 0 1 90.6 2961 1 0 1 1 93.8 3075 1 0 1 974 L 2860 1 0 1 90.6 2961 1 0 1 93.8 3075 1 0 1 97.4 54 7.500 405 1 6914 1 0 0 100.1 7157 1 0 1 103.7 7431 1 0 1 107.6 1-BC 4510 0 0 1 0 65.3 4669 0 0 0 676 4848 0 0 0 70.2 2 6565 1 0 1 95.1 6795 1 0 1 98.4 7056 1 0 1 102.2 2-8C 4219 0 0 1 1 61.1 4367 0 0 1 63.3 4534 0 0 1 65.7 3 6547 1 0 2 94.8 6778 1 0 2 98.2 1 7037 1 0 2 101.9 3-BC 4045 0 0 1 58.6 4187 0 0 1 60.6 4348 0 0 1 63.0 4 6831 1! 0 2 98.9 7071 1 0 2 102.4 1 7342 1 0 2 106.3 46C 5001 0; 0 2 72.4 5176 0 0 2 75.0 5375 0 0 2 77.9 4W 6512 1 0 2 94.3 6741 1 0 2 976 7000 1 0 2 101.4 4W-BC 4228 0 0 2 61.2 4376 0 0 2 63.4 : 4544 0 0 1 2 1 65.8 50 R 6787 6488 2 ..__............._.........................._._._._..._................................-- 1 0 0 1 2 98.3 94.0 7026 671E 2 ._..... 1 0 --- 0 1 -.._..._. 2 101.8 _...._.._.......... 97.3 7295 - --._. 6974 2 _....._._.. 1 0 0 1 2 105.7 101.0 L 6488 1 0 2 94.0 6716 0 2 97.3 6974 1 0 2 101.0 81 12,500 450 1 11120 1 0 1 95.5 11511 _1 1 0 1 98.8 11953 1 0 1 102.6 1-BC 7255 0 0 1 62.3 7509 0 0 1 64.5 7797 0 0 1 66.9 2 10558 2 0 2 90.6 10929 2 0 2 93.8 11349 2 0 2 974 2-13C 6785 0 0 2 58.2 7024 0 0 2 60.3 7293 0 0 2 1 62.6 3 10531 1 0 2 90.4 10901 1 0 2 93.6 11319 1 0 2 97.3 3-BC 6506 0 0 2 55.8 6734 0 0 2 57.8 6993 0 0 2 60.0 4 10986 1 0 2 94.3 11372 1 0 3 97.6 11808 1 0 3 101.4 4-BC 8043 0 0 2 69.0 8326 0 0 2 71.5 1 8645 0 0 2 74.2 4W 10474 1 0 3 89.9 10842 1 0 3 93.1 11258 1 0 3 96.6 C 47aRE 6800 0 0 2 58.4 7039 0 0 2 60.4 7309 0 0 2 62.7 10917 3 0 1 93.7 11300 3 0 1 97.0 11734 0 1 100.71043E 1 0 2 89.6 10802 2 0 2 92.7 #1216 0 2 96.3 L 1043E 1 0 2 89.6 10802 2 0 2 92.7 - 11216 0 2, 96.3 DIMENSIONS 5. {331 mrr) i 1 5" ,i,i„) FRONT TOP 26,9375' ' r - (684 mm) _- M F-5 w-- N 9�675" dam T5.5625" (227 mm) (141.2 mm) SIDE Lens golf be _1'x ql"" 4.4375"- BOTTOM Page 7/12 Rev 04/26M C 2022 Kim Lighting, a division of Hubbell Lighting, Inc. Specifications subject to change without notice. H U BB ELL WP9"2 701 Millennium Blvd • Greenville. SC 29607 / Tel 888.678.1000 / Website www.kimlighting com Lighting IIICIM LIGHTING" WP9SA.r. ARCHITECTURAL AREA/Si I PHOTOMETRY WP9S-541-405-41<7-1 LUMINAIRE DATA Descnulion 4000K,70CRI Delivered Lumens 8936 Watts 69 Efficacy 129.5 IES Type BUG Rating Bt-UO-Gl Mounting Height 15 ft Grid Scale 10 ft ZONAL LUMEN SUMMARY Zone Lumens %Luminalre Downward Street Side 7988 89.3% Downward House Side 949 10.7% Downward Total 8936 100.0% Upward Street Side 0 0.0% Upward House Side 0 0.0% Upward Total 0 0.0% Total Fl„x 8936 100%, W P9S-54L-405-4K7-1-BC LUMINAIRE DATA Description 4000K, 70CRI Delivered Lumens 5830 Watts 69 Efficacy 84.5 IES Type II BUG Rating BO-UO-G2 Mounting Height 15 ft Grid Scale 15 ft ZONAL LUMEN SUMMARY Zone Lumens % Luminaire Downward Street Side 5687 97.5% Downward House Side 143 2 5% Downward Total 5830 100.0% Upward Street Side 0 0.0% Upward House Side 0 0.0% Upward Toted 0 00% Total Fiux 5830 100% WP9S-54L-405-4K7-2 LUMINAIRE DATA Description 4000K, 70CRI Delivered LUni„ r. 8484 Watts 69 Efficacy 123.0 _ IES Type II BUG Rating 01-UO-G2 Mounting Heighl 15 ft Grid Scale _ loft ZONAL LUMEN SUMMARY Zone Lumens %Luminaire Downward Street Side 7083 83.5% Downward House Side 1401 16.5% Downward Total 8484 100.0% Upward Street Side 0 0.0% Upward House Side Upward Total Total Flux 0 i 0 1 8484 0.0% 0.0% 100% DATE: ...._.__.___...__.__1. LOCATION TYPE: PROJECT CATALOG 4 3 2 1 0 1 2 3 4 5 ISOFOOT CANDLE PLOT 5 _...__. _..__.............. - 4 3 2 0 1 2 4 5 4 3 2 1 0 1 2 3 4 5 ISOFOOT CANDLE PLOT 5 4 3 2 1 0 1 2 3 4 5 4 3 2 1 0 1 2 3 4 5 15' Mounting Height []1.0FC ❑ 0.5 FC ❑ 0.2 FC 15' Mounting Height E] 1.0 FC ❑ 0.5 FC ❑ 0.2 FC 15' Mounting Height 1.0 FC 0.5 FC 00.2 FC CD- C C+t) Page 8/13 Rev 04/26/22 0 2022 Kim Lighting, a division of Hubbell Lighting, Inc. Specifications subject to change without notice. HUBBELL WP9SA2 701 Millennium Blvd • Greenville, SC 29607 1 Tel 888.678.1000 / Website www.kimlighting.com Lighting IIICIMLIGHTING' WP9SA ARCHITECTURAL AREA/SITE PHOTOMETRY W P9S-54L-405-4K7-2-BC LUMINAIRE DATA Dex nphon 4000K, 70CRI Delivered Lumens 5452 Watts 69 _._ _.._.... Efficacy 79.0 IES Type II BUG Rating BO-UO-G1 Mounting Height 15 R Grid Scale 10 ft ZONAL LUMEN SUMMARY Zone Lumens %Luminalre Downward Street Side 5277 96.8% Downward House Side 175 3.2% Downward Total 5452 100.0% Upward Street Side 0 00% Upward House Side 0 0.0% Upward Total 0 0.0% Total Flux 5452 100% WP95-541­405-41<7-3 LUMINAIRE DATA Description 4000K, 70CRI Delivered L 111WIS 8462 Watts 69 Efficacy 122.6 IES Type III BUG Rating B1-U0-G2 Mounting He,glil 15 ft Grid Scale 10 ft ZONAL LUMEN SUMMARY Zone Lumens % Luminaire Downward Street Side 7316 86.5% Downward House Side 1146 13.5% Downward Total 8462 100.0% Upward Street Side 0 0.0% Upward House Side 0 0.0% Upward Total 0 0.0% Total Flux 8462 100% W P9S-54L-405-4 K7-3-BC LUMINAIRE DATA Description 4000K.70CRI Delivered Lumen, 5228 Watts 69 Efficacy 75.8 IES Type III BUG Rating 80-UO-G2 Mounting Height 15 ft Grid Scale 15 ft ZONAL LUMEN SUMMARY Zone Lumens %Luminalre Downward Street Side 5030 96.2% Downward House Side 199 3,8% Downward Total 5228 100.0% Upward Street Side 0 0.0% Upward House Side 0 0.0% Upward Total 0 0.0% Total Flux 5228 100% DATE I LOCATION ! -L _ _ PROJEC T CATALOG ri ISOFOOT CANDLE PLOT 5 4 3 2 0 2 3 4 5 4 3 2 1 0 1 2 3 4 5 5 4 3 2 1 0 1 2 3 4 5 ISOFOOT CANDLE PLOT 5 - 4 31 i 2 1 0 — 1 2p" 3 4 5 4 3 2 1 0 1 2 3 4 5 v 2 O 15' Mounting Height O 3 [I 1.0 FC m A ❑ 0.5 FC ❑02 FC 15' Mounting Height 01.0 FC ❑ 0.5 FC 0.2 FC 15' Mounting Height 1.0 FC ❑ 0.5 FC ❑ 0.2 FC Q -CS i7) f' ...:. .....1 (—J �r C'i Page 9/13 Rev 04/26/22 C 2022 Kim Lighting, a division of Hubbell Lighting, Inc. Specifications subject to change without notice. H LJ B BELL WP9SA2 701 Millennium Blvd • Greenville. SC 29607 / Tel 888.678.1000 / Website www.kimlighting.com Lighting 7 IIICIMLIGHTING" aril V9bAZ ARCHITECTURAL AREA/SITE PHOTOMETRY WP9S-54L-405-4K7-4 LUMINAIRE DATA Description 4000K. 70CRI Delivered Lumens 8829 Watts 69 .__. _... Efficacy 128.0 IES Type IV BUG Rating B1-U0-G2 Mounting Height 15 ft _. Grid Scale 10 ft ZONAL LUMEN SUMMARY Zone i_ Lumens r Luminaire Downward Street Side 7904 89 5" Downward House Side 926 10.5% Downward Total 8830 100.0% Upward Street Side 0 00% Upward House Side 0 0.0% Upward Total 0 00% Total Flux 8830 100% W P9S-54L-405-4 K7-4-BC LUMINAIRE DATA Description 4000K, 70CRI Delivered Lumens 6463_.................. Watts ............... 69 Etficacy 93.7 IES Type IV BUG Rating BO-UO-G2 Mounting Height 15 ft _ Grid Scale 10 ft ZONAL LUMEN SUMMARY Zone Lumens %Luminaire Downward Street Side 6187 95.7% Downward House Side 277 4.3% Downward Total 6464 100.0% Upward Street Side 0 00% Upward House Side 0 0.0% Upward Total 0 00% Total Flux 6464 100% W P9S-54 L-405-4 K7-4 W LUMINAIRE DATA Description 4000K, 70CRI Delivered Lumens 8417 Watts 69 Efficacy 122.0 .. .. .... IES Type IV BUG Rating B1-UO-G2 Mounting Height 15R Grid Scale 10 R ZONAL LUMEN SUMMARY Zone Lumens _ %Luminaire 89.5"u Downward Street Side _ 7533 Downward House Side 884 10.5% Downward Total 9417 100.0% Upward Street Side 0 00% Upward House Side 0 0.0% Upward Total 0 0.0% Total Flux 8417 100% DATE: LOCATION: TYPE: I PROJECT: CATALOG ISOFOOT CANDLE PLOT 5 4 3 2 -- ---- ._...__.... .....--- 0 1 _ 2 3 4 -- 5 4 3 2 1 0 1 2 3 4 5 ISOFOOT CANDLE PLOT 5 4 3 2 1 0 1 2 3 4 5 ISOFOOT CANDLE PLOT 5 4 3 -- 2 i 1 0 i 1 2 3 i I 4 5 4 3 2 1 0 1 2 3 4 5 15 Mounting Height ED 1.0 FC ❑ 0.5 FC U 02 FC 15' Mounting Height ❑ tO FC ❑ 0.5 FC ❑ 0.2 FC rl .4 15' Mounting ht . cn OSAC I U 0-2-PC L.3 1 qb O O K M Page 10R3 Rev 04726/22 r: 2022 Kim Lighting, a division of Hubbell Lighting, Inc. Specifications sutgect to change without notice. HUBBELL WP95A2 701 Millennium Blvd • Greenville. SC 29607 / Tel 888.678.1000 / Websde www.kimlighting.com Lighting IIICIM LIGHTING' ARCHITECTURAL AREA/SITE PHOTOMETRY W P9S-54L-405-4K7-4W-BC LUMINAIRE DATA Description 4000K, 70CRI Delivered Lumens 5464 Watts 69 Efficacy 79.2 IES Type III _ BUG Rating 80-UO-G2 Mounting Height 15 ft Grid Scale 10 ft ZONAL LUMEN SUMMARY 7.—---------t.11rT1PnC ii Lnm1r1AIr0 Downward Street Side 5229 95.7% Downward House Side 235 4.3% Downward Total 5464 100.0% Upward Street Side 0 0.0% Upward House Side 0 0.0% Upward Total 0 00% Total Flux 5464 100% W P9S-54 L-405-4K7-50 LUMINAIRE DATA . Descnption 4000K, 70CRI Delivered Lumens 8773 Watts 69 Efficacy 127.1 IES Type VS BUG Rating 83-U0-G11 Mounting Height 15 ft Grid Scale 10 ft ZONAL LUMEN SUMMARY Zone Lumens %Luminalre Downward Street Side 4387 50.0% i Downward House Side 4387 50.0% Downward Total 8773 100.0% Upward Street Side 0 0.0% Upward House Side 0 0.0% Upward Total 0 0.0% Total Flux 8773 100% WP9S-54L-405-4K7-L LUMINAIRE DATA Description 4000K, 70CRI Delivered Lumen; 8386 Watts 69 ..... Efficacy 121.5 IES Type I BUG Rating B1-U0-G2 Mounting Height 15 ft Grid Scale _ 10 k_ ZONAL LUMEN SUMMARY �.._ Zone _' Lumens %Luminalre,.. Downward Street Side 1299 15.5% Downward House Side 7087 84.5% Downward Total 8386 100.0% Upward Street Side 0 0.0% Upward House Side 0 0.0% Upward Total 0 0.0% Total Flux 8386 100% DATE: LOCATION. TYPE: PROJECT: CATALOG,,-, ISOFOOT CANDLE PLOT 5 4 3 2 o............ 1 .._.......... . ......._. T .. 2 3 — ± — 5 4 3 2 1 0 1 2 3 4 5 5 4 3 2 1 0 1 2 3 4 5 ISOFOOT CANDLE PLOT 5 4-- 3 2 1 i i --I- 2 3 4 5 4 3 2 1 0 1 2 3 4 5 15' Mourning Height 0 1.0 FC ❑ 0.5 FC 0.2 FC 15' Mounting Height 1.0 FC ❑ 0.5 FC ❑ 0.2 FC 15' Mounting Height 1.0 FC �0.5 FC 0.2 FC Cn CD 'J W Page 1V13 Rev 04/2W22 212022 Kim Lighting, a division of Hubbell Lighting, Inc. Specifications subject to change without notice. HU B B ELL WP9SA2 701 Millennium Blvd • Greenville. SC 296071 Tel 888.678.1000 / Website www.kimlighting.com Lighting IIICIM LIGHTING' ARCHITECTURAL AREA/SITE PHOTOMETRY W P9S-54 L-405-4K7-R LUMINAIRE DATA Description 4000K.70CRI Delivered Lumens 8386 Watts 69 Efficacy 121.5 IES Type NA BUG Rating B1-U0-G2 Mounting Height 15 it Grid Scale 10 ft ZONAL LUMEN SUMMARY Zone Lumens %Luminalre Downward Street Side 69/b 83.2% Downward House Side 1411 16.6% Downward Total 8386 100.0% Upward Street Side 0 0.0% Upward House Side 0 0.0% Upward Total 0 0.0% Total Flux 8386 100% DA-L I LOCATION: TYPE: _ PROJECT: CATALOG 4. ISOFOOT CANDLE PLOT 5 4 — 3 2 0 2 3 4 5 4 3 2 1 0 1 2 3 4 S 11 1 06 v T O 15' Mounting Height O 3 } 1.0 FC m ❑ 0.5 FC (� 02 FC C� _rzi Page 12/13 Rev 04126M dt 2022 Kim Lighting, a division of Hubbell Lighting, Inc. Specifications subject to change without notice. HU BB E LL WP9SA2 701 Millennium Blvd • Greenville. SC 29607 / Tel 888.678.1000 1 Website www.kimlighting.com Lighting ICIM LIGHTINGO YM P9SA2 ARCHITECTURAL AREA/SITE TM-30 DATA - Reference I.h,--ian, - Test Source ELECTRICAL DATA DATE, LOCATION. TYPEPROJECT: CATALOG #: TEST SOURCE Rr 68 _ 99 100% CCT 3947 Dw 0.0004 - 80% x 0.3831 ar 03793 p CE a 72 a 60% v d 40% 20% 0% 1.0 0.9 0.8 0.7 ri 0.6 p 0.5 N 0.4 0.3 8 0.2 Z 0.1 0.0 SPECTRAL POWER DISTRIBUTION COMPARISON 380 430 480 530 580 630 680 730 780 Wavelength (nm) AMBER SPECTRAL POWER DISTRIBUTION 380 400 420 440 460 480 500 520 540 560 580 600 620 640 660 680 100 720 740 760 780 Wavelength (nm) Line Voltage Amps AC - Dimming LED System Min Max. Source Current Absolute ' Count Watts Current VAC Hz 120 208 240 277 347 480 Power Factor THD Dimming Out (%) Voltage Range - Min Max � 20 10% to 10f%OmA imA Min Max OV tOV 27 LEDs 31.6 350 mA 120 480 50/60 0.26 0.15 0.13 0.11 0.09 0.07 >0.9 54 LEDs ................................... 69.0 -- 405 mA - - -- 0.58 0.33 0.29 0.25 0.20 0.14 ----- 0.97 --- 0.56 0.49 0.42 -- 0.34 ----... - 0.24 81 LEDs 116.5 450 mA TM-21 Lifetime Calculation - Projected Lumen Maintenance (25°C / 77°C) Ambient Temp. 0 25,000 36,000 50,000 100,000 Reported L70 25°C / 77°F 100% 96.14% 94.99% 93.54% 88.55% >60khrs CRI Lumen Multiplier for 80 and 90 CRI CCT 80 CRI 90 CRI 2700K 3000K 0.859 0.9119 0655 .7033 3500K 0.906 0.732 4000K 0.8941 _ .734 5000K 0.3 .. .7712 Scaling factor of 5006066CRI lu packages Cr) 17 m Page 13/13 Rev 04/2W22 * 2022 Kim Lighting, a division of Hubbell Ughting, Inc. Specifications subject to change without notice. HUBBELL WP9SA2 701 Millennium Blvd - Greenville. SC 296071 Tel 888.678.1000 1 Website www.kimlighting.com Lighting PROJECT INFORMATION MILLENIUM FINITE"" FNL6 SERIES - INDIVIDUAL MOUNT PRODUCT FEATURES: u Surface mount — wall; 1', 2', T, 4', & 6' lengths a Extruded aluminum housing with die-cast end caps x Peace of Mind Guarantee• against breakage Job Name Fixture Type_ Catalog Number Approved by SPECIFICATIONS HOUSING: Marine grade aluminum. Extruded body with die-cast end caps. Post assembly TGIC polyester powder coat finished — 5-step pre-treatment. REFLECTOR: Full reflector/wire cover— 92% reflectivity. LENS: UV -stabilized high impact pearlescent polycarbonate. Symmetric optic includes diffuse, impact -resistant acrylic lens. Smooth exterior. Nominal thickness 0.125". Sealed with closed cell gaskets. ELECTRICAL: Available 3000K, 3500K, 4000K and 5000K color temperatures, 82 CRI. 120.277VAC, 50/60Hz electrical input with serviceable high power factor electronic, constant -current driver (<20% THD, >0.95 PF). Standard 0-10V dimming with 1-100% range and dim -to -dark capabilities on 2'-6' models; 0-10V dimming with 10-100% range (non dim -to -dark) on 1' models, 330 pA max. source current. Optional embedded microwave motion sensor (MS) has factory default settings of 20 minute time out, dims down to 30%. Consult factory for Fluorescent options. SENSOR & CONTROLS: Optional sensor available with compatible third parry controls. To see the full list of compatible controls, click here. INSTALLATION:16-gauge stainless steel quick mount plate bolts to wall (fasteners by other), fixture attaches to mounting plate with quick mounting hook -and -lock mechanism and locked into place with captive Torx® (or optional Phillips head) screws, which are concealed but accessible from bottom. PHOTOMETRICS: Photometry tested to the IESNA LM-79-08 standard by an ILAC/IS017025 accredited laboratory. For additional photometric information, go to www.kenall.com. WARRANTY: Limited five (5) year LED warranty. Peace of Mind Guarantee against breakage. LISTINGS: Luminaire is certified to UL Standards by Intertek Testing Laboratory for Wet Location. ETL certified IP64 per IEC 60598. IESNA-designated full cut-off. Suitable for installation into -40eC to 40°C ambient environments, unless otherwise noted. LED J ORDERING INFORMATION (Ex: FNL6-48-DB-SYM-1-45L40K-DCC-DV) Model Length Finish Lens Lamp Type Driver Voltage Options Accessories FNL6 DCC Length Lamp Type Options LEL • LED Emergency Battery Backup 12 1 'I'Length DCC Dimming Constant Current Driver (3' or 4' LED only) © 1-121_30K 12 Watt 3000, LED BPC Button Photocell (120 or 277V only) 36 3' 1-12L35K 12 Watt 3500K LED FS Single Fuse & Holder 48 4' 1-12L40K 12 Watt 4000K LED Voltage PH Phillips Head Fasteners 72 6' 1-12L50K 12 Watt 5000K LED 120 120Volts MS Motion Sensor (4' LED Only) Finish 2' Lengths (Cross Section) V• 120-277 Volts Accessories DB Dark Bronze 9500 Torxe Screwdriver MB Matte Black 1-25L35K 25 Watt 3500K LED D-0552 TorO Driver Bit 1-251.40K 25 Watt 4000K LED CC Custom Color (Consult Factory) 1-251.50K 25 Watt SOOOK LED • Note: EL option adds 12" to fixture length, LEL Lens 3' Lengths (Cross Section) option adds 13.66" to 3', 13.78" to 4' lengths. 1-331-30K 33 Watt 3000K LED A n/a with BPC SYM Symmetric, Diffused DR Acrylic 1-33L35K 33 Watt 3500K LED 1-331-40K 33 Watt 4000K LED 1-33L50K 33 Watt 5000K LED 4' Lengths (Cross Section) 1-4511-30K 45 Watt 3000K LED 1-45L35K 45 Watt 3500K LED Z3 1-451.40K 45 Watt 4000K LED 1-451.50K 45 Watt 5000K LED f Cn 6' Lengths (Cross Section) 1-671.30K 67 Watt 3000K LED 1-67L35K 67 Watt 3500K LED 1-671.40K 67 Watt 4000K LED ; ' 1-671.50K 67 Watt 5000K LED This produR complies with the Buy American Act: manufactured in the United States with more than 50% of the component cost of US origin. It may be covered by patents found at www.kenall.com/patents.Content of specification sheets is subject to change; please consult www.kenall.com for current product details. 02022 Kenall Mfg.Co. FNL6-012522 For additional photometry, go to www.kenall.com MILLENIUM FINITE" Fill SERIES —Technical Data PERFORMANCE Initial Delivered Lumens Length Lamp Type ® 25°C (Im) Efficacy (Irri Input Power (W) Drive Current (mA) Estd. L70 LED Life (Hrs) 12 12L30K 1,154 82 14 94 80,000 1205K 1,189 85 12140K 1,230 88 12L50K 1,279 91 24 25L30K 2,326 86 27 94 80,000 251_35K 2,398 89 25L40K 2,480 92 251_50K 2,579 96 36 33130K 3,100 86 36 94 80,000 331_35K 3,196 89 331.40K 3,305 92 331_50K 3,437 95 48 451_30K 4,138 84 49 94 80,000 45L35K 4,266 87 451_40K 4,412 90 451-50K 4,588 94 72 67L30K 6,200 86 72 94 80,000 67L35K 6,392 89 671.40K 6,610 92 67L50K 6,874 95 Displayed information above is for PP Lens type only. Info subject to change. Visit www.kenall.com for IES files and additional information. CiU ._.1 NL^ ?'T j W1 This product complies with the Buy American Act: manufattured in the United States with more than 50% of the component cost of US origin. It may be covered by patents found at www.kenall.com/patents.Content of specification sheets is subject to change; please consult www.kenall.com for current product details. 02022 Kenall Mfg.Co. FNL6-012522 For additional photometry, go to www.kenall.com MILLENIUM FINITE- FNL6 SERIES -Technical Data Model: FNL6-12-MW-SYM-12L40K-DCC-DV Model: FNL6-24-MW-SYM-25L40K-DCC-DV Model: FNL6-36-MW-SYM-33L40K-DCC-DV Maximum Candela = 588 Located At Horizontal Angle = 240, Vertical Angle = 2.5 Maximum Candela = 1139 Located At Horizontal Angle = 30, Vertical Angle = 2.5 Maximum Candela = 1490 Located At Horizontal Angle = 0, Vertical Angle = 2.5 — 1 -Vertical Plane Through Horizontal Angles (240-60) (Through Max. Cd) — 1 -Vertical Plane Through Horizontal Angles (30-210) (Through Max. Cd.) — 1 -Vertical Plane Through Horizontal Angles (0-180) (Through Max. Cd.) — 2 - Horizontal Cone Through Vertical Angle (2.5) (Through Max. Cd.) — 2 -Horizontal Cone Through Vertical Angle (2.5) (Through Max. Cd.) — 2 - Horizontal Cone Through Vertical Angle (2.5) (Through Max. Cd.) DIMENSIONAL DATA Model: FNL6-48-MW-SYM-45L40K-DCC-DV Maximum Candela = 2009 Located At Horizontal Angle = 15, Vertical Angle = 2.5 1 - Vertical Plane Through Horizontal Angles (15-195) (Through Max. Cd.) 2 - Horizontal Cone Through Vertical Angle (2.5) (Through Max. Cd.) CROSS SECTIONMETAILS traJiT�Tilx Model: FNL6-72-MW-SYM-67L40K-DCC-DV Maximum Candela = 2981 Located At Horizontal Angle = 0, Vertical Angle = 2.5 — 1 -Vertical Plane Through Horizontal Angles (0-180) (Through Max. Cd.) — 2 - Horizontal Cone Through Vertical Angle (2.5) (Through Max. Cd.) Nominal Fixture Legend C� t { _ This product complies with the Buy American Act: manufactured in the United States with more than 50% of the component cost of US origin. It may be covered by patents found at www.kenall.com/patents.Content of specification sheets is subject to change; please consult www.kenall.com for current product details. 02022 Kenall Mfg.Co, FNL6-012522 PLANS (UNDER SEPARATE COVER) RIVERSIDE DRIVE PEDESTRIAN BRIDGE AT IOWA AVENUE REHABILITATION PROJECT, dated 05/20/24. ORIGINAL 1960 BRIDGE CONSTRUCTION PLANS (FOR INFORMATION ONLY) Erri .c c- Z W O Q NO < N -� Z N a F- w = W CO LJJ Of U 0 O _0 Of m 2 2�1 SEP 16 .; � 1 StF IU�t.itl S' 3 AYA:D ST \l m RO6LA x Cr L Q A a origins. WORKING ail TOMORROW. WO 556-"" JIM LOCATION MAP z c3 E w z z s MARKIETE MARE? ST E' Q S it 5 U. Ill to W 0. z CITY OF IOWA CITY CIP NUMBER S3978 BRIDGE REHABILITATION RIVERSIDE DRIVE PEDESTRIAN BRIDGE AT IOWA AVENUE REHABILITATION PROJECT SCALES: As Noted The Iowa Department of Transportation Standard Specifications for Highway and Bridge Construction, Series 2023, plus General Supplemental Specifications; and applicable Supplemental Specification, Developmental Specifications, shall apply to construction on this project. SEE SHEET C.2 FOR STANDARD ROAD PLAN TABULATION THE TRAFFIC CONTROL PLAN IS EXPLAINED ON SHEET J.1. ALL TRAFFIC CONTROL DEVICES, PROCEDURES, AND LAYOUTS WITHIN THE LIMITS OF THIS PROJECT SHALL CONFORM TO THE 'MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES FOR STREETS AND HIGHWAYS, (MUTCD) AS ADOPTED BY THE IOWA DEPARTMENT OF TRANSPORTATION PER 761 OF THE IOWA ADMINISTRATIVE CODE (IAC), CHAPTER 130.- THE CONTRACTOR SHALL FURNISH TRAFFIC CONTROL INCLUDING BARRICADES AND SIGNS AND SHALL BE RESPONSIBLE FOR ALL DETOUR SIGNING. THE CONTRACTOR SHALL FURNISH, ERECT AND MAINTAIN ALL NECESSARY TRAFFIC CONTROL DEVICES ON A 24 HOUR PER DAY, 7 DAYS A WEEK BASIS DURING THE CONSTRUCTION PERIOD AND SHALL PROVIDE A 24 HOUR CALL NUMBER FOR REPAIR OF DEFICIENCIES. WORKING DRAWINGS WILL BE CHECKED BY ORIGIN DESIGN 137 MAIN STREET, DUBUQUE. IA 52DO1 563-556-2464 (PHONE); 563-556-7811 (FAX) NICK SCHNEIDER NICK.SCHNEIDEROORIGINDESIGN. COM TOTAL SHEETS 45 PROJECT NUMBER INDEX OF SHEETS 1 W" NO. DESCRIPTION A.1 - A.2 TITLE SHEET, LEGENDS AND ABBREVIATIONS A.3 - A.4 EXISTING CONDITIONS, SITE DEMOLITION PLAN BA TYPICAL SECTIONS C.1 - C.3 ESTIMATE OF QUANTITIES, TABULATIONS, & GENERAL INFORMATION *F.1 SIDEWALK PLAN do PROFILE - TEMPORARY G.1 - G.2 SURVEY CONTROL AND ALIGNMENT INFORMATION *J.1 - J.7 TRAFFIC CONTROL, STAGING P.1 LIGHTING DETAILS RRA EROSION CONTROL PLAN *S.1-S.4 SIDEWALK PLAN & PROFILES, TABULATION U.1-1.1.4 RAILING PLANS & DETAILS *V.1 - V.8 STRUCTURE REPAIR DETAILS W.1 - W.9 CROSS SECTIONS * rev no lzwrrm UTILITY CONTACTS: LUMEN Contact Name: JAKE ORMSBY Contact Phone: 319-383-1270 Contact Email: jacob.orrnsbyClumen.com UNIVERSITY OF IOWA ITS/FIBER Contact Name: Chris Hatland Contact Phone: 319-335-1357 Contact Email: chris-hatlandOuiowmedu MEDIACOM Contact Name: Darwin Driscoll Contact Phone: 845-204-5742 Contact Email: ddriscollOmediacomcc.com IMON Contact Name: Matthew Kearney Contact Phone: 319-261-4640 Contact Email: matthew.keorney0imon. net METRONET Contact Name: Tin Knaack Contact Phone: 319-404-7354 Contact Email: Tim.KnoackOmetronet.com CITY OF IOWA CITY FIRE, BUSINESS: 319-356-5260 POLICE, BUSINESS: 319-356-5276 *CALL 911 FOR ALL EMERGENCIES PUBLIC WORKS/ENGINEERING: 319-356-5140 SEWER EMERGENCY CALL- 319-356-5177 WATER EMERGENCY CALL: 319-356-5166 STREETS: 319-356-5181 TRAFFIC ENGINEERING: 319-356-5192 I TS/FIBER: 319-356-5433 CITY OF IOWA CITY ENGINEERING DIVISION APPROVED CITY ENGINEER DATE MIDAMER-ELEC Contact Name: LINDSAY HOUSTON Contact Phone: 319-341-4419 Email: I indsay.hou ston0m idomerican.com UNIVERSITY OF IOWA UTILITIES Contact Name: DOUGLAS MOORE Contact Phone: 319-335-1296 Contact Email: DOUG-MOOREOUIOWA.EDU MIDAMER-GAS Contact Name: Corson Hemphill Contact Phone: 319-341-4461 Contact Email: carson.hemphill0midomerican.com JOWAMI�. ONE CALL, 1 (800) 292 - 8989 INDEX OF SEALS SHEET NO. I NAME TYPE A.1 JULIE NEEBEL CIVIL P.1 TREVOR CONRAD LIGHTING U.1 I NICK SC NEIDER I STRUCTURAL I HEREBY CERTIFY THAT THIS DOON030W OOCl01FNT WAS PREPARED BY ME OR IN1ER MY DIRECT PERSONAL S11ER1019a1 AND THAT I AM A DULY LICENSED PROFESSIONAL ENGINEER LINDER THE la%, LAWS OF THE STATE OF IOWA FOR DEscN co. _ •� 14M0 P. N L DATI , 14690 12/31/2024 LICENSE / RENEWAL DATE 10N A PAGES OR SHEETS C01£RED BY THIS a]ITIFICATOM ALL EXCEPT P. U AND V SHEETS I ff..origin 800 556-"91 I CITY OF IOWA CITY I PROJECT NUMBER CIP NUMBER S3978 I TITLE SHEET I SHEET: A.1 I REV: 06/20/24 I U*i A CENTRAL ANGLE ACC AAIR CRES CONDITIONING(ER) A.F.F. ABOVE FINISHED FLOOR AGG AGGREGATE AOH ARROW ON HYDRANT ARCH ARCHITECTURAL ASPH ASPHALT AVG AVERAGE B/C, BOC BACK OFF/CURB B(DITCH BOTTOM OF DITCH B P BACKFLOW PREVENTOR B/L BASE LINE B/S BOTTOM OF SLOPE BLLDG BUILDING B.M. BENCH MARK BOP BEGINNING OF PROJECT BOT BOTTOM BSMT BASEMENT BV BUTTERFLY VALVE C&G CURB AND GUTTER CATV CABLE TELEVISION CB CATCH BASIN C-C CENTER TO CENTER CF CUBIC FEET CH CHORD CH BRG CHORD BEARING CIP CAST IRON PIPE C-1-P CAST -IN -PLACE CISP CAST IRON SOIL PIPE CJ CONTROL JOINT It OR CL CENTERLINE CLR CLEAR CMP CORRUGATED METAL PIPE CMU CONCRETE MASONRY UNIT CO CLEAN OUT COL COLUMN COMP COMPACTED CONC CONCRETE CONN CONNECTION CONST CONSTRUCTION CONT CONTINUOUS CDR CORNER CP CONTROL POINT CPE CORRUGATED POLYETHYLENE PIPE CRST CRUSHED STONE CSP CORRUGATED STEEL PIPE CTRD CENTERED CTR CENTER CULT CULTIVATED CV CHECK VALVE CY CUBIC YARD D DEGREE OF CURVE CIA (0) DIAMETER DP DUCTILE IRON PIPE DN DOWN DRWY DRIVEWAY DS DOWNSPOUT DWG S DRAWING(S) DWL S DOWEL(S) E EAST E'LY EASTERLY EA EACH EJ EXPANSION JOINT EL ELEVATION ELEC ELECTRICAL ELEV ELEVATOR EMBED EMBEDMENT ENGR ENGINEER ENTR ENTRANCE EOP END OF PROJECT FO/R END OF RADIUS EbP EEDGE QUAL F PAVEMENT E/S EDGE OF SHOULDER ESMT EASEMENT EST ESTIMATE EX EXISTING EXC EXCAVATE/EXCAVATION EXP EXPANSION EXT EXTERIOR EXTD EXTEND EW EACH WAY EXISTING SURFACE EL AT� /-PROPOSED PROP09ED � / EL 00 00 on 21+20 21+60 PROFILE LEGEND ABBREVIATIONS FD FLOOR DRAIN R RADIUS FDN FOUNDATION R&R REMOVE & REPLACE F.E. FIELD ENTRANCE R&S REMOVE & SALVAGE FES FLARED END SECTION RCB REINFORCED CONCRETE BOX F-F FACE TO FACE RCAP REINFORCED CONCRETE ARCH PIPE FFE FINISH FLOOR ELEVATION RCP REINFORCED CONCRETE PIPE FG FORM GRADE RD ROAD FIN GR FINISHED GRADE REBAR REINFORCING BAR FL FLOWLINE REF REFERENCE FLG FLANGE REINF REINFORCING/REINFORCED FLR FLOOR REV REVISION !{ LZ FM FORCE MAIN RIM RIM ELEVATION FND FOUND ROW RIGHT OF WAY FT FOOT/FEET RP RADIUS POINT FTG FOOTING RS RESILIENT SEAT FUT FUTURE RT RIGHT FV FIELD VERIFY G GUTTER S= SUOPERELEVATION GC GENERAL CONTRACTOR SAN SANITARY GALV GALVANIZED SANS SANITARY SEWER GND GROUND SB SOIL BORING GRAN GRANULAR SCH SCHEDULE GRD GRADE SO SUB DRAIN GV GATE VALVE SEC SECTION SE'LY SOUTHEASTERLY HMA HOT MIX ASPHALT SF SQUARE FOOT HORIZ HORIZONTAL S.F.D. STEP FOOTING DOWN HPT HIGH POINT SHT SHEET HSD HEADLIGHT STOPPING DISTANCE SIG. SIGNAL HYD HYDRANT SIM. SIMILAR S'LY SOUTHERLY ID INSIDE DIA/INSIDE DIM SOG SLAB ON GRADE IE INVERT ELEVATION SPEC SPECIFICATION IMP IMPROVEMENTS SS STAINLESS STEEL IN INCHES SSD STOPPING SIGHT DISTANCE INV INVERT ST STREET IP IRON PIPE STA STATION STD STANDARD JB JUNCTION BOX STL STEEL JT JOINT/JOINT LENGTH STM STORM STMS STORM SEWER K RATE OF VERT CURVATURE SW LY SOUTHWESTERLY SY SQUARE YARD L LENGTH OF CURVE LAT LATERAL T TANGENT LENGTH LF LINEAL FOOT T/B TOP OF BANK LONG LONGITUDINAL T/DITCH TOP OF DITCH LP LIGHT POLE T/C, TC TOP OF CURB LPT LOW POINT T/GRAV TOP OF GRAVEL LT LEFT T/WALL TOP OF WALL T/P, TP TOP OF PAVEMENT MAX MAXIMUM T/S TOP OF SLOPE ME MATCH EXISTING T/SUB TOP OF SUBGRADE MH MANHOLE T/W, TW TOP OF WALK MIN MINIMUM T/WM TOP OF WATER MAIN MISC MISCELLANEOUS T & B TOP AND BOTTOM MON MONUMENT T.O.B. TOP OF BEAM MP MILE POST T.O.B.L. TOP OF BRICK LEDGE T.O.C. TOP OF CONCRETE N NORTH T.O.E.F. TOP OF EXISTINGFOOTING N A NOT APPLICABLE TOP OF FOOTING N 'LY NORTHEASTERLY T.O.M. TOP OF MASONRY N'LY NORTHERLY T.O.P. TOP OF PIER NO/# NUMBER T.O.S. TOP OF STEEL NIC NOT IN CONTRACT TICE TEMP CONSTRUCTION EASEMENT NTS NOT TO SCALE TEL TELEPHONE NW LY NORTHWESTERLY TEMP TEMPORARY THK THICK / THICKNESS OC ON CENTER TWP TOWNS IP OD OUTSIDE DIAMETER TYP TYPICAL PC POINT OF CURVE U UTILITY PERF PERFORATED UAC USE AS CONSTRUCTED PI POINT OF INTERSECTION UE UTILITY EASEMENT PROPERTY LINE UL UNDERWRITERS LABORATORIES, INC. %L PMM PRINCIPAL MERIDIAN ULFM UNDERWRITERS LABORATORIES FACTORY MUTUAL POB POINT OF BEGINNING UNO UNLESS NOTED OTHERWISE POC POINT OF CURVE POT POINT OF TANGENT VAR VARIES PRC POINT OF REVERSE CURVE VC VERTICAL CURVE PRELIM PRELIMINARY VCP VITRIFIED CLAY PIPE PROP PROPOSED VER VERIFY PRV PRESSURE REDUCING VALVE VERT VERTICAL PT POINT OF TANGENCY VOL VOLUME PVC POLYVINYL CHLORIDE VPC VERT POINT OF CURVE PVMT PAVEMENT VPI VERT POINT OF INTERSECTION VPT VERT POINT OF TANGENCY QTY QUANTITY W WEST WITH LY WESTERLY WM WATER MAIN W/O WITHOUT W.P. WORKING POINT WD WOOD WSO WATER SHUT OFF WV WATER VALVE WWF WELDED WIRE FABRIC YD YARD LEGEND — - - — PROPERTY/ROW LINE — - - — ® CATCH BASIN Im um — EASEMENT — • • — • • — ® AREA INTAKE 0 — SECTION LINE QD STORM MANHOLE QUARTER SECTION LINE Q SANITARY MANHOLE t 1` (. QUARTER QUARTER SECTION LINE QU UTILITY MANHOLE - CENTERLINE - QV WATER VALVE MANHOLE — D STORM SEWER — D FIRE HYDRANT �yy®yy jy SD SUB DRAIN — SD 3� WATER SHUT OFF s SANITARY SEWER — S INV ® WATER VALVE FM FORCE MAIN — FM YH O YARD HYDRANT B GV GV w WATER LINE ()Q GAS VALVE pQ c GAS LINE - G SIGN oHE OVERHEAD ELECTRIC CHI- UTILITY POLE gy, E UNDERGROUND ELECTRIC E UTILITY POLE WITH LIGHT IL oHr OVERHEAD TELEPHONE @R TRAFFIC SIGNAL POLE ED r UNDERGROUND TELEPHONE T O GUY ANCHOR O OHTV OVERHEAD TELEVISION cmw— (z LIGHT POLE O Tv UNDERGROUND TELEVISION TV ❑ UTILITY PEDESTAL ❑ FIB FIBER OPTIC m — ® WELL x WIRE FENCE X ® MAILBOX o CHAINLINK FENCE 0 WATER LEVEL ❑ WOOD FENCE O O` BOLLARD — SF SILT FENCE SF ♦ SOIL BORING — PC PERIMETER CONTROL PC o POST INDICATOR VALVE CONTOUR LINE 000 DECIDUOUS TREE RAILROAD TRACKS � W/ TRUNK DIA. CONIROUS GUARD RAIL W/ TRUNK DIAEE + 0.00 SPOT ELEVATION + 0.00 SHRUB OR BUSH DIRECTION OF FLOW �WYY1. TREE LINE HANDHOLE 9_ REVETMENT EXTENTS EROSION STONE vxx$�m UTILITY LINES WITH DESIGNATORS WRAPPED IN PARENTHESIS SUCH AS (W) or (G) ARE LOCATED BASED ON MAP OR GIs DATA SURVEY ■ FOUND REBAR • FOUND IRON PIPE O SET REBAR A BENCHMARK Design For RIVERSIDE DRIVE PEDESTRIAN BRIDGE AT IOWA AVENUE REHABILITATION PROJECT cXrlGQ111n 800 &%-"91 1 CITY OF IOWA CITY I PROJECT NUMBER CIP NUMBER S3978 I LEGEND AND ABBREVIATIONS I SHEET: A.2 I REV: 05/20/24 1 1N 5 NEWTON RD W b SAP 16 NIA III = tx� EX STA RIM (0) �(D)�(D)__(D TRAFFIC 0 400 LIGHT $ POLE LIGHT POLE O d —(G)—(G)(G) (G) (G)(G)(G) (G) (G) (G)(G)(G) Soo sm-"91 CITY OF IOWA CITY PROJECT NUMBER CIP NUMBER S3978 LIGHT POLE STM MH 36 DIAM 40084 RI w RIM 656.87 EX CONG W IOWA AVE m I v BARRIER RAIL v w ® 402 m � EX METAL RAILING EX CONIC STAIRS W/ METAL RAILING EX CONIC WALL HORIZONTAL SCALE IN FEET 0 10 20 NORTH DRAWING MAY HAVE BEEN REDUCED Design For RIVERSIDE DRIVE PEDESTRIAN BRIDGE AT IOWA AVENUE REHABILITATION PROJECT SHEET: A.3 REV: 05/20/24 5 REMOVE CONIC W STAIRS AND > RAILING REMOVE EXISTING O RAILING. SEE S SHEETS 3 ez s,M uR 36 uuu .006. RIM B_� �m c➢ r� N 0 U ;o f X O � R1 1) (3) (3) (3) (3) (3) (3) (3) (3)- -(FIB) -(FIB) -(FIB) -(FIB) -(FIB) -(FIB) -(FIB) PROTECT EX LIGHT POLES AND STORM STRUCTURES TO REMAIN, TYP ALSO REMOVAL OF APPROACH SLAB WEST OF STRUCTURE. SEE SHEET S.3 i 0 ®402 REMOVE EXISTING RAILING. SEE S SHEETS CONS�R CTfO RfMO S�Ofu� fk HORIZONTAL SCALE IN FEET 0 10 20 cc 0 ( - DRAWING MAY HAVE BEEN REDUCED ® Z REMOVE EXISTING TREE REMOVE AND REINSTALL SIGNS (MULTIPLE SIGNS ON ONE CLEARING & GRUBBING AREA EXISTING POST) n SEE S SHEETS ✓ \ /,/ REMOVE EXISTING / HANDHOLE qj REMOVE AND REPLACE ` 22" �B EX HANDHOLE. SEE S 404 ANDSHEETS SHE ORPLO FORON I ` `B 90 ®Mti R� (FIB) (FIB) (FIB) (FIB) SPECIFICATIONS BN (G)� {-(G) ( (G) (G) __ tGj� G — p `�- / F\B_ --(FIB) FIB) � 9B W502 Fle Ft6" yR (X (FIB) (FIB) —(FI@ (FIB, Fig?/ (fltf)B—(FIB�B (fl6) —(FlB) _ e7 E — E - E coE USE AS E E REMOVE EX CONSTRUCTED o _ E E SIDEWALK I g I BRIDGE PIER � REMOVE EX TO REMAIN i SIDEWALK o_ I RIVERSIDE DR _s I o _ I � GROUND LEVEL - DEMOLITION ON BRIDGE NOT SHOWN. PEDESTRIAN BRIDGE NOT SHOWN FOR CLARITY. NOTES: 1. SEE CONSTRUCTION STAGING TO DETERMINE WHEN FEATURES CAN BE REMOVED. 2. SEE S AND U SHEETS FOR EXTENTS OF RAILING REMOVAL. RAILING CAN NOT BE REMOVED WHEN PEDESTRIANS WILL NEED TO USE ROUTE IN SUBSEQUENT STAGES, UNLESS TEMPORARY RAILING IS INSTALLED TO ALLOW USE OF AREA. vngin 800 &%-"91 I CITY OF IOWA CITY I PROJECT NUMBER CIP NUMBER S3978 I SITE DEMOLITION PLAN I SHEET: A.4 I REV: 05/20/24 a iin• PROFILE REFERENCE POINT TOPSOIL, TOPSOIL, SEED, SEED, FERTILIZE W — SEE PLAN FERTILIZE MULCH EQ EQ MULCH 1.5% MAX 3•� OR SEE PLAN OR F�q FOR SLOPE R DIRECTIONORMATCH Az EXISTING SIDEWALK, P.C. CONCRETE, 6 IN SEE W SHEETS FOR SIDESLOPES, 6" MODIFIED SUBBASE GOAL TO MAKE SLOPES FLATTER THAN 3:1 1 SIDEWALK SECTION B.1 NOT TO SCAM STA 10+50 11+00 STA 100+92.38 TO 101+86.59 W=5' FROM STA 100+92.38 TO 101+02.04. W TRANSITIONS UNIFORMLY FROM 5' TO 6' FROM STA 101+02.04 TO 101+11.62 W=6' FROM STA 101+11.62 TO 101+86.59 rL PROFILE REFERENCE POINT TEMP TEMP SEED EQ MATCH EXISTING 1.5% MAX SEE PLAN FOR SLOPE DIRECTION TOPSOIL, SEED, FERTILIZE MULCH 3•� MATCH EXISTING F4q Op R MATCH 3.1 ORR EXISTING E�Pj�E MATCH EXISTING NOTE: TEMP SEED ANY DISTURBED AREAS STRIP & SALVAGE EXISTING TOPSOIL, — CONSTRUCT SIDEWALK, P.C. CONCRETE, 4 IN �1 TEMPORARY SIDEWALK SECTION H.1 STA 50+02.90 TO 50+56.46 NOT TO SCAU EDI MATCH EXISTING PROFILE REFERENCE POINT TOPSOIL, TOPSOIL, SEED, SEED, FERTILIZE W — SEE PLAN FERTILIZE MULCH EQ EQ MULCH 2 —0" 1.5% MAX SEE PLAN 09 SLOPE I PjRFOR 6:1 OR DIRECTION pR FLATTER � � . ,. r,.--a'. • ... , , MATCH EXISTING SIDEWALK, P.C. SEE W SHEETS FOR SIDESLOPES, CONCRETE, 6 IN GOAL TO MAKE SLOPES FLATTER THAN 3:1 6" MODIFIED SUBBASE 6 SIDEWALK SECTION H.1 STA 11+00 TO 11+18.21 L -W - acmes 6'-0" SEE U SHEETS FOR RAILING DETAILS 1.5% MAX SEE PLAN FOR SLOPE DIRECTION LSIDEWALK, P.C. CONCRETE, 6 IN *STA 10+12.06 TO 10+18.08\-6" MODIFIED SUBBASE MATCH INTO STEPS TURNING SPACE z SIDEWALK SECTION B.1 ® RAILING Ndr TO BrAIX STA 10+12.06 TO 10+50 �-- EX STORM STAIRS TO STRUCTURE SIDEWALK CONNECTION STA 100+51.56 TO 100+69.49 I { VARIES EXPANSION MATERIAL 4 THICKENED EDGE SIDEWALK SECTION EARTHEN B.1 STA 100+50.00, 10.70' L NW TO NcAM TO 100+50.84. 2.94' L STA 100+69.49 TO 100+92.38 TOPSOIL, SEED, FERTILIZE MULCH FLP� 3. R MATCH FEAR EXISTING VARIES VARIES ?M4 SEP 16 AM 11: ' GRADE BREAK 4'-0" MIN, 5' TYP VARIES EXP JOINT EX CURB OR FOUNDATION 1.5% MAX VARIES I SIDEWALK, P.C. CONCRETE, 6 IN 6" MODIFIED SUBBASE PROFILE REFERENCE POINT G SIDEWALK SECTION NOT TC SC= Design For RIVERSIDE DRIVE PEDESTRIAN BRIDGE AT IOWA AVENUE REHABILITATION PROJECT Station: . vr19111 800 sm-"91 I CITY OF IOWA CITY I PROJECT NUMBER CIP NUMBER S3978 I TYPICAL SECTIONS I SHEET: B.1 I REV: 05/20/24 L RIVERSIDE DRIVE PEDESTRIAN BRIDGE AT IOWA AVE REHABILITATION PROJECT REF. NO. ITEM CODE BID ITEM DESCRIPTION UNITS ROADWAY QUANTITIES 1 2101-0850001 CLEARING AND GRUBBING ACRE 0.02 2 2102-2710070 EXCAVATION, CLASS 10, ROADWAY AND BORROW CY 184 3 2105-8425005 TOPSOIL, FURNISH AND SPREAD CY 30 4 2105-8425011 TOPSOIL, SPREAD CY 69 5 2115-0100000 MODIFIED SUBBASE CY 40 6 2401-6745359 REMOVAL OF CONCRETE FOUNDATIONS OF LIGHT POLES EACH 1 7 2401-0750001 REMOVALS, AS PER PLAN LS 1 8 2401-7207010 REMOVAL OF CONCRETE SY 160 9 2403-0100010 STRUCTURAL CONCRETE (BRIDGE) CY 45 10 2403-7303000 STRUCTURAL CONCRETE COATING SY 800 11 2404-7775005 REINFORCING STEEL, EPDXY COATED LB 3500 12 2413-1300000 PREFORMED, PRE -COMPRESSED, SELF -EXPANDING, SEALANT SYSTEM WITH SILICONE PRE -COATED SURFACE LF 40 13 2414-6460000 ORNAMENTAL METAL RAILING LF 760 14 2426-6772016 CONCRETE REPAIR SF 300 15 2507325OW5 ENGINEERING FABRIC SY 170 16 2508-0970000 CONTAINMENT LS 1 17 251"745850 REMOVAL OF PAVEMENT SY 10 18 251"745900 REMOVAL OF SIDEWALK SY 235 19 2511-7526004 SIDEWALK, P.C. CONCRETE, 41N. SY j 30 20 2511-7526006 SIDEWALK, P.C. CONCRETE, 61N. SY 220 21 2512-1750006 CURB AND GUTTER, P.C. CONCRETE, AS PER PLAN LF LF 43 1150 22 25193300700 FENCE, TEMPORARY 23 2523-0000100 LIGHTING POLES EACH 4 24 2523-0000200 ELECTRICAL CIRCUITS LF 530 25 2523-0000310 HANDHOLES AND JUNCTION BOXES EACH 3 26 2523-0000510 UNDERDECK LIGHTING (LI-120) EACH 9 27 2526-8285000 CONSTRUCTION SURVEY LS 1 28 2528-2518000 SAFETY CLOSURE EACH 7 29 2528-8400048 TEMPORARY BARRIER RAIL, CONCRETE LF 100 30 2528-8445110 TRAFFIC CONTROL LS 1 31 2528-9290050 PORTABLE DYNAMIC MESSAGE SIGN (PDMS) CDAY 35 32 2533-4980005 MOBILIZATION LS 1 33 2536-6745045 REMOVAL OF ASBESTOS LS 1 34 2599-9999005 CAST-IRON JUNCTION BOXES EACH 9 35 2599-9999009 HANDRAIL LF 30 36 2599-9999009 GALVANIC CORROSION PROTECTION SYSTEM: DISTRIBUTED ANODES LF 750 37 2599-9999014 CONCRETE STEPS SF 120 38 2599-9999018 DECK SEALER SY 575 39 2601-2638352 SLOPE PROTECTION, WOOD EXCELSIOR MAT SQ 7 40 2602-0000150 STABILIZED CONSTRUCTION ENTRANCE, EC303 LF 100 41 2602-0000309 PERIMETER AND SLOPE SEDIMENT CONTROL DEVICE, 9 IN DIA LF 400 42 2602-0000351 REMOVAL OF PERIMETER AND SLOPE OR DITCH CHECK SEDIMENT CONTROL DEVICE LF 400 43 2602-0000500 OPEN THROAT CURB INTAKE SEDIMENT FILTER LF 14 44 2602-0000510 MAINTENANCE OF OPEN -THROAT CURB INTAKE SEDIMENT FILTER EACH 2 45 2602-0000520 REMOVAL OF OPEN -THROAT CURB INTAKE SEDIMENT FILTER EACH 2 ESTIMATE REFERENCE INFORMATION RIVERSIDE DRIVE PEDESTRIAN BRIDGE AT IOWA AVE REHABILITATION PROJECT DATA BELOW IS FOR INFORMATION ONLY AND DOES NOT CONSTITUTE A BASIS FOR EXTRA WORK ORDER REQUESTS REF. NO. DESCRIPTION BD REM DESCRIPTION 1 FOR THE VEGETATED AREA OF THE PROJECT WITHIN THE INDICATED GRADING LIMITS. TREES OUTSIDE THE GRADING LIMITS INDICATED ON THE PLANS CLEARING AND GRUBBING: MAY NOT BE REMOVED WITHOUT PERMISSION OF THE ENGINEER. INCLUDES EXCAVATION REQUIRED FOR SITE GRADING AND SIDEWALK CONSTRUCTION. QUANTITY INCLUDES VOLUME OF EXISTING TOPSOIL STRIPPED FROM THE SITE PRIOR TO GRADING OPERATIONS AND 15' DEPTH TO ALLOW TOPSOIL PLACEMENT AS SHOWN ON SHEET RRA. ITEM INCLUDES REMOVAL OF EXISTING REVETMENT MATERIAL LOCATED ON THE BANK OF THE IOWA RIVER WHEN WITHIN THE GRADING LIMITS INDICATED ON THE PLANS. INSTEAD OF } DISPOSAL OF THE REVETMENT OFF SITE, IT SHALL BE ADDED TO THE EXISTING REVETMENT ON THE BANK. ITEM ALSO INCLUDES BACKFILL ADJACENT TO16 } EXISTING AND PROPOSED PAVEMENT AS WELL AS GRADING, SHAPING, AND SMOOTHING AREAS ADJACENT TO PAVEMENT TO A CONDITION ACCEPTABLE TO tt THE ENGINEER. CONTRACTOR IS RESPONSIBLE FOR DISPOSAL OF ALL OTHER EXCESS MATERIAL OFF SITE. PAY QUANTITY SHALL BE THE QUANTITY INDICATED IN THE PLANS. 2 STAGE 1A GRADING FOR TEMPORARY SIDEWALK REQUIRES 3 CY OF CUT. TOPSOIL STRIPPED FROM THE TEMPORARY SIDEWALK LOCATION SHALL BE EXCAVATION, CLASS 10, ROADWAY AND PLACED AS REQUIRED TO CREATE A SMOOTH DRAINABLE SURFACE ADJACENT TO THE TEMPORARY SIDEWALK. BORROW - - STAGE 113 GRADING FOR EAST SIDEWALK REQUIRES 156 CY OF CUT AND 7 CY OF FILL WITH A FILL FACTOR OF 1.3 APPLIED. ENSURE EXISTING TOPSOIL BENEATH FILL SLOPE FROM STA 11+00 TO 11+1821 LT IS STRIPPED PRIOR TO PLACEMENT OF EMBANKMENT. USE SUITABLE MATERIALS FROM CUT GENERATED DURING THIS STAGE OF GRADING TO CONSTRUCT THE FILL SLOPE. STRIPPED TOPSOIL FROM THIS STAGE MAY BE USED AS FILL MATERIAL IN THE GRADING AREA ON THE NORTH SIDE OF THE PROPOSED STEPS. TOPSOIL CANNOT BE USED AS FILL UNDER ANY PAVED AREAS. STAGE 2 GRADING FOR WEST SIDEWALK REQUIRES 25 CY OF CUT. 3 TO BE PLACED IN SEED, FERTILIZER AND MULCH AREAS AND SLOPE PROTECTION, WOOD EXCELSIOR MAT AREAS. SEE SHEET RRA. SHALL BE A MINIMUM OF 6' OF PLACED TOPSOIL. TOPSOIL, FURNISH AND SPREAD TOPSOIL IS AVAILABLE FOR CONTRACTOR USE IN THE AREA TO BE PLANTED BY OTHERS AS INDICATED ON SHEET RRA. THE CONTRACTOR SHALL HAUL 4 THE TOPSOIL TO THE SITE AND PLACE THE TOPSOIL A THICKNESS OF 12' - 15' TO GET IT TO ROUGH GRADE. PROVIDE A MINIMUM OF 48 HOUR NOTICE TO UNIVERSITY LANDSCAPE SERVICES AT 31938"748 PRIOR TO PICK UP OF THE TOPSOIL. QUANTITY SHALL BE THE QUANTITY IDENTIFIED IN THE PLANS. TOPSOIL, SPREAD BASIS OF PAYMENT SHALL INCLUDE ALL COSTS ASSOCIATED WITH LOADING, UNLOADING, PLACING, AND HAULING TOPSOIL FURNISHED BY THE UNIVERSITY. 5 FOR USE UNDER ALL SIDEWALK AS INDICATED IN THE TYPICAL SECTIONS. MODIFIED SUBBASE 6 LOCATED ON THE WEST SIDE OF THE PEDESTRIAN BRIDGE. SEE SHEETS S.3 AND V.5 FOR ADDITIONAL INFORMATION. PROPERLY DISPOSED OF OF REMOVAL OF CONCRETE FOUNDATIONS OF LIGHT POLES FOR REMOVAL OF EXISTING METAL RAILING PER SHEETS U.1 AND U.2, REMOVAL OF HANDRAIL AND EXISTING CONCRETE STAIRS SHOWN ON SHEET U.2 AND 7 REMOVAL OF THREE HANDHOLES AS SHOWN ON SHEET AA BASIS OF PAYMENT SHALL INCLUDE ALL LABOR, MATERIALS AND EQUIPMENT TO REMOVE ITEMS AS INDICATED. PRIOR TO RAILING REMOVAL, CONTRACTOR SHALL DETERMINE IF RAILING NEEDS TO BE SALVAGED AND REINSTALLED BASED ON REMOVALS, AS PER PLAN THEIR ANTICIPATED SCHEDULE.. ALL MATERIALS REMOVED BECOME PROPERTY OF THE CONTRACTOR. FOR SELECTIVE REMOVAL OF BRIDGE DECK AREAS PER V SHEETS. COMPLY WITH STRUCTURE DEMOLITION NOTES ON SHEET V.1 AND CONTAINMENT 8 NOTES ON SHEET V.2. SEE SHEET VA FOR METHOD OF MEASUREMENT AND BASIS OF PAYMENT. SAWCUTTING AND REMOVAL OF EX. CORK JOINT REMOVAL OF CONCRETE MATERIAL AS DETAILED SHALL BE CONSIDERED AS INCIDENTAL TO THIS ITEM. 9 TO REPLACE AREAS OF'REMOVAL OF CONCRETE AS DETAILED IN V SHEETS. CONTRACTOR SHALL PROVIDE CERTIFIED PLANT INSPECTION. STRUCTURAL CONCRETE RIDGE 10 FOR RECOATING ALL VERTICAL, HORIZONTAL, AND OVERHEAD CONCRETE SURFACES BELOW EXISTING BRIDGE DECK AS NOTED ON V.3. SEE SHEET V.3 FOR METHOD OF MEASUREMENT AND BASIS OF PAYMENT. STRUCTURAL CONCRETE COATING FOR USE WHERE INDICATED AT'STRUCTURAL CONCRETE, BRIDGE' AREAS AND IF NEEDED TO REPLACE BADLY CORRODED REINFORCING STEEL AT 'STRUCTURAL CONCRETE, BRIDGE' AREAS. SEE V.3 AND VA FOR DETAILS. ALL MATERIALS, EQUIPMENT AND LABOR REQUIRED TO INSTALL ADHESIVE 11 ANCHORING SYSTEM SHALL BE CONSIDERED AS INCIDENTAL TO THIS ITEM. PROVIDED QUANTITY IS AN ESTIMATE ONLY BASED UPON AN ASSUMED 5 REINFORCING STEEL, EPDXY COATED POUNDS PER LINEAL FOOT OF REPLACEMENT AREA. FINAL QUANTITY TO BE FIELD VERIFIED WITH ENGINEER UPON REMOVAL OF CONCRETE AND PRIOR TO PLACING REPLACEMENT CONCRETE. PREFORMED, PRE -COMPRESSED, SELF- 12 SEE SHEET VA FOR METHOD OF MEASUREMENT AND BASIS OF PAYMENT. EXPANDING, SEALANT SYSTEM WITH SILICONE PRE -COATED SURFACE 13 FOR USE ON BRIDGE AND SIDEWALK. SEE DETAILS ON SHEETS U.1 THROUGH U.4. ORNAMENTAL METAL RAILING ITEM INCLUDES REPAIR AREAS NOTED ON V SHEETS ON BOTTOM SIDE OF DECK, CAROUSEL SUPPORTS, COLUMNS AND WEST ABUTMENT. REPAIR AREAS 14 DEEPER THAN 1.5' SHALL INCLUDE GALVANIC CORROSION PROTECTION SYSTEM: DISCRETE ANODES, WHICH SHALL BE CONSIDERED AS INCIDENTAL TO CONCRETE REPAIR THIS ITEM. FINAL REPAIR AREAS TO BE FIELD VERIFIED WITH ENGINEER UPON REMOVAL OF CONCRETE AND PRIOR TO PATCHING REPAIRS. 15 TO BE PLACED UNDER LANDSCAPING MULCH. INCLUDES LANDSCAPING STAPLES EVERY 5 FOOT AT LAP JOINTS AND EXTERIOR EDGES. JENGINEERING FABRIC 16 REFER TO CONTAINMENT NOTES ON SHEET V.2 FOR SCOPE, METHOD OF MEASUREMENT, AND BASIS OF PAYMENT. ICONTAINMENT 17 FOR REMOVAL OF 7 WIDE CURB PANEL ALONG NEWTON ROAD TO ALLOW CONSTRUCTION ACCESS. PAVEMENT IS ESTIMATED TO BE 10' THICKNESS. CONFIRM EXACT REMOVAL LIMITS WITH ENGINEER PRIOR TO REMOVAL. REMOVAL OF PAVEMENT 18 ITEM INCLUDES REMOVAL OF EXISTING SIDEWALK AS WELL AS TEMPORARY SIDEWALK SHOWN ON SHEET F.I. MAXIMUM EXTENTS OF REMOVALS ALLOWABLE DURING EACH INDIVIDUAL STAGE OF CONSTRUCTION ARE LIMITED BY THE ALLOWABLE WORK AREAS SHOWN ON THE J SHEETS. REMOVAL OF SIDEWALK 19 FOR CONSTRUCTION OF TEMPORARY SIDEWALK AS SHOWN ON SHEET F.I. MATERIAL SHALL BE PORTLAND CEMENT CONCRETE AND MINIMUM THICKNESS SHALL BE 4 INCHES. CERTIFIED PLANT INSPECTION SHALL NOT BE REQUIRED FOR TEMPORARY SIDEWALK. SIDEWALK, P.C. CONCRETE, 4 IN. CONTRACTOR SHALL PROVIDE CERTIFIED PLANT INSPECTION. INCLUDES ALL NEW SIDEWALK UNLESS NOTED OTHERWISE. CONTRACTOR SHALL SUBMIT 20 PROPOSED JOINTING PLAN. HANDHOLE ADJUSTMENT AS NOTED ON THE S SHEETS IS INCIDENTAL TO SIDEWALK PLACEMENT. CONSTRUCTION OF SIDEWALK, P.C. CONCRETE, 6 IN. THICKENED EDGE PER DETAIL 4, SHEET B.1 AND SHOWN ON SHEET S.2 IS INCIDENTAL TO SIDEWALK PLACEMENT. INCLUDES CERTIFIED PLANT INSPECTION. FOR REPLACEMENT OF 7 WIDE CURB PANEL REMOVED FROM NEWTON ROAD TO ALLOW CONSTRUCTION 21 ACCESS. PAVEMENT IS ESTIMATED TO BE 10' THICKNESS. TIE CURB TO EXISTING PAVEMENT WITH BT-4 JOINT. CURB SHAPE TO MATCH EXISTING. CURB AND GUTTER, P.C. CONCRETE, AS PER FURNISH AND SUPPLY A SAFETY FENCE MEETING THE REQUIREMENTS OF ARTICLE 4188.03 OR CHAIN LINK FENCING A MINIMUM OF 48' TALL. TO BE INSTALLED AROUND THE WORK AREA AS SHOWN ON THE J SHEETS. LEAVE SAFETY FENCE IN PLACE UNTIL NO HAZARDS ARE PRESENT. THE FENCING REMAINS THE PROPERTY OF THE CONTRACTOR. METHOD OF MEASUREMENT SHALL BE TOTAL LINEAR FEET AS INSTALLED AROUND THE WORK AREA AND 22 AS MEASURED BY THE ENIGEER. MOVING THE FENCE TO ANEW LAYOUT AS REQUIRED FOR STAGING SHALL BE MEASURED WHEN REPOSITIONED. BASIS FENCE, TEMPORARY OF PAYMENT SHALL INCLUDE ALL LABOR, MATERIALS, AND EQUIPMENT FOR INSTALLATION AND MAINTENANCE OF THE FENCE, INCLUDING ANY SUPPORTS NECESSARY TO PREVENT THE FENCE FROM BLOWING OVER OR BEING KNOCKED OVER. METHOD OF MEASUREMENT AND BASIS OF PAYMENT SHALL BE IN ACCORDANCE WITH IOWA DOT STANDARD SPECIFICATION ARTICLES 2523.04 AND 2523.05, 23 RESPECTIVELY. ONE LIGHT POLE REQUIRES A CONCRETE FOUNDATION, WHICH IS CONSIDERED INCIDENTAL TO THIS ITEM. SEE SHEET P.1 FOR ADDITIONAL LIGHTING POLES INFORMATION. I 1J• G Design For RIVERSIDE DRIVE PEDESTRIAN BRIDGE AT IOWA AVENUE REHABILITATION PROJECT i OriQffl 800 556-4491 1 CITY OF IOWA CITY I PROJECT NUMBER CIP NUMBER S3978 I QUANTITIES AND REFERENCE NOTES I SHEET: C.1 I REV: 05/20/24 1 ESTIMATE REFERENCE INFORMATION RIVERSIDE DRIVE PEDESTRIAN BRIDGE AT IOWA AVE REHABILITATION PROJECT DATA BELOW IS FOR INFORMATION ONLY AND DOES NOT CONSMUTE A BASIS FOR EXTRA MW ORDER REOLIESTS REF. ND. DESCRIPTION METHOD OF MEASUREMENT AND BASIS OF PAYMENT SHALL BE IN ACCORDANCE NTH IOWA DOT STANDARD SPECIFICATION ARTICLES 2523 04 AND 2523 05 24 RESPECTIVELY REMOVAL OF EXISTING ELECTRICAL CIRCUITS SHALL BE CONSIDERED INCIDENTAL TO THIS ITEM SEE SHEET P.1 AND V SHEETS FOR ELECTRICAL CIRCUITS _.ADDITIONAL INFORMATION. METHOD OF MEASUREMENT AND BASIS OF PAYMENT SHALL BE IN ACCORDANCE WITH IOWA DOT STANDARD SPECIFICATION ARTICLES 252304 AND 2523 05, RESPECTIVELY SEE SHEET P.1 FOR ADDITIONAL INFORMATION HANDHOLES ARE TYPE III PRECAST CONCRETE COMPOSITE SEE SHEET S 2 AND SHEET 25 S 3 FOR LOCATIONS HH I REQUIRES NEW CONDUIT AND MRING AS INDICATED ON P 1 SALVAGE AND REINSTALL EXISTING CONDUITS AND WIRING IN HH2 HANDHOLES AND JUNCTION BOXES AND HH3 HH2 HAS THREE 7 CONDUITS THREE 3' CONDUITS AND TWO I I/7 CONDUITS. HH3 HAS THREE 7 CONDUITS AND ONE 1 17 CONDUIT SEE SEE ',... STANDARD ROAD PLAN U-103. METHOD OF MEASUREMENT AND BASIS OF PAYMENT SHALL BE IN ACCORDANCE NTH IOW IL DOT STANDARD SPECIFICATION ARTICLES 2523.04 AND 2523-W 26 RESPECTIVELY SEE SHEET P I FOR ADDITIONAL INFORMATION UNDERDECK LIGHTING (U-120) 27 '.SEE ALIGNMENT AND SURVEY CONTROL INFORMATION ON THE G SHEETS - - � - -- --- CONSTRUCTION SURVEY __._...._ _- ._- _ — _ _ 28 SEE J SHEETS FOR INSTALLATION LOCATIONS -- �� ��� __ - 29 INSTALLED DURING STAGE 1A TO PROTECT PEDESTRIAN ACCESS ROUTE ADJACENT TO RIVERSIDE DRIVE VEHICULAR TRAFFIC TEMPORARY BARRIER RAIL. CONCRETE 30 SEE J SHEETS TRAFFIC CONTROL 31 FOR ADD NOTIFICATION TO THE NIGHT-TIME LANE CLOSURES SEE TRAFFIC CONTROL AND STAGING NOTES ON SHEETPORTABLE _ ADVANCED -. __ ____..........HE PUBLIC PRIOR TO ----- -._ J I DYNAMIC MESSAGE SIGN (PDMS) --- MOBILIZATION-- 33 FOR REMOVAL OF ASBESTOS IDENTIFIED IN STRUCTURE DEMOUTKX4 NOTES ON V I REMOVAL OF ASBESTOS METHOD OF MEASUREMENT AND BASIS OF PAYMENT SHALL BE IN ACCORDANCE WITH IOWA DOT STANDARD SPECIFICATION ARTICLES 2523 04 AND 2523 05. 34 RESPECTIVELY REMOVAL OF EXISTING JUNCTION BOXES SHALL BE CONSIDERED INCIDENTAL TO THIS ITEM SEE SHEET P I AND V SHEETS FOR CAST-IRON JUNCTION BOXES ADDITIONAL INFORMATION 36 TO BE INSTALLED ON CONCRETE STEPS SHOP DRAWING SUBMITTAL REQUIRED SEE DETAILS ON SHEETS U 3 d U 4 SEE SHEET U 4 FOR METHOD OF 'MEASUREMENT AND BASIS OFPAYMENT HANDRAIL 36 TO BE INSTALLED IN STRUCTURAL CONCRETE. BRIDGE' AREAS. SEE V 1 FOR DETAILS, METHOD OF MEASUREMENT. AND BASIS OF PAYMENT GALVANIC CORROSION PROTECTION SYSTEM DISTRIBUTED ANODES SEE SHEETS 1 FOR LOCATION SEE SHEET U 4 FOR DETAILS. METHOD OF MEASUREMENT, AND BASISOF PAYMENT CONTRACTOR SHALL PROVIDE 37 :CERTIFIED PLANT INSPECTION CONCRETE STEPS 38 FOR RECOATING ALL CONCRETE DECK SURFACES AS NOTED ON V 3 SEE SHEET V 4 FOR METHOD OF MEASUREMENT AND BASIS OF PAYMENT DECK SEALER 39 FOR USE ON SLOPES STEEPER THAN OR EQUAL TO 31 SEE SHEET RR 1 FOR LOCATIONS SLOPE PROTECTION' WOOD EXCELSIOR MAT 40 'FOR USE AT ENTRANCE TO WORK AREAS SEE SHEETS J 2 d FIR 1 FOR SUGGESTED LOCATION SEE STANDARD ROAD PLAN EC M3 STABILIZED CONSTRUCTION ENTRANCE, EC 303 SEE SHEET RR I FOR LOCATIONS INCLUDES QUANTITY FOR INSTALLATION AT THE FOLLOWING LOCATIONS TOP OF RIVER BANK AT EDGE OF CONSTRUCTION 41 BACK OF CURB ALONG RIVERSIDE DRIVE PERIMETER AND SLOPE SEDIMENT WEST EDGE OF STAGE 1B SIDEWALK ADJACENT TO DISTURBED SLOPES DURING STAGE 2 CONSTRUCTION CONTROL DEVICE, 9 IN DIA WEST EDGE OF STAGE 2 SIDEWALK PRIOR TO VEGETATION BECOMING ESTABLISHED OTHER LOCATIONS AS DETERMINED NECESSARY DURING CONSTRUCTION 42 REMOVAL OF PERIMETER AND SLOPE OR DITCH CHECK SEDIMENT CONTROL DEICE 43 , FOR USE AT THE INTAKES ON THE SOUTHWEST AND SOUTHEAST QUADRANTS OF THE RIVERSIDE DRIVE I NEWTON ROAD INTERSECTION SEE STANDARD OPEN THROAT CURB INTAKE SEDIMENT ,ROAD PLAN EC-602 FILTER 44 MAINTENANCE OF OPEN -THROAT CURB INTAKE SEDIMENT FILTER 45 1REMOVAL OF OPEN -THROAT CURB INTAKE SEDIMENT FILTER 195-4 10-18-11 STANDARD ROAD PLANS The -FollowingStandard Road_Plans-a0ply to construction work on this�ro�ect. -Nu-minimDate - -- Title -._..__ ___ BA-401 04-20-21 TEMPORARY BARRIER RAIL (PRECAST CONCRETE) EC-103 04-21-15 W000 EXCELSIOR MAT FOR SLOPE PROTECTION EC-204 10 19-21 PERIMETER AND SLOPE SEDIMENT CONTROL DEVICES EC-303 10-19-21 STABILIZED CONSTRUCTION ENTRANCE EC-602 10-21-20 OPEN -THROAT CURB INTAKE SEDIMENT FILTER LI-103 04-19-22 CONDUIT AND PRECAST HANDHOLES LI-120 10-21-14 UNDERDECK LIGHTING PV-101 04-19-22 JOINTS PV-102 04-21-20 PCC CURB DETAILS SI-101 04-19-16 LOCATIONS - TYPE 'A' SIGNS SI-131 10-18-16 INSTALLATION - TYPE 'A' SIGNS SI-881 04-16-19 SPECIAL SIGNS FOR WDRKZONES TC-1 10-15-19 WORK NOT AFFECTING TRAFFIC (TWO LANE OR MULTI LANE) TC-202 04-18-23 WORK WITHIN 15 FT OF TRAVELED WAY TC-402 04-18-23 WORK WITHIN 15 FT OF TRAVELED WAY TC-418 84-18-23 LANE CLOSURE ON DIVIDED HIGHWAY GENERAL NOTES ALL WORK IS INTENDED TO BE COMPLETED WITHIN THE PUBLIC RIGHT OF WAY. CONTRACTOR SHALL PROVIDE DDCUMENTATION OF WRITTEN PERMISSION FROM THE LAND OWNER PRIOR TO OCCUPYING AREAS OUTSIDE THE PUBLIC RIGHT OF WAY. SEE THE BID DOCUMENTS FOR THE REQUIRED SCHEDULE WHEN THE PEDESTRIAN BRIDGE AND SITE SHALL BE OPEN FOR USE. IF DUE TO MATERIAL SUPPLIES OR FABRICATION, THE PERMANENT RAILING IS NOT AVAILABLE TO ALLOW COMPLETION OF THE PROJECT WITHIN THE TIME SPECIFIED IN THE PROJECT MANUAL, THE CONTRACTOR SHALL SALVAGE AND REINSTALL THE EXISTING RAILING OR AN ALTERNATE RAILING AS APPROVED BY THE ENGINEER TO ALLOW REOPENING. THIS SHALL NOT BE PAID FOR SEPARATELY. DURING THE CONSTRUCTION PERIOD, WHENEVER TRAFFIC LANES ON RIVERSIDE DRIVE ARE OPEN, A MINIMUM HEADROOM OF 14'-4" (MATCHING EXISTING POSTED SIGNAGE ON THE BRIDGE) SHALL BE MAINTAINED ABOVE TRAFFIC LANES. CONTRACTOR SHALL MAINTAIN EXISTING POSTED HEADROOM SIGNAGE ON THE BRIDGE DURING THE CONSTRUCTION PERIOD, ADD. Q STAGING AREA CONTRACTOR IS RESPONSIBLE FOR RESTORATION OF STAGING AREAS TO THEIR ORIGINAL STATE IF IT IS NOT MODIFIED PER THIS CONTRACT, 2025 SPECIAL EVENTS REFER TO PROJECT MANUAL. 290-01 MODIFIED SIDEWALK CONSTRAINTS 1. WIDTHS: WIDTHS LISTED IN THE S SHEETS ARE MINIMUMS. 2. CROSS SLOPES: CONSTRUCT ALL TRAILS, SIDEWALKS, CURB RAMPS, AND LANDINGS/TURNING SPACES AT A TARGET CROSS SLOPE OF 1.5%- CROSS SLOPES EXCEEDING 2,0% WILL NOT BE ALLOWED, EXCEPT FOR AREAS TYING INTO EXISTING PAVEMENT. IN THESE AREAS, TRANSITION FROM EXISTING PAVEMENT CROSS SLOPE TO A CROSS SLOPE OF LESS THAN 2-D% WITHIN ONE PANEL AT A RATE NOT TO EXCEED 1.0% PER FOOT. 3. LONGITUDINAL SLOPES, A. SIDEWALK OR TRAIL: I. ROADWAY SLOPE EXCEEDS 5.0% SIDEWALK OR TRAIL LONGITUDINAL SLOPE EXCEEDING THE ROADWAY SLOPE BY MORE THAN 2.0% WILL NOT BE ALLOWED. II, ROADWAY SLOPE 5.0% OR LESS: SIDEWALK OR TRAIL LONGITUDINAL SLOPE EXCEEDING 5.0% WILL NOT BE ALLOWED. B. RAMPS: I. RAMPS 15.0' IN LENGTH OR LESS: LONGITUDINAL SLOPE EXCEEDING 8.3% WILL NOT BE ALLOWED. It. RAMPS GREATER THAN 15.0' IN LENGTH: CONSTRUCT WITH THE LONGITUDINAL SLOPE NECESSARY TO CONFORM TO THE DESIGN. 4. LANDING/TURNING SPACES: LONGITUDINAL SLOPES EXCEEDING 2.0% WILL NOT BE ALLOWED. EROSION CONTROL CONTRACTOR IS RESPONSIBLE FOR INSTALLING AND MAINTAINING EROSION CONTROL FOR THE DURATION OF THE PROJECT. PERIMETER CONTROL DEVICES ARE PROVIDED FOR THIS PURPOSE TO BE INSTALLED AT LOCATIONS WHERE A VEGETATIVE BUFFER IS NOT PRESENT TO PREVENT SEDIMENT FROM ENTERING WATERS OF THE STATE. IF MUD TRACKING IS NOTED ON THE SITE DUE TO CONSTRUCTION, THE CONTRACTOR SHALL BE REQUIRED TO INSTALL A STABILIZED CONSTRUCTION ENTRANCE AS SHOWN ON STANDARD ROAD PLAN EC 303. PERMANENT SEEDING SHALL OCCUR AS SOON AS POSSIBLE, IF PERMANENT SEEDING IS NOT POSSIBLE DUE TO THE TIME OF YEAR, TEMPORARY SEEDING SHALL BE INSTALLED UNTIL CONDITIONS BECOME SUITABLE FOR PERMANENT SEEDING- HYDROSEEDING WITH BONDED FIBER MATRIX MULCH IS PREFERRED. PER SECTION 2511.03.B.3.d OF THE STANDARD SPECIFICATIONS Construct isolation joints at all points where sidewalks or recreational trails meet other walks, curbs, or fixtures in the surface. Construct them by installing a 1/2 inch, full depth strip of approved premolded joint material. ER SECTION 12A-3 OF THE IDOT DESIGN MANUAL ROTRUDING OBJECTS Vertical Clearance: Vertical clearance is minimum unobstructed vertical passage space required along the entire width of the edestrion corridor. A minimum vertical clearance of 80 inches ust be provided or the object must be shielded with a barrier. The leading edge of the barrier shall be a maximum of 27 inches 3bove the finished surfa" 290-02 04-21-15 SMALL QUANTITY CONCRETE TESTING • TABLE APPUES TO SIDEWALK PAVEMENT, CONCRETE STEPS, LIGHT POLE FOUNDATION, 'STRUCTURAL CONCRETE, BRIDGE' AND CONCRETE USED AT 'CONCRETE REPAIR' AREAS • TEST AIR AND SLUMP ONCE PER 30 CY PLACED, OR MINIMUM OF ONCE PER DAY. THIS TESTING WILL BE FURNISHED BY IOWA DOT. • VERIFICATION GRADATIONS WILL NOT BE REQUIRED FOR THIS PROJECT HOWEVER, THE CONTRACTOR WILL BE EXPECTED TO PROVIDE CERTIFIED PLANT INSPECTION. • THE CONTRACTOR HAS THE OPTION OF USING THE FOLLOWING MINIMUM OPENING TIMES EXCEPT FOR 'STRUCTURAL CONCRETE, BRIDGE' AND CONCRETE USED AT 'CONCRETE REPAIR' AREAS IN LIEU OF FLEXURAL TESTING: - 48 HOURS FOR PEDESTRIAN TRAFFIC - 72 HOURS FOR CURB AND GUTTER OR PATCHING 'STRUCTURAL CONCRETE, BRIDGE' AND CONCRETE USED AT'CONCRETE REPAIR' AREAS SHALL ATTAIN A MINIMUM AGE OF 14 CALENDAR DAYS PRIOR TO REMOVING FORMWORK. ALTERNATIVELY, AT THE CONTRACTOR'S OPTION, THE TIME FOR REMOVING FORMS FOR 'STRUCTURAL CONCRETE, BRIDGE' AND CONCRETE USED AT CONCRETE REPAIR' AREAS MAY BE DETERMINED THROUGH THE USE OF THE MATURITY METHOD AS DESCRIBED IN IOWA DOT MATERIALS I.M. 383. A MINIMUM FLEXURAL STRENGTH OF 575 PSI WILL BE REQUIRED. CONTRACTOR SHALL FURNISH LABOR, EQUIPMENT. AND MATERIALS NECESSARY FOR THE DEVELOPMENT OF THE MATURITY -STRENGTH RELATIONSHIP AS DESCRIBED IN MATERIALS I.M. 383 AND SHALL PROVIDE SUFFICIENT DOCUMENTATION OF MATURITY TESTING BEFORE REMOVING FORMS. • REGARDLESS OF WHEN FORMS ARE REMOVED FOR 'STRUCTURAL CONCRETE, BRIDGE' AND CONCRETE USED AT 'CONCRETE REPAIR' AREAS, CONCRETE SHALL BE ALLOWED TO CURE FOR THE MINIMUM DURATION INDICATED IN THE PLANS AND/OR PER PRODUCT MANUFACTURER'S REQUIREMENTS PRIOR TO APPLYING STRUCTURAL CONCRETE COATING AND DECK SEALER. AND PRIOR TO INSTALLING RAILING POST ANCHORS. ADD. Q Design For RIVERSIDE DRIVE PEDESTRIAN BRIDGE AT IOWA AVENUE REHABILITATION PROJECT I Vr19I.nh, BOOS-i ' CITY OF IOWA CITY I PROJECT NUMBER CIP NUMBER S3978 I NOTES AND TABULATIONS I SHEET: C.2 I REV: 10/21/24 /j`, ESTIMATE REFERENCE INFORMATION RIVERSIDE DRIVE PEDESTRIAN BRIDGE AT IOWA AVE REHABILITATION PROJECT DATA BELOW IS FOR INFORMATION ONLY AND DOES NOT CONSTITUTE A BASIS FOR EXTRA WORK ORDER REQXSTS REF. No. WSCRIPTION METHOD OF MEASUREM AND BASIS OF PAYMENT SHALL BE IN ACCORDANCE WITH IOWA DOT STANDARD SPECIFICATION ARTICLES 2523.04 AND 2523.05, 24 RESPECTIVELY. REMOVAL OF TING ELECTRICAL CIRCUITS SHALL BE CONSIDERED INCIDENTAL TO THIS ITEM. SEE SHEET PA AND V SHEETS FOR ELECTRICAL CIRCUITS ADDITIONAL INFORMATION. METHOD OF MEASUREMENT AND BASIS O YMENT SHALL BE IN ACCORDANCE WITH IOWA DOT STANDARD SPECIFICATION ARTICLES 2523.04 AND 2523.05, RESPECTIVELY. SEE SHEET P.1 FOR ADDITIO FORMATION. HANDHOLES ARE TYPE III PRECAST CONCRETE COMPOSITE. SEE SHEET S.2 AND SHEET 25 S.3 FOR LOCATIONS. HH1 REQUIRES NEW CONDUIT WIRING AS INDICATED ON P.I. SALVAGE AND REINSTALL EXISTING CONDUITS AND WIRING IN HH2 HANDHOLES AND JUNCTION BOXES AND HH3. HH2 HAS THREE 2' CONDUITS, THREE 3' COND S AND TWO 1 V2' CONDUITS. HH3 HAS THREE 2' CONDUITS AND ONE 1117 CONDUIT. SEE SEE SE STANDARD ROAD PLAN L1403. METHOD OF MEASUREMENT AND BASS OF PAYMENT SHALL IN A ORDANCE WITH IOWA DOT STANDARD SPECIFICATION ARTICLES 2523.04 AND 2523.05, 26 UNDERDECK LIGHTING (LI-120) RESPECTIVELY. SEE SHEET PA FOR ADDITIONAL INFORMATION. 27 SEE ALIGNMENT AND SURVEY CONTROL INFORMATION ON THE G SHEETS. CONSTRUCTION SURVEY 28 SEE J SHEETS FOR INSTALLATION LOCATIONS. SAFETY CLOSURE 29 INSTALLED WRING STAGE 1A TO PROTECT PEDESTRIAN ACCESS ROUTE ADJACE TO RIVERSIDE DRIVE VEHICULAR TRAFFIC. TEMPORARY BARRIER RAIL, CONCRETE 30 SEE J SHEETS. TRAFFIC CONTROL 31 FOR ADVANCED NOTIFICATION TO THE PUBLIC PRIOR TO NIGHT-TIME LANE CLOSURES. ggTRAFFIC CONTROL AND STAGING NOTES ON SHEET J. 1. PORTABLE DYNAMIC MESSAGE SIGN 32 - MOBILIZATION 33 FOR REMOVAL OF ASBESTOS IDENTIFIED IN STRUCTURE DEMOLITION NOTES ON VA REMOVAL OF ASBESTOS METHOD OF MEASUREMENT AND BASIS OF PAYMENT SHALL BE IN ACCORDANCE WITH IOWIL DOT STAWIZARD SPECIFICATION ARTICLES 2523.04 AND 2523.05, 34 RESPECTIVELY. REMOVAL OF EXISTING JUNCTION BOXES SHALL BE CONSIDERED INCIDENTAL TO THIS I . SEE SHEET PA AND V SHEETS FOR CAST-IRON JUNCTION BOXES ADDITIONAL INFORMATION. 35 TO BE INSTALLED ON CONCRETE STEPS. SHOP DRAWING SUBMITTAL REQUIRED. SEE DETAILS ON SHEETS U.3 .4. SEE SHEET U.4 FOR METHOD OF HANDRAIL MEASUREMENT AND BASIS OF PAYMENT_ GALVANIC CORROSION PROTECTION 36 TO BE INSTALLED IN'STRUCTURAL CONCRETE, BRIDGE' AREAS SEE VA FOR DETAILS, METHOD OF MEASUREMENT, A BASIS OF PAYMENT. SYSTEM: DISTRIBUTED ANODES SEE SHEET S.1 FOR LOCATION. SEE SHEET U.4 FOR DETAILS, METHOD OF MEASUREMENT, AND BASS OF PAYMENT. CONTRACTOR SHALL PROVIDE 37 CERTIFIED PLANT INSPECTION. CONCRETE STEPS 38 FOR RECOATING ALL CONCRETE DECK SURFACES AS NOTED ON V.3. SEE SHEET VA FOR METHOD OF MEASUREMENT AND BASIS OF PAYMENT. DECK SEALER 39 FOR USE ON SLOPES STEEPER THAN OR EQUAL TO 3'. 1. SEE SHEET RR.1 FOR LOCATIONS. SLOPE PROTECTION, WOOD EXCELSIOR MAT 40 FOR USE AT ENTRANCE TO WORK AREAS. SEE SHEETS J.2 8 RR FOR SUGGESTED LOCATION. SEE STANDARD ROAD PLAN EC-303 STABILIZED CONSTRUCTION ENTRANCE, EC- 303 SEE SHEET RRA FOR LOCATIONS. INCLUDES QUANTITY FOR INSTALLATION AT THE FOLLOWING LOCATIONS: TOP OF RIVER BANK AT EDGE OF CONSTRUCTION BACK OF CURB ALONG RIVERSIDE DRIVE PERIMETER A E SEDIMENT 41 WEST EDGE OF STAGE 1B SIDEWALK ADJACENT TO DISTURBED SLOPES DURING STAGE 2 CONSTRUCTION CONTROL DEVICE, 9 IN WEST EDGE OF STAGE 2 SIDEWALK PRIOR TO VEGETATION BECOMING ESTABLISHED �A -OTHER LOCATIONS AS DETERMINED NECESSARY DURING CONSTRUCTION I REMOVAL OF PERIMETER ANDSLOPE OR 42 DITCH CHECK SEDIMEPICONTROL DEVICE 43 FOR USE AT THE INTAKES ON THE SOUTHWEST AND SOUTHEAST QUADRANTS OF THE RIVERSIDE DRIVE I NEWTON ROAD INTERSECTION. SEE STANDARD OPEN THROAT INTAKE SEDIMENT ROAD PLAN EC-602. t FILTER 44 M&OXERANCE OF OPEN -THROAT CURB' TAKE SEDIMENT FILTER 45 - - REMOVAL OF OPEN -THROAT CURB INTAKE SEDIMENT FILTER 105-4 10-18-11 STANDARD RO PLANS The followinIt Standard Road Plans apply construction work on this project. Number Date _ Title BA-401 04-28-21 TEMPORARY BARRIER (PRECAST CONCRETE) EC-1e3 04-21-15 WOOD EXCELSIOR M8,VTOR SLOPE PROTECTION EC-204 10-19-21 PERIMETER AND OPE SEDIMENT CONTROL DEVICES EC-303 10-19-21 STABILIZED STRUCTION ENTRANCE EC-6e2 10-21-20 OPEN-THR9AT CURB INTAKE SEDIMENT FILTER LI-103 84-19-22 CONDUI AND PRECAST HANDHOLES LI-120 10-21-14 LIND ECK LIGHTING PV-181 04-19-22 37WS PV-102 84-21-20 CC CURB DETAILS 5I-101 84-19-1 LOCATIONS - TYPE 'A' SIGNS SI-131 10-18-16 INSTALLATION - TYPE 'A' SIGNS SI-881 04-16-19 SPECIAL SIGNS FOR WORKZONES TC-1 10-15-29 WORK NOT AFFECTING TRAFFIC (TWO LANE OR MULTI LANE) TC-202 04-18-23 WORK WITHIN 15 FT OF TRAVELED WAY 04-18-23 WORK WITHIN 15 FT OF TRAVELED WAY F-4e2 -418 04-18-23 LANE CLOSURE ON DIVIDED HIGHWAY GENERAL NOTES ALL WORK IS INTENDED TO BE COMPLETED WITHIN THE PUBLIC RIGHT OF WAY. CONTRACTOR SHALL PROVIDE DOCUMENTATION OF WRITTEN PERMISSION FROM THE LAND OWNER PRIOR TO OCCUPYING AREAS OUTSIDE THE PUBLIC RIGHT OF WAY. SEE THE BID DOCUMENTS FOR THE REQUIRED SCHEDULE WHEN THE PEDESTRIAN BRIDGE AND SITE SHALL BE OPEN FOR USE. IF DUE TO MATERIAL SUPPLIES OR FABRICATION, THE PERMANENT RAILING IS NOT AVAILABLE TO ALLOW COMPLETION OF THE PROJECT WITHIN THE TIME SPECIFIED IN THE PROJECT MANUAL, THE CONTRACTOR SHALL SALVAGE AND REINSTALL THE EXISTING RAILING OR AN ALTERNATE RAILING AS APPROVED BY THE ENGINEER TO ALLOW REOPENING. THIS SHALL NOT BE PAID FOR SEPARATELY. EROSION CONTROL CONTRACTOR IS RESPONSIBLE FOR INSTALLING AND MAINTAINING EROSION CONTROL FOR THE DURATION OF THE PROJECT. PERIMETE CONTROL DEVICES ARE PROVIDED FOR THIS PURPOSE TO BE IN5WCED AT LOCATIONS WHERE A VEGETATIVE BUFF R#IS N TARE 0 PREVENT SEDIMENT FROM ENTERING I S OF S TE. IF MUD TRACKING IS NOTED ON THE SITE DUB TO O TIM "THE CONTRACTOR SHALL BE REQUIRED TO I L A STABILIZED CONSTRUCTION ENTRANCE AS SH STANDARD ROAD PLAN EC 303. PERMANENT ING SHFEi�-C3C9SOO ASN AS JS:8LE, IF PERMANENT;MING IS NOT POSSIBLE DUE TO THE TIME OF YEAR, TEMPORARY SEEDING SHALL BE INSTALLED UNTIL CONDITIONS BECOME SUITABLE FOR PERMANENT SEEDING. HYDR09EEDING *14 BONDED FIBER MATRIX MULCH IS PREFERRED. 1 T Y',, ' PER SECTION 2511.03.B.3.d OF THE STANDARD SPECIFICATIONS Construct isolation joints at all points where sidewalks or recreational trails meet other walks, curbs, or fixtures in the surface. Construct them by installing a 1/2 inch, full depth strip of approved premolded joint material. STAGING AREA PER SECTION 12A-3 OF THE IDOT DESIGN MANUAL CONTRACTOR IS R ONSIBLE FOR RESTORATION OF PROTRUDING OBJECTS STAGING AREAS TO IR ORIGINAL STATE IF IT IS NOT Vertical Clearance: Vertical clearance is minimum unobstructed MODIFIED PER THI ONTRACT, vertical passage space required along the entire width of the pedestrian corridor. A minimum vertical clearance of BO inches must be provided or the object must be shielded with a barrier. 2025 PECIAL EVENTS The leading edge of the barrier shall be a maximum of 27 inches above the finished surface RE TO PROJECT MANUAL. 290-01 .SIDEWALK CONSTRAINTS 1. WIDTHS: WIDTHS LISTED IN THE S SHEETS ARE MINIMUMS. 2. CROSS SLOPES: CONSTRUCT ALL TRAILS, SIDEWALKS, CURB RAMPS, AND LANDINGS/TURNING SPACES AT A TARGET CROSS SLOPE OF 1.5X CROSS SLOPES EXCEEDING 2.0% WILL NOT BE ALLOWED, EXCEPT FOR AREAS TYING INTO EXISTING PAVEMENT. IN THESE AREAS, TRANSITION FROM EXISTING PAVEMENT CROSS SLOPE TO A CROSS SLOPE OF LESS THAN 2.0% WITHIN ONE PANEL AT A RATE NOT TO EXCEED 1.0% PER FOOT. LONGITUDINAL SLOPES: A. SIDEWALK OR TRAIL: I. ROADWAY SLOPE EXCEEDS 5.0%: SIDEWALK OR TRAIL LONGITUDINAL SLOPE EXCEEDING THE ROADWAY SLOPE BY MORE THAN 2.0% WILL NOT BE ALLOWED. II. ROADWAY SLOPE 5.0% OR LESS: SIDEWALK OR TRAIL LONGITUDINAL SLOPE EXCEEDING 5.0% WILL NOT BE ALLOWED. B. RAMPS: I. RAMPS 15.0' IN LENGTH OR LESS: LONGITUDINAL SLOPE EXCEEDING 8.3% WILL NOT BE ALLOWED. II. RAMPS GREATER THAN 15.0' IN LENGTH: CONSTRUCT WITH THE LONGITUDINAL SLOPE NECESSARY TO CONFORM TO THE DESIGN. 4. LANDING/TURNING SPACES: LONGITUDINAL SLOPES EXCEEDING 2.0% WILL NOT BE ALLOWED. 290-02 04-21-15 SMALL QUANTITY CONCRETE TESTING TEST AIR AND SLUMP ONCE PER 30 CY PLACED, OR MINIMUM OF ONCE PER DAY. VERIFICATION GRADATIONS WILL NOT BE REQUIRED FOR THIS PROJECT. HOWEVER, IHE CONTRACTOR WILL BE EXPECTED TO PROVIDE CERTIFIED PLANT INSPECTION. • THE TRACTOR HAS THE OPTION OF USING THE FOLLOWING MINIMUM OPENING TIMES IN OF FLEXURAL TESTING: 48 H FOR PEDESTRIAN TRAFFIC 72 HOURS-rER CURB AND GUTTER OR PATCHING Design For RIVERSIDE DRIVE PEDESTRIAN BRIDGE AT IOWA AVENUE REHABILITATION PROJECT i vrium 800 556-4491 i CITY OF IOWA CITY I PROJECT NUMBER CIP NUMBER S3978 I NOTES AND TABULATIONS I SHEET: C.2 I REV: 05/20/24 1 mm 9/28/: EROSION CONTROL URBAN SEEDING Area to be seeded is estimated to be less than 1 acre. If the Contractor determines the area exceeds 2 acres, notify the Engineer. Approved quantity in excess of 2 acres will be paid for as extra work according to Article 1109.03,B of the Standard Specifications. Following the completion of work in a disturbed area and according to the seeding dates in Section 2601 of the Standard Specifications, place seed, fertilizer, and mulch on the disturbed area as follows: Place seed and fertilize according to the requirements of Article 2601.03,C,4 and Section 4169 of the Standard Specifications. Place mulch according to the requirements of Articles 2601.03,E,2,a and 4169.07,A of the Standard Specifications. Preparing the seedbed, furnishing and applying seed, fertilizer, and mulch are incidental to mobilization and will not be paid for separately. EROSION CONTROL (STABILIZING CROP SEEDING Area to be seeded is estimated to be less than 1 acre. If the contractor determines the area exceeds 2 acres, notify the Engineer. Approved quantity in excess of 2 acres will be paid for as extra work according to Article 1109.03,E of the Standard Specifications. If outside of permanent seeding dates in Section 2601 of the Standard Specifications, or if required by a storm water permit, place stabilizing crop, fertilizer, and mulch on the disturbed area as follows: Place seed and fertilize according to the requirements of Article 2601.03,C,1 and Section 4169 of the Standard Specifications. Place mulch according to the requirements of Articles 2601.03,E,2,a and 4169.07,A of the Standard Specifications. Preparing the seedbed, furnishing and applying seed, fertilizer, and mulch are incidental to mobilization and will will not be paid for separately. O SE- ' 16 A14 ! 1= !_ S Design For RIVERSIDE DRIVE PEDESTRIAN BRIDGE AT IOWA AVENUE REHABILITATION PROJECT 011FIC 800 556-4491 CITY OF IOWA CITY I PROJECT NUMBER CIP NUMBER S3978 TABULATIONS SHEET: C.3 REV: 05/20/24 0 / o. 0 O L---- t HORIZONTAL SCALE IN FEET F y k 0 5 10 cc LL 0 DRAWING MAY HAVE BEEN REDUCED z sf AM ! C1 i l'A cf 1 T Y. I O v> STA 50+56.46 N 611157.14 PI STA=50+17.70 E 2175394.54 L=0.212 END OF SIDEWALK T=0.106 EXISTING SIDEWALK =2.4268 EX 65 15 EDGE R=5.000 � \ PROPOSED EX 655.17� SIDEWALK CENTERLINE STA 50+10.00, 2.501 655.86 STA 50+25.00, 2.501 STRIP do SALVAGE EXISTING 655.68 T/W 655.30 TOPSOIL IN TEMPORARY T/W 655.35-,, gip/ SIDEWALK AREA PRIOR TO CONSTRUCTION T/W 655.78-, STA 50+02.90 EX 656.11 ---- N 611208.15 ---� E 2175382.42 START OF SIDEWALK 50+00-�� - PC: 50+43.7 EX 656.08 STA 50+25.00, 2.50'R T/W 655.4 655.75 PC: 50+17.5 DR T/W 655.84 RIVERSIDE TEMPORARY BARRIER STA 50+10.00, 2.50'R RAIL, CONCRETE 655.91 T. 50+17.81 665, a _ -- m ROP GRADE AT PROP rL � � o °D 660 ._ _ o m o 00 111-27% r 0 + } -3.27X -1.00X 1785 655. W EX GRADE AT PROP rL > w ,j x�ze 650 N 16 (O 50+00 A, x� /-EX 655.12 T/W 655.37 PI STA=50+44.98 L=2.489 T=1.271 -28.5256 R=5.000 0 In Ln LID ro ro N fG ko kn + + _-- U) ko 665 660 — — — 655 D ^ N N O ri vj Ln ui u Lo kn (O l O w (O 50+50 650 50+70 Iorigin soo &%-4491 I CITY OF IOWA CITY I PROJECT NUMBER CIP NUMBER S3978 I SIDEWALK PLAN AND PROFILE - TEMPORARY I SHEET: F.1 I REV: 05/20/24 I 402 CUT X 10TOO II I I MAINLINE CURVE DATA I I I pl: 100+24.15 L=1.27' 1 T=0.63' R-10.00' =7'15'06" DOC=172'44'54" (03 +5 S84' 40' 36"W PC 1.26' PT: 100+31.71 PC STA=100+30.45 N 611247.8025 E 2175430.4672 I PI STA-10G+31.08 N 611247.7039 E 2175429.8413 PT STA-100+31.71 N 611247.6851 E 2175429.2079 MAINLINE CURVE DATA L=2.30' T=1.16' R=10.00' =13'11'02" OC=1 '6'48'58' S65' 07' 13"E 2.30' PC STA=0+33.41 N 611223.5213 E 2175424.2363 PI STA=0+34.57 N 611222.9180 E 2175425.2219 PT STA=0+35.71 N 611222.5554 E 2175426.3191 g I co IN HORIZONTAL SCALE IN FEET 0 5 10 f' lz DRAWING MAY HAVE BEEN REDUCED 0 MAINLINE CURVE DATA L=12.46' T=6.24' R=100.00' =7ro8'24' DOC=172'51'36' S21' 51' 28"W 12.45' PC STA=10+32.60 N 611204.3969 E 2175425.3363 PI STA=10+38.84 N 611198.4731 E 2175423.3785 PT STA=10+45.07 N 611192.8385 E 2175420.6997 PT. 2 0 0+35 >> x I -PC: 100+38 71 °C PT: MAINLINE CURVE DATA L-0.98' 1 T=0.49' I R=10.00' =5'35'56" DOC=174'24'04" S85' 30' 11'W 1 0.98, PC STA=100+38.71 N 611247.4779 E 2175422.2152 PI STA=100+39.20 N 611247.4634 E 2175421.7265 PT STA=100+39.69 N 611247.4013 E 2175421.2414 0 1 _O 100 x3�47 ALIGNMENT FOR NORTH STEPS (STAGES 1B do 2) MAINLINE CURVE DATA BENCH MARKS BENCHMARK NO. ELEVATION DESCRIPTION 403 655.87 1 B.M. CCX NE BOLT LIGHT POLE BASE HORIZONTAL CONTROL POINT NO. NORTHING EASTING ELEVATION DESCRIPTION 400 611227.54 2175264.35 660.04 CONTROL POINT REBAR 3/4 402 611256.19 2175462.57 656.53 CONTROL POINT CUT X 404 611074.33 2175403.49 654.14 CONTROL POINT CUT X7�j 500 611231.89 2175392.39 655.95 CONTROL POINT NAIL 502 611190.18 2175391.84 1 655.24 CONTROL POINT NAIL HORIZONTAL CONTROL THE HORIZONTAL COORDINATES ON THIS PROJECT ARE BASED ON IOWA STATE PLANE COORDINATES, SOUTH ZONE, NAD83 (2011) NOTE: ELEVATIONS OF HORIZONTAL CONTROL POINTS ARE PROVIDED FOR INFORMATION ONLY AND MAY BE SUBJECT TO VERTICAL MOVEMENT. IT SHALL BE THE RESPONSIBILITY OF ANYONE MAKING USE OF THESE ELEVATIONS TO VERIFY THEM WITH VALID BENCHMARKS AS LISTED ON THESE PLANS. VERTICAL CONTROL THE ELEVATIONS ON THIS PROJECT ARE BASED ON NAVD 1988 (GEOID 12B). MAINLINE CURVE DATA L= 22.12' T=11.19' R=60.00' =21roT1s' DOC=158'52'44" S14' 52' 03"W 21.99' PC STA=10+57.17 N 611181.9112 E 2175415.5045 PI STA=10+68.35 N 611171.8090 E 2175410.7016 PT STA=10+79.28 N 611160.6547 E 21754-09.8615 AT 7 L=4,47' \\ v�i OX�s T=2.40' ALIGNMENT FOR v s) / R=5.00' EAST SIDEWALK (STAGE 1B) \� T: 10+79.28 ± =51'13'55" OC=128'46'05" MAINLINE CURVE DATA - - _ 0 (L S32' 54' 45"E L=11.35' 4.32' T=5.83' PC STA=0+12.16 N 611235.9094 E 2175407.5786 R=20.00' I o PI STA=0+14.56 N 611233.5315 E 21754=32'30'18" C07.8830 OC=147'29'42' P: 1 7t PT STA=0+16.63 N 611232.2799 E 2175409.9277 S21' 33' 41"E 11.19' 4 I PC STA=101+09.58 N 611204.5680 E 2175389.7999 I MAINLINE CURVE DATA k°� PI STA=101+15.41 N 611199.9620 E 2175393.3745 _ b L=11.02' (Qch. PT STA=101+20.92 N 611194.1566 E 2175393.9140 - T=5.77' R=15.00' =42ro4'S0'STA x le I 500 NAIL 100+76.05, 4.66' L AT O� - _ _ - / I: 50+61.69 DOC=137'55'10" S61' 39' 48'W \ \,C 00 x x 06 PT: 101+20.92 i a 7 10.7T Sri + S� 502 NAIL 403 O�'-CCX NE BOLT LIGHT POLE BASF PC STA=10D+58.48 N 611245.0148 E 2175402.6030 x� oT PI STA-100+64.25 N 611244.2820 E 2175396.8797 p� $ STA 101+24.70, 2.43' R - - _ STA 101+66.09, 9.34' R PT STA=100+69.49 N 611239.9024 E 2175393.1229 ALIGNMENT FOR - o Sog• 35 26.0rT � -IR=5.00' -�O^ [ Y7 o ? MAINLINE CURVE DATA WEST SIDEWALK (STAGE 2) - �7.59♦ ALIGNMENT FOR y L=2.49' E) T: 100+85.73 TEMPORARY SIDEWALK (STAGE 1A) w T=1 2T " 0 PC: 50+17.5T: 50+17.81 .� MAINLINE CURVE DATA R=5.00' MAINLINE CURVE DATA AINLINE CURVE DATA =2831'32' L=3.79' L=10.70' -0.21' OC=151'28'28" (-n T=1.99' T=5.52' =0.11' S22' 16' 49"E R=5.00' R=17.50' 2.46' =43'2442=35'01'31" DOC=136'35'18' DOC=144'58'29" OC=177'34'23" PC STA=50+43.71 N 611167.6624 E 2175387.4938 S18' 55' 01 "W S20' 18' 05"E S6' 48' 14'E PI STA-50+44.98 N 611166.4038 E 2175387.6710 3.70' 10.53' 0.21' PT STA-50+46.20 N 611165.3827 E 2175388.4278 PC STA=100+81.94 N 611230.4539 E 2175385.0179 PC STA-100+95.89 N 611216.8070 E 2175384.3132 PC STA=50+17.59 N 611193.5216 E 2175383.8560 PI STA=100+83.93 N 611228.9432 E 2175383.7221 PI STA-101+01.41 N 611211.2916 E 2175384.5819 PI STA=50+17.70 N 611193.4161 E 2175383.8663 PT STA=100+85.73 N 611226.9552 E 2175383.8189 PT STA=101+06.59 N 611206.9292 E 2175387.9674 PT STA=50+17.81 N 611193.3113 E 2175383.8811 origin 1� 800 556-4491�CITY OF IOWA CITY NUMBER CIP NUMBER S3978 SURVEY CONTROL AND ALIGNMENT INFORMATION G.1�REV: 05/20/24�800 556-4491�CITY OF IOWA CITY�PROJECT NUMBER CIP NUMBER S3978 SURVEY CONTROL AND ALIGNMENT INFORMATION�SHEET: G.1�REV: 05/20/244 HORIZONTAL ALIGNMENT REPORT TEMPORARY SIDEWALK (STAGE 1A) STATION RANGE: START: 50+00.00, END: 50+90.66 BEGIN TEMPORARY SIDEWALK (STAGE 1A) N 611.211.0322 E 2.175,382.1420 50+00.00 Line (1) S5' 35' 26.05"E 17.594' N 611,193.5216 E 2,175,383.8560 50+17.59 Line (1) Curve (2) BC N 611,193.5216 E 2,175,383.8560 50+1Z59 CTR N 611.194.0086 E 2.175,388.8322 PI N 611,193.4161 E 2,175,383.8663 Direction Back S5' 35' 26.05"E Radius 5.000' Delta 2'25'37"(LT) Length 0.212' Tangent 0.106' Chord Direction S6' 48' 14.35"E Distance 0.212' Direction Ahead S8' 01' 02.65"E EC N 611,193.3113 E 2,175,383.8811 50+17.81 Curve (2) Line (3) S8' 01' 02.65"E 25.902' N 611,167.6624 E 2,175,387.4938 50+43.71 Line (3) Curve (4) BC N 611,167.6624 E 2,175,387.4938 50+43.71 CTR N 611,168.3598 E 2,175,392.4449 PI N 611,166.4038 E 2,175,387.6710 Direction Back S8' 01' 02.65"E Radius 5.000' Delta 28'31'32"(LT) Length 2.489' Tangent 1.271' Chord Direction S22' 16' 48.80"E Distance 2.464' Direction Ahead S36' 32' 34.95"E EC N 611,165.3827 E 2,175,388.4278 50+46.20 Curve (4) Line (5) S36' 32' 34.95"E 15.492' N 611,152.9363 E 2.175.397.6522 50+61.69 Line (5) Line (6) **Non -Tangent■* Radial Bearing S53' 27' 25.05"W S6' 00' 37.35"E 28.974' N 611.124.1220 E 2,175,400.6859 50+90.66 Line (6) N 611,124.1220 E 2,175,400.6859 50+90.66 END TEMPORARY SIDEWALK (STAGE 1A) HORIZONTAL ALIGNMENT REPORT NORTH STEPS (STAGES 1B & 2 STATION RANGE: START: 0+00.00, END: 0+49.48 BEGIN NORTH STEPS (STAGES 16 & 2) N 611,247.9745 E 2,175,406.0337 0+00.00 Line (1) S7' 17' 47.33"E 12.164' N 611.235.9094 E 2,175,407.5786 0+12.16 Line (1) Curve (2) BC N 611,235.9094 E 2,175,407.5786 0+12.16 CTR N 611,236.5444 E 2,175.412.5381 PI N 611,233.5315 E 2,175,407.8830 Direction Back S7' 17' 47.33"E Radius 5.000' Delta 51'13'55"(LT) Length 4.471' Tangent 2.397' Chord Direction S32' 54' 44.75"E Distance 4.323' Direction Ahead S58' 31' 42.16"E EC N 611,232.2799 E 2,175,409.9277 0+16.63 Curve (2) !IZONTAL ALIGNMENT REPORT T SIDEWALK (STAGE 1B) TION RANGE: START: 10+00.00. END: 11+24.09 .GIN EAST SIDEWALK (STAGE 1B) N 611.235.3540 E 2.175.435.5671 10+00.00 Line (1) S18' 17' 16.29"W 32.604' N 611,204.3969 E 2,175.425.3363 10+32.60 Line (1) Curve (2) BC N 611.204.3969 E 2,175,425.3363 10+32.60 CTR N 611,235.7760 E 2,175,330.3871 PI N 611,198.4731 E 2,175,423.3785 Direction Back S18' 17' 16.29"W Radius 100.000' Delta 7'08'24"(RT) Length 12.462' Tangent 6.239' Chord Direction S21' 51' 28.35"W Distance 12.454' Direction Ahead S25' 25' 40.40"W EC N 611,192.8385 E 2.175.420.6997 10+45.07 Curve (2) Line (3) S25' 25' 40.40"W 12.099' N 611,181.9112 E 2,175,415.5045 10+57.17 Line (3) Curve (4) BC N 611,181.9112 E 2,175,415.5045 10+57.17 CTR N 611.156.1487 E 2,175,469.6921 PI N 611,171.8090 E 2.175,410.7016 Direction Back S25' 25' 40.40'W Radius 60.000' Delta 21'07'16"(LT) Length 22.118' Tangent 11.186' Chord Direction S14' 52' 02.61"W Distance 21.993' Direction Ahead S4' 18' 24.82"W EC N 611,160.6547 E 2,175,409.8615 10+79.28 Curve (4) Line (5) S4' 18' 24.82"W 35.236' N 611,125.5187 E 2,175.407.2154 11+14.52 Line (5) Line (6) •'Non -Tangent•+ Radial Bearing N85' 41' 35.18"W S83' 37' 01.53"W 9.574' N 611.124.4543 E 2,175.397.7009 11+24.09 Line (6) N 611,124.4543 E 2.175,397.7009 11+24.09 END EAST SIDEWALK (STAGE 18) Line (3) S58' 31' 42.16"E 16.776' N 611.223.5213 E 2,175,424.2363 0+33.41 Line (3) Curve (4) BC N 611,223.5213 E 2,175,424.2363 0+33.41 CTR N 611,232.0503 E 2,175,429.4571 PI N 611,222.9180 E 2.175.425.2219 Direction Back S58' 31' 42.16"E Radius 10.000' Delta 13'11'02"(LT) Length 2.301' Tangent 1.156' Chord Direction S65' 07' 12.93"E Distance 2.296' Direction Ahead S71' 42' 43.71"E EC N 611,222.5554 E 2,175,426.3191 0+35.71 Curve (4) Line (5) S71' 42' 43.71'E 13.765' N 611,218.2361 E 2,175,439.3886 0+49.48 Line (5) N 611,218.2361 E 2.175.439.3886 0+49.48 END NORTH STEPS (STAGES 1B & 2) 800 556-"91 I CITY OF IOWA CITY I PROJECT NUMBER CIP NUMBER S3978 HORIZONTAL ALIGNMENT REPORT WEST SIDEWALK (STAGE 2) STATION RANGE: START: 100+00.00, END: 101+86.59 BEGIN WEST SIDEWALK (STAGE 2) N 611,249.6112 E 2.175,460.8252 100+00.00 Line (1) S88' 02' 02.89"W 24.147' N 611,248.7829 E 2,175,436.6928 100+24.15 Line (1) Line (2) S81' 03' 02.40"W 6.302' N 611,247.8025 E 2,175,430.4672 100+30.45 Line (2) Curve (3) BC N 611,247.8025 E 2,175,430.4672 100+30.45 CTR N 611,257.6807 E 2,175,428.9116 PI N 611,247.7039 E 2,175,429.8413 Direction Back S81' 03' 02.40"W Radius 10.000' Delta 7'15'06"(RT) Length 1.266' Tangent 0.634' Chord Direction S84' 40' 35.53"W Distance 1.265' Direction Ahead S88' 18' 08.66"W EC N 611,247.6851 E 2,175,429.2079 100+31.71 Curve (3) Line (4) S88' 18' 08.66"W 6.996' N 611,247.4779 E 2,175.422.2152 100+38.71 Line (4) Curve (5) BC N 611,247.4779 E 2,175,422.2152 100+38.71 CTR N 611,237.4823 E 2,175,422.5115 PI N 611.247.4634 E 2,175,421.7265 Direction Back S88' 18' 08.66"W Radius 10.000' Delta 5'35'56"(LT) Length 0.977' Tangent 0.489' Chord Direction S85' 30' 10.66"W Distance 0.977' Direction Ahead S82' 42' 12.67"W EC N 611,247.4013 E 2,175,421.2414 100+39.69 Curve (5) Line (6) S82' 42' 12.67"W 18.791' N 611,245.0148 E 2,175,402.6030 100+58.48 Line (6) Curve (7) BC N 611,245.0148 E 2,175.402.6030 100+58.48 CTR N 611,230.1363 E 2,175,404.5081 PI N 611.244.2820 E 2,175.396.8797 Direction Back S82' 42' 12.67"W Radius 15.000' Delta 42'04'50"(LT) Length 11.017' Tangent 5.770' Chord Direction S61' 39' 47.54"W Distance 10.771' Direction Ahead S40' 37' 22.41"W EC N 611,239.9024 E 2,175,393.1229 100+69.49 Curve (7) Line (8) S40' 37' 22.41 "W 12.449' N 611,230.4539 E 2,175,385.0179 100+81.94 Line (8) ALIGNMENT INFORMATION Curve (9) BC N 611,230.4539 E 2.175,385.0179 100+81.94 CTR N 611,227.1985 E 2,175,388.8130 PI N 611,228.9432 E 2,175,383.7221 Direction Back S40' 37' 22.41"W Radius 5.000' Delta 43'24'42"(LT) Length 3.788' Tangent 1.990' Chord Direction S18' 55' 01.42"W Distance 3.698' Direction Ahead ST 47' 19.56"E EC N 611,226.9552 E 2,175.383.8189 100+85.73 Curve (9) Line (10) S2' 47' 19.56"E 10.160' N 611,216.8070 E 2,175,384.3132 100+95.89 Line (10) Curve (11) BC N 611,216.8070 E 2,175,384.3132 100+95.89 CTR N 611,217.6585 E 2,175,401.7925 PI N 611,211.2916 E 2,175,384.5819 Direction Back S2' 47' 19.56"E Radius 17.500' Delta 35'01'31"(LT) Length 10.698' Tangent 5.522' Chord Direction S20' 18' 04.92"E Distance 10.532' Direction Ahead S37' 48' 50.28"E EC N 611,206.9292 E 2,175,387.9674 101+06.59 Curve (11) Line (12) S37' 48' 50.28"E 2.989' N 611,204.5680 E 2,175,389.7999 101+09.58 Line (12) Curve (13) BC N 611,204.5680 E 2.175,389.7999 101+09.58 CTR N 611,192.3060 E 2,175,373.9998 PI N 611,199.9620 E 2,175,393.3745 Direction Back S37' 48' 50.28"E Radius 20.000' Delta 32'30'18"(RT) Length 11.346' Tangent 5.830' Chord Direction S21' 33' 41.29"E Distance 11.195' Direction Ahead S5' 18' 32.31"E EC N 611,194.1566 E 2,175,393.9140 101 +20.92 Curve (13) Line (14) S5' 18' 32.31 "E 65.662' N 611,128.7765 E 2,175,399.9894 101+86.59 Line (14) N 611.128.7765 E 2,175,399.9894 101+86.59 END WEST SIDEWALK (STAGE 2) SHEET: G.2 Cn h.._i Y" ;CI1 REV: 05/20/24 NEWTON RD NIGHT-TIME LANE CLOSURES PER TC-418 FOR BRIDGE REHAB OVER INSIDE TRAVEL LANES AND NORTHBOUND LEFT TURN LANE ON RIVERSIDE DRIVE NIGHT-TIME LAI TC-418 FOR BR OUTSIDE TRAFFIC CONTROL AND STAGING NOTES: 1. RIVERSIDE DRIVE SHALL BE OPEN ALL LANES OF TRAFFIC FROM 6 AM TO 9 PM, EXCEPT WHEN ADDITIONAL RESTRICTIONS ARE NOTED. FROM 9 PM TO 6 AM A MINIMUM OF ONE THROUGH LANE AND ONE TURN LANE AT SHALL BE OPEN. ALL LANES ON NEWTON ROAD AND N. IOWA AVE SHALL REMAIN OPEN AT ALL TIMES. 2. AN ADA ACCESSIBLE PATH MUST BE MAINTAINED AT ALL TIMES. THE PEDESTRIAN BRIDGE MAY NOT BE CLOSED UNTIL TEMPORARY WALK ADJACENT TO RIVERSIDE DRIVE IS COMPLETED SO THAT AN ACCESSIBLE ADA PATH CAN BE MAINTAINED. A TEMPORARY BARRIER SHALL BE INSTALLED BETWEEN THE TEMPORARY WALK AND RIVERSIDE DRIVE AT ALL TIMES WHEN THE TEMPORARY WALK IS BEING UTILIZED. 3. PEDESTRIAN BRIDGE SHALL BE CLOSED TO PEDESTRIANS AT THE BEGINNING OF WORK ACTIVITIES INVOLVING BRIDGE RAILING AND BRIDGE LIGHTING AND ALL PEDESTRIANS SHALL BE DETOURED. SEE J SHEETS FOR PEDESTRIAN DETOUR LAYOUT. 4. ALL WORK ACTIVITIES DIRECTLY OVER TRAVEL LANES ON RIVERSIDE DRIVE WHERE ADEQUATE PRECAUTIONS CANNOT BE TAKEN TO PREVENT OBJECTS FROM FALLING ONTO OPEN LANES OF TRAFFIC SHALL BE DONE BETWEEN THE HOURS OF 9:00 PM TO 6:00 AM AND THE TRAFFIC LANES BELOW SUCH WORK ACTIVITIES SHALL BE CLOSED TO TRAFFIC. THIS INCLUDES FORM AND FALSEWORK PLACEMENT AND REMOVAL, CONCRETE PLACEMENT, RAILING CONSTRUCTION, STRUCTURE DEMOLITION, AND LIGHTING INSTALLATION. 5. NO LANE CLOSURES WILL BE ALLOWED ON RIVERSIDE DRIVE BETWEEN THE HOURS OF 6:00 AM TO 9: DO PM, AND AT LEAST ONE THROUGH LANE IN EACH DIRECTION ON RIVERSIDE DRIVE SHALL BE MAINTAINED BETWEEN 9:00 PM AND 6:00 AM. 6. 7 CALENDAR DAYS PRIOR TO CONSTRUCTION, CHANGEABLE MESSAGE BOARDS SHALL BE PLACED ON RIVERSIDE DRIVE IN BOTH DIRECTIONS OF TRAFFIC NOTIFYING MOTORISTS OF NIGHTLY LANE CLOSURES. THE SPECIFIC LOCATION AND MESSAGE SHALL BE DETERMINED BY THE ENGINEER. 7. FOLLOW IOWA DOT STANDARD ROAD PLAN TC-418, LANE CLOSURE ON DIVIDED HIGHWAY FOR LANE CLOSURES ON RIVERSIDE DRIVE. B. FOLLOW IOWA DOT STANDARD ROAD PLAN TC-402, WORK WITHIN 15 FT OF TRAVELED WAY, AS APPROPRIATE. 9. OVERHEAD PROTECTION IS REQUIRED AT ANY TIME WORK IS OCCURRING OVER WALKWAY OPEN TO PEDESTRIAN TRAFFIC. 10. ALL TYPE III BARRICADES SHALL BE ADA COMPLIANT. 11. STAGING AND WORK AREA SHALL HAVE FENCING APPROPRIATE TO KEEP PEDESTRIANS FROM ENTERING THE WORK AREA, INCLUDING LOCATIONS WHERE WORK IS BEING PERFORMED OVERHEAD. NIGHT-TIME LANE CLOSURE = 1 FOR PLACEMENT OF CONCRETE I BARRIER NEEDED FOR STAGE ci r lu I c r Z J N � 7 V V 3 I RIVERSIDE DRIVE INSIDE LANES �NIGHT TIME LANE CLOSURES NORTH HORIZONTAL SCALE IN FEET 0 60 120 DRAWING MAY HAVE BEEN REDUCED QRIVERSIDE DRIVE (OUTSIDE LANES) a.1 NIGHT TIME LANE CLOSURES Design For RIVERSIDE DRIVE PEDESTRIAN BRIDGE AT IOWA AVENUE REHABILITATION PROJECT %I vrigin,�, 800 5s6-4491 I CITY OF IOWA CITY I PROJECT NUMBER CIP NUMBER S3978 I TRAFFIC CONTROL I SHEET: J.1 I REV. 05/20/24 NORTH HORIZONTAL SCALE IN FEET 0 20 40 DRAWING MAY HAVE BEEN REDUCED PEDESTRIAN PATH (NO CONSTRUCTION) WORK AREA — STABILIZED CONSTRUCTION ENTRANCE IA DOT EC-303 SITE EXCLUSION FENCE, LOCATIONS VARY ON EAST SIDE OF RIVERSIDE RD., SEE SHEETS J.4, J.5, AND J.7 VOW REMOVE 2' WIDE CURB NEWTON RD / SECTION, AS SHOWN IN „ PHOTO. FOLLOWING CONSTRUCTION INSTALL SEE SHEETS do J. PCC CURB AND GUTTER FOR STAGINNGG THIS AREA SECTION °\ I � I MAX LIMITS OF SITE ° \ EXCLUSION SAFETY FENCING (PAID FOR AS FENCE, I TEMPORARY) DO NOT DISTURB TREES OR POSTS ° ADJACENT TO SIDEWALK. °11 I PLAN I TEMPORARY SIDEWALK IPEDESTRIAN —� UNDERPASS CLOSED IN STAGE 1 Ate IOWA AVF TEMPORARY CONCRETE BARRIER l I ............ », n !� 7. ry RIVERSIDE DRIVE n % ALLOWABLE STAGING AREA >' DO NOT DISTURB TREESWOR `• "' ON STRUCTURE IN IEOCCURA MAY NOT HORIZONTAL SCALE IN FEET WHENKPEDESTR AN ROUTE ISE EREWORK OPENWER 0 to 20 IS BEING PERFORMED UNLESS OVERHEAD PROTECTION IS ���� PROVIDED. A MINIMUM 80• CLEARANCE SHALL BE PHOTO AT CURB REMOVAL ELEVATION MAINTAINED FOR PEDESTRIANS AT ALL TIMES. DRAWING MAY HAVE BEEN REDUCED origin 8w ss CITY OF IOWA CITY PROJECT NUMBER CIP NUMBER S3978 TRAFFIC CONTROL SHEET: J.2 REV: OS/20/24 rn Lu N R9-9 SIDEWALK Z 24"X12" w. CLOSED M4-9BR 30"X24" D E TQU R PLACE ON A TYPE III BARRICADE THAT EXTENDS COMPLETELY ACROSS THE SIDEWALK WITH A MINIMUM OF (1) WARNING LIGHT INSTALL AS A SAFETY CLOSURE WITH FENCING, PAID FOR AS SAFETY CLOSURE M4-9BR 30"X24" D E TQU R M4-9131- DE 30"X24 M4-9BR 30"X24" D ETQU R M4-9 SPECIAL A 30"X30" DETOUR INSTALL (2) SIGNS BACK TO BACK M4-9BL 30"X24" DETOUR ALL TYPE III ARRICADES WILL NEED TO BE ADA COMPLIANT m m m �g 1 M4-9BR 30"X24" DETQUR S � M4-9 SPEq i AL, 0 30"X30' y INSTALL (2) SIGNS BACK TO BACK. s INSTALL SIGNS ON DETOUR A STEEL POST z SECURELY a ATTACHED TO THE Y OUTSIDE OF THE 3 BRIDGE RAILING SEE DETAIL A THIS - SHEET FOR STAGING . NORTH OF THIS AREA NE_AN'TO'N RD PROPOSED WORK AREA SEE SHEETS J.4 TO J.5 FOR STAGING THIS AREA IOWA AVE "' SEE DETAIL B THIS IOWA AVE PROPOSED PEDESTRIAN DETOUR SHEET FOR STAGING ////---- STAGE 1 �'- ! w NORTH OF THIS AREA I I t SIDEWALK R9-9 t CLOSED 24"X12" t t M4-9BR DETOUR 30"X24" IPLACE ON A TYPE Ili BARRICADE INSTALL AS A THAT EXTENDS COMPLETELY SAFETY CLOSURE .� ACROSS THE SIDEWALK NTH A WITH FENCING, PAID MINIMUM OF (1) WARNING LIGHT FOR AS SAFETY CLOSURE M4-9BL DETOUR 30"X24" 3 - -r r , QDETOUR M4-9 SPECIAL, cf) t 30"X30" 'M 7 - NORTH HORIZONTAL SCALE IN FEET ., 0 60 120 DRAWING MAY HAVE BEEN REDUCED GRAND A PROPOSED PEDESTRIAN DETOUR STAGE 1 & STAGE 2 ri ATS(2)ISDEOURI ATTACH GNS TO BACK t T DE OUR BL 30"X 30"X24" „ i 1 ' 2 Ep 16 Ai i 11 tt 6 WA M4-9BR DETOUR 30"X24" IOWA AVE R9-9 SIDEWALK 24"X12" CLOSED M4-9BR A 30"X24" D E TQU R PLACE ON A TYPE III BARRICADE THAT EXTENDS COMPLETELY ACROSS THE SIDEWALK WITH A MINIMUM OF (1) WARNING LIGHT INSTALL AS A SAFETY CLOSURE WITH FENCING, PAID FOR AS SAFETY CLOSURE M4-9BL DETOUR 30"X24" R9-9 SIDEWALK 24"X12" CLOSED PLACE ON A TYPE III BARRICADE HORIZONTAL SCALE IN FEET NORTH DETAIL A o so ,00 DRAWING MAY HAVE BEEN REDUCED !� M4-9 SPECIAL DETOUR 30"X30" mom M4-9BL D ETA U R 30"X24- ATTACH TO STEEL POST ON OCTSIDE OF BRIDGE RAIL M4-9BR D E U R 30"X24" �( ATTACH TO STEEL POST ON L OUTSIDE OF BRIDGE RAIL f W BURLINGTON ST M4-9BL DETOUR 30"X24" M4-9BR DETQUR 30"X24" DETAIL B HORIZONTAL SCALE IN FEET NORTH 0 50 100 DRAWING MAY HAVE BEEN REDUCED i I origin800 556-4491 I CITY OF IOWA CITY I PROJECT NUMBER CIP NUMBER S3978 I TRAFFIC CONTROL - PEDESTRIAN DETOUR STAGE 1 1 SHEET: J.3 I REV: 05/20/24 SEE DETAIL A THIS - SHEET FOR STAGING . NORTH OF THIS AREA NE_AN'TO'N RD PROPOSED WORK AREA SEE SHEETS J.4 TO J.5 FOR STAGING THIS AREA IOWA AVE "' SEE DETAIL B THIS IOWA AVE PROPOSED PEDESTRIAN DETOUR SHEET FOR STAGING ////---- STAGE 1 �'- ! w NORTH OF THIS AREA I I t SIDEWALK R9-9 t CLOSED 24"X12" t t M4-9BR DETOUR 30"X24" IPLACE ON A TYPE Ili BARRICADE INSTALL AS A THAT EXTENDS COMPLETELY SAFETY CLOSURE .� ACROSS THE SIDEWALK NTH A WITH FENCING, PAID MINIMUM OF (1) WARNING LIGHT FOR AS SAFETY CLOSURE M4-9BL DETOUR 30"X24" 3 - -r r , QDETOUR M4-9 SPECIAL, cf) t 30"X30" 'M 7 - NORTH HORIZONTAL SCALE IN FEET ., 0 60 120 DRAWING MAY HAVE BEEN REDUCED GRAND A PROPOSED PEDESTRIAN DETOUR STAGE 1 & STAGE 2 ri ATS(2)ISDEOURI ATTACH GNS TO BACK t T DE OUR BL 30"X 30"X24" „ i 1 ' 2 Ep 16 Ai i 11 tt 6 WA M4-9BR DETOUR 30"X24" IOWA AVE R9-9 SIDEWALK 24"X12" CLOSED M4-9BR A 30"X24" D E TQU R PLACE ON A TYPE III BARRICADE THAT EXTENDS COMPLETELY ACROSS THE SIDEWALK WITH A MINIMUM OF (1) WARNING LIGHT INSTALL AS A SAFETY CLOSURE WITH FENCING, PAID FOR AS SAFETY CLOSURE M4-9BL DETOUR 30"X24" R9-9 SIDEWALK 24"X12" CLOSED PLACE ON A TYPE III BARRICADE HORIZONTAL SCALE IN FEET NORTH DETAIL A o so ,00 DRAWING MAY HAVE BEEN REDUCED !� M4-9 SPECIAL DETOUR 30"X30" mom M4-9BL D ETA U R 30"X24- ATTACH TO STEEL POST ON OCTSIDE OF BRIDGE RAIL M4-9BR D E U R 30"X24" �( ATTACH TO STEEL POST ON L OUTSIDE OF BRIDGE RAIL f W BURLINGTON ST M4-9BL DETOUR 30"X24" M4-9BR DETQUR 30"X24" DETAIL B HORIZONTAL SCALE IN FEET NORTH 0 50 100 DRAWING MAY HAVE BEEN REDUCED i I origin800 556-4491 I CITY OF IOWA CITY I PROJECT NUMBER CIP NUMBER S3978 I TRAFFIC CONTROL - PEDESTRIAN DETOUR STAGE 1 1 SHEET: J.3 I REV: 05/20/24 SAFETY CLOSURE AT TYPE III BARRICADE BRIDGE RAMP o . . . .. .... 77 7 ?fl?q SEPri LL NIS, ... ....... fO ALLOWABLE WORK AREA liliA CITYi 1 oo .... ...... . ........ ----- ........ .. .. - - — ----- --- It 39- 39, OWMM CITIA113RX I '000- It x x III ---- x X X ) x X x 22" X X X X 3g ---------- ----- -- INSTALFENCING TO KEEP 9�3 ,, RN PEDESTRIANS OUT OF WORK AREA a. EXISTING SIDEWALK TO REMAIN IN USE DURING (FIB) (FIB) STAGE 1 (FIB) 500 (FIB) .... .. . .... 00 ' RIVERSIDE DRIVE L TEMPORARY CONCRETE BARRIER, 6:1 FLARE BA-401, CONSTRUCT TEMPORARY TEMPORARY CONCRETE PAVED SIDEWALK, BARRIER SEE SHEET F.1 (22-1/2* WIDE AT BASE) PEDESTRIAN ROUTE DURING INSTALLATION TEMPORARY SIDEWALK STAGE 1A SEQUENCE INSTALL TEMPORARY CONCRETE BARRIER AND CONSTRUCT STAGE 1A TEMPORARY SIDEWALK. INSTALL WORK AREA FENCING AND SAFETY CLOSURES. INSTALL BRIDGE CLOSURE AND PEDESTRIAN DETOUR. STRUCTURAL REPAIRS TO CAROUSEL CONSTRUCT STAGE 1B PERMANENT SIDEWALK AND HANDRAIL. x HORIZONTAL SCALE IN FEET I- 10 lc 0 DRAWING MAY HAVE BEEN REDUCED I z origin soosm-4491 CITY OF IOWA CITY PROJECT NUMBER CIP NUMBER S3978 PEDESTRIAN STAGING 1A SHEET: JA REV: 05/20/24 INSTALL SAFETY CLOSURE TYPE III BARRICADE AT BRIDGE RAMP -6 i CONSTRUCT RAILING CONSTRUCT STAGE 1B PERMANENT SIDEWALK STRUCTURAL REPAIRS CAN BE DONE IN STAGE 1B INSTALL FENCING TO KEEP PEDESTRIANS OUT OF WORK AREA x 22" f \ INSTALL FENCING TO KEEP -- PEDESTRIANS OUT OF WORK AREA , X X X X X \ ADDITIONAL ALLOWABLE WORK AREA IN THIS STAGE - - x 500 02 x X X X X X ® - RIVE RIVERSIDE TEMPORARY CONCRETE BARRIER HORIZONTAL SCALE IN FEET TEMPORARY SIDEWALK 0 5 10 (INSTALLED STAGE 1A) (INSTALLED STAGE 1A) 0 DRAMANG MAY HAVE BEEN REDUCED lz STAGE 1B SEQUENCE PEDESTRIAN ROUTE DURING INSTALLATION INSTALL WORK AREA FENCING AND SAFETY CLOSURES. OF EAST SIDEWALK AND STRUCTURE MAINTAIN BRIDGE CLOSURE AND PEDESTRIAN DETOUR. OVERHEAD WORK STRUCTURAL REPAIRS TO CAROUSEL. CONSTRUCT STAGE 1B PERMANENT SIDEWALK AND HANDRAIL AND STEPS. h origin sO0 ss6-4491 CITY OF IOWA CITY PROJECT NUMBER CIP NUMBER S3978 PEDESTRIAN STAGING 1B SHEET: J.5 REV: 05/20/24 w cn R9-9 SIDEWALK z 24"X12" CLOSED —� M4-9BR 30"X24" DETOUR PLACE ON A TYPE III BARRICADE THAT EXTENDS COMPLETELY ACROSS THE SIDEWALK WITH A MINIMUM OF (1) WARNING LIGHT INSTALL AS A SAFETY CLOSURE WITH FENCING, PAID FOR AS SAFETY CLOSURE M4-9BR 30"X24" DETOUR M4-913L DETOUR 30 X24 M4-9BR 30"X24" D E T R ALL TYPE III BARRICADES WILL NEED TO BE ADA COMPLIANT SEE DETAIL A THIS ------ SHEET FOR STAGING — — N THIS AREA IOWA AVE PNORTH OF THIS AREA ROPOSED PEDESTRIAN DETOUR SEE DETAIL B THIS IONS A A v STAGE 2 (VIA IOWA AVE UNDERPASS) � SHEET FOR STAGING NEWTON RD _ PROPOSED WORK AREA I _ I FOR STAGING SHEETHIS,AREA SIDEWALK R9-9 M4-9 SPECIAL 30-X30" DETOUR INSTALL (2) SIGNS BACK TO BACK M4-9BL 30"X24" I DE OUR 1064 M4-9BR 30"X24" .._. / — CLOSED_ 24'X12 M4-9BR !DETOUR 30 X24 PLACE ON A TYPE III BARRICADE THAT EXTENDS COMPLETELY ACROSS THE SIDEWALK WITH A MINIMUM OF (1) WARNING LIGHT NORTH D E TQU R HORIZONTAL SCALE IN FEET 0 60 120 DRAWING MAY HAVE BEEN REDUCED M4-9 SPECIAL, _ L 30" X30- INSTALL (2) SIGNS BACK TO BACK. INSTALL SIGNS ON A STEEL POST SECURELY ATTACHED TO THE OUTSIDE OF THE BRIDGE RAILING DETOUR t Gp,AND AVF PROPOSED PEDESTRIAN DETOUR STAGE 1 & STAGE 2 _I THIS ROUTESIDEWALK R9-9 CLOSEDDn CLOSED n 24 X12 FOR STAGE 2 PLACE ON A TYPE III BARRICADE THAT EXTENDS COMPLETELY ACROSS THE SIDEWALK INSTALL AS A SAFETY CLOSURE WITH FENCING, PAID FOR AS SAFETY CLOSURE M4-9 SPECIAL 30"X30- DETOUR ATTACH (2) SIGNS BACK TO BACK t DE OUR M4-9BL 30"X24" 0M4-9 SPECIAL ftRVW DETOUR 30"X30" t— I DETOUR M4-9BL E 30"X24" ATTACH TO STEEL POST ON OUTSIDE OF BRIDGE RAIL DETQUR �_'''►► M4-98R , TO ATTACHTO STEEL POST ON OUTSIDE OF BRIDGE RAIL 'v' BURLINGTON S-r' TM 4z Lv O C- `, I.LaEba ■ ■ PEDESTRIAN DETOUR WORK AREA ?n24 SE- ' 16 A11111: t. F- M4-9BR DETOUR gin" X?4" Ili 1. -: i r li 1. t I Af [t M4-9BL DETOUR 30"X24" IOWA AVE HORIZONTAL SCALE IN FEET NORTH DETAIL A °I_ 5100 DRAWING MAY HAVE BEEN REDUCED M4-9BL DETOUR 30"X24" DET� UR IOb�"A A�'E M4-9BR30"X24" SIDEWALK CLOSED R9-10 USE OTHER SIDE 24-02- DETAIL B HORIZONTAL SCALE IN FEET NORTH O 50 100 DRAWING MAY HAVE BEEN REDUCED i unuin BOO w6-4491 i CITY OF IOWA CITY I PROJECT NUMBER CIP NUMBER S3978 I TRAFFIC CONTROL - PEDESTRIAN DETOUR STAGE 2 1 SHEET: J.6 I REV: 05/20/24 1 0� x� INSTALL FENCING TO KEEP PEDESTRIANS OUT OF _ WORK AREA 22 STAGE 2 - PERMANENT } �� ��•r CONSTRUCT STAGE 2 SIDEWALK I PERMANENT SIDEWALK 77 tea` \— F!g F B) (Fi ?FIB —Fie) ( te) —(FIB) V - n^ RIVERSIDE DRIVE - - - - - - - REMOVE BA-401, - REMOVE TEMPORARY CONCRETE BARRIER TEMPORARY SIDEWALK (INSTALLED STAGE 1A) (INSTALLED STAGE 1A) STAGE 2 SEQUENCE REVISED PEDESTRIAN DETOUR: INSTALL WORK AREA FENCING AND SAFETY CLOSURES CONSTRUCT STAGE 2 PERMANENT SIDEWALK. REMOVE TEMPORARY SIDEWALK AND CONCRETE BARRIER �I SOO S$�-4497 I CITY OF IOWA CITY I I I I PROJECT NUMBER CIP NUMBER S3978 PEDESTRIAN STAGING 2 SHEET: J.7 REV: 05/20/24 origin i sign' BOD TYPE MANUFACTURER SA KIM LIGHTING SB I KENALL LIGHTING FIXTURE SCHEDULE MODEL NUMBER DESCRIPTION 1SA-WP95A2-27L-350-39X8-2-CLR-BC-UNV-PC-LGT POLE MOUNTED ARCHITECTURAL SITE LIGHT. CLEAR GLASS LENS. HOUSE SIDE SHIELD. INTEGRAL BUTTON STYLE PHOTOCELL. OWNER TO VERIFY LIGHT GREY TEXTURED FINISH ON FIXTURE AT TIME OF SUBMITTAL. POLE SHALL BE VALMONT RNTA/4-BOLT ANCHOR BASE CATELOG #11120050504S4 OR APPROVED EQUAL. POLE SHALL BE A 12-FOOT TALL, 5-INCH DIAMATER NON -TAPERED SEAMLESS ALUMINUM ALLOY 6061-T6. THE BASE PLATE SHALL BE 356 ALLOY ALUMINUM. THE BASE PLATE SHALL BE INSTALLED WITH A BOLT COVER SECURED WITH STAINLESS STEEL SCREWS. POLE SHALL BE FITTED WITH A POLE CAP. POLE SHALL HAVE 2.5 INCH BY 4.5 INCH HANDHOLE WITH GASKETED COVER. POLE SHALL HAVE A NATURAL BRUSHED FINISH. FNL6-24-CC-1-25L35K-DCC-120/277-BPC 2' LED EXTERIOR FIXTURE. EXTRUDED ALUMINUM HOUSING. HIGH ABUSE FIXTURE WITH IMPACT RESISTANT, FELL CUTOFF LENS. BUTTON PHOTOCELL. VERIFY 120 OR 277V PRIOR TO ORDERING. OWNER SHALL VERIFY LIGHT GREY FINISH AT TIME OF SUBMITTAL LIGHTING FIXTURE SCHEDULE NOTES: GENERAL NOTES: 1. PROVIDE ALL PARTS AND PIECES FOR A COMPLETE AND FULLY A. SURFACE RACEWAY, IF REQUIRED, SHALL BE COORDINATED FUNCTIONAL LIGHTING SYSTEM. ALL WORK AND MATERIALS WITH DESIGN TEAM PRIOR TO INSTALLATION. SHALL COMPLY WITH IOWA DOT STANDARD SPECIFICATION SECTION 2523. B. REFER TO S- AND V-SHEETS FOR SPECIFIC DEVICE ROUGH - IN AND PLACEMENT. ANY DEVIATIONS FROM S- AND V- 2. CONTRACTOR SHALL INSTALL ALL FIXTURES PER SHEETS AND ELECTRICAL PLANS SHALL BE REVIEWED AND MANUFACTURER RECOMMENDATIONS IN LOCATIONS APPROVED BY THE ENGINEER PRIOR TO ROUGH -IN. SHOWN ON DRAWING AND NOTIFY DESIGN TEAM IF THIS IS NOT POSSIBLE PRIOR TO ROUGH -IN. C. ALL LIGHTING FIXTURES SHALL BE INSTALLED IN SUCH WAY THAT THEY ARE ACCESSIBLE WITHOUT REMOVING OF 3. VERIFY ALL WALL MOUNTED FIXTURE LOCATIONS WITH THE ARCHITECTURAL FEATURES. THE DESIGN TEAM SHALL BE LIGHTING DESIGNER AND ENGINEER PRIOR TO ROUGH -IN. NOTIFIED IMMEDIATELY OF AREAS WHERE THIS IS NOT POSSIBLE. 4. OWNER SHALL SELECT ALL FINISH/COLORS AT TIME OF SUBMITTAL. D. JUNCTION BOXES SHALL BE CAST IRON AND SHALL COMPLY WITH IOWA DOT STANDARD SPECIFICATION ARTICLE 5. COORDINATE ALL DRIVERS WITH CONTROLS TO INSURE FULL 4185.08. SEE PLAN FOR JUNCTION BOX SIZES AND COMPATIBILITY. LOCATIONS. E. HANDHOLES SHALL BE TYPE III PRECAST CONCRETE COMPOSITE, COMPLYING WITH IOWA DOT STANDARD ROADWAY PLAN SHEET LI-103. I t bV c f, that ttr; er ; mq Om —,vas xep M — m uM m, dwe Personal sgerA and OW I am a duly h—SW Pmt—I—I Epineer under t I— of the Stag of 1— W lka ren 1 Gale is DCemxr 31, 2024 p.M. C .�cENSFa2�o 0 17602 °�_ 'ST/ONA`L- 0?.�` \\ t, � 4/12/24 TRINM M. CONRAD Date Pages aof V—d Wt —1l Dr.-W: PA —REPLACE EXISTING 2" CONDUIT FROM HANDHOLE TO ABUTMENT REPLACE EXISTING 2 CONDUIT FROM ABUTMENT z C� TO JUNCTION BOX NEW 2" CONDUIT - FROM HANDHOLE TO ABUTMENT EXISTING 2" CONDUIT TO REMAIN ACROSS BRIDGE DECK. OUTSIDE OF STRUCTURAL REPAIR AREAS IDENTIFIED ON SHEET V.2 REPLACE EXISTING 2" CONDUIT BETWEEN JUNCTION BOXES PROVIDE WATER -TIGHT, FLEXIBLE JOINT IN CONDUIT \-NEW 2" CONDUIT FROM ACROSS BRIDGE DECK ABUTMENT TO EXPANSION JOINT. JUNCTION BOX F. EMBEDDED AND BURIED CONDUIT AND FITTINGS SHALL BE SCH 40 PVC. SURFACE MOUNTED CONDUIT AND FITTINGS SHALL BE TAMPER RESISTANT, RIGID STEEL. ALL CONDUIT AND FITTINGS SHALL COMPLY WITH IOWA DOT STANDARD SPECIFICATION ARTICLE 4185.09. REFERENCED NOTES: 1. EXTEND EXISTING CIRCUIT AND LIGHTING CONTROL TO NEW DEVICE LOCATIONS, EXISTING PATHWAYS SHALL BE REPLACED UNLESS OTHERWISE NOTED. 2. COORDINATE INSTALLATION WITH REPLACEMENT LIGHT POLE ANCHOR LOCATIONS. REMOVE EXISTING AND PROVIDE NEW JUNCTION BOX. JUNCTION BOX SHALL BE 6" x 9" x 1'A'. PROVIDE NEW 1" CONDUIT FROM JUNCTION BOX TO LIGHT POLE BASE LOCATION. 3. EXTEND CIRCUIT TO CAROUSEL SUPPORT V AND VI LIGHT FIXTURES. 4. REMOVE EXISTING AND PROVIDE NEW JUNCTION BOX ON CAROUSEL SUPPORT I. JUNCTION BOX SHALL BE 6" x 6" x 8". PROVIDE NEW JUNCTION BOX ON CAROUSEL SUPPORT V BELOW, JUNCTION BOX SHALL BE 6" x 6" x 8". 5. REMOVE EXISTING AND PROVIDE NEW JUNCTION BOX ON CAROUSEL SUPPORT 11. JUNCTION BOX SHALL BE 6" x 6" x 8" TO MATCH EXISTING. PROVIDE NEW JUNCTION BOX ON CAROUSEL SUPPORT VI BELOW. 6. PROVIDE NEW JUNCTION BOX ON CAROUSEL SUPPORT. JUNCTION BOX SHALL BE 6" x 6" x 8". 7. PROVIDE NEW HANDHOLE IN GROUND. PROVIDE NEW 1" CONDUIT FROM HANDHOLE TO LIGHT POLE BASE LOCATION. 8. DRILL HOLE THROUGH ABUTMENT TO FACILITATE NEW CONDUIT INSTALLATION. CONTROL MOUNTING LED/CCT/CRI DELIVERED LUMENS WATTAGE VOLTAGE EQU, PHOTOCELL POLE - ARM LED/3500K/80 ( 3,614 31 UNV N01 PHOTOCELL I EXTERIOR -WALL I LED/3500KJ82 9. REMOVE EXISTING AND PROVIDE NEW HANDHOLE IN GROUND, INCLUDING ANY CONDUIT THAT MAY BE REQUIRED TO FACILITATE HANDHOLE REPLACEMENT. FOR REFERENCE, EXISTING HANDHOLE HAS (3) 2" AND (1) 1-1/2' CONDUITS. 10. REMOVE EXISTING AND PROVIDE NEW HANDHOLE IN GROUND, INCLUDING ANY CONDUIT THAT MAY BE REQUIRED TO FACILITATE HANDHOLE REPLACEMENT. FOR REFERENCE, EXISTING HANDHOLE HAS (3) 2", (2) 3" AND (2) 1-1/2" CONDUITS. REMOVE EXISTING 2' CONDUIT BETWEEN JUNCTION BOXES NEW 1 1/4" CONDUIT BETWEEN JUNCTION BOXES ON CAROUSEL SUPPORT BRANCHES III AND IV. 11 9 CR NEW 1 1/4" CONDUIT BE]TWEEN JUNCTION BOXES ON CAROUSEL SUPPORT BRANCHES IV AND V BELOW. EXISTING 2" CONDUIT TO REMAIN ACROSS - BRIDGE DECK. OUTSIDE OF STRUCTURAL REPAIR AREAS IDENTIFIED ON SHEET V.2 NEW 2" CONDUIT ' PROVIDE WATER -TIGHT, FLEXIBLE BETWEEN JUNCTION BOXES REPLACE EXISTING 2" CONDUIT JOINT IN CONDUIT ACROSS BETWEEN ]UNCTION BOXES BRIDGE DECK EXPANSION JOINT. 2,398 27 ; _ WgVNG[dF.FR APPROVED ELECTRICAL SYMBOLS LIST WIRING DEVICES LUMINAIRES 0 JUNCTION BOX o WALL MOUNT FIXTURE W/TYPE NUMBER _-' HANDHOLE POLE MOUNT FIXTURE W/TYPE NUMBER MTGCPI I ANEOU Ex EXISTING - TO REMAIN e3m EXISTING - TO BE RELOCATED ER EXISTING - TO BE REMOVED CONDUIT 6 POINT OF NEW CONNECTION i �/CAROUSEL SUPPORT III 14 rCAROUSEL SUPPORT CAROUSELSUPPORT BRANCH I (BRANCH V BELOW) N LIGHTING LAYOUT 2 1 11[I]SUlP 1/15-=1'-0' m V V V 22XN SGLLF 1/R' = l'd M � n II Q WATERLOO I DES MOINES I IOWA CITY 2 1 4 EAST 4TH ST. 1 30 EAST 3RD ST. 1 18 FAST COLLEGE ST WATERLOO, IOWA DES MOINES, IOWA IOWA CITY, IOWA (319)235-0050 (515)251-7280 (319)248-44500 BOO su-"gl CITY OF IOWA CITY PROJECT NUMBER CIP NUMBER S3978 LIGHTING LAYOUT F`1 -NEW 1 1/4" CONDUIT BETWEEN JUNCTION BOXES ON CAROUSEL SUPPORT BRANCHES II AND III. CAROUSEL SUPPORT BRANCH II (BRANCH VI BELOW) \ ' S6 _ R EX 1 1/4" CONDUIT IN I/,1 ',NEW 1" CONDUIT FROM CAROUSEL SUPPORT BRANCH I JUNCTION BOX TO LIGHT TO REMAIN OUTSIDE OF ;/I FIXTURE. TYPICAL AT STRUCTURAL REPAIR AREAS CAROUSEL SUPPORT I/NTIFIED ON SHEET V.2'' BRANCHES I, II, III, V, AND VI. —REPLACE EXISTING 1 1/4" CONDUIT BETWEEN JUNCTION BOXES ON 4 CAROUSEL SUPPORT BRANCHES I AND II. NEW 1 1/4" CONDUIT BETWEEN JUNCTION BOXES ON CAROUSEL SUPPORT BRANCHES V AND VI BELOW. PROVIDE WATER -TIGHT, FLEXIBLE JOINT IN CONDUIT ACROSS BRIDGE DECK EXPANSION JOINT. Design For RIVERSIDE DRIVE PEDESTRIAN BRIDGE AT IOWA AVENUE REHABILITATION PROJECT SHEET: P.1 REV: 04/12/24 IOWA AVE m 0 N NEWTON RD 4 INSI C TEW AFTEF HAS --------—---- — ---- — --------------- s---- --- — - o— _-- EROSION CONTROL/LANDSCAPING LEGEND 'TRIAN BRIDGE SHOWN FADED ABOVE E- n A' H: ca b 0 IVA Y TEMPORARY TEMPORARY PERMANENT 11 j —SF— Y SILT FENCE ROLLED EROSION PS SEEDING (STRAW WATTLES, CONTROL PRODUCT z FILTER SOCKS k SILT (RECP) PER PLAN - FENCE ARE GENERALLY ORNAMENTAL GRASS I i INTERCHANGEABLE) (� �TI STREAM CROSSING SEED, FERTILIZER do j """777 C" ® MULCH —PC PERIMETER CONTROL a _ —� CONSTRUCTION ROAD O OUTLET PROTECTION a CW CONCRETE WASHOUT STABILIZATION —� TD— TEMPORARY DIVERSION REVETMENT SLOPE CONSTRUCTION RS PROTECTION ENTRANCE LEVEL SPREADER ❑� SOD DROP INLET PROTECTION u O MULCHING ® — CHECK DAM O SEEDING DUST CONTROL y —SC' STONE CHECK .y>► O COMPOST BLANKET ® SEDIMENT BASIN Y ® ® DITCH CHECK r (ROCK DAM) SLOPE PROTECTION, WOOD EXCELSIOR MAT SEDIMENT TRAP INSTALL TOPSOIL LANDSCAPING BY OTHERS. J P INLET PROTECTION (PAID FOR AS TOPSOIL, SPREAD) NORTH HORIZONTAL SCALE IN FEET 0 10 20 DRAWING MAY HAVE BEEN REDUCED �L 800 556-4491 CITY OF IOWA CITY I PROJECT NUMBER CIP NUMBER S3978 EROSION CONTROL -LANDSCAPING PLAN I SHEET: RRA REV: 05/20/24 SEE EXISTING UNDERPASS PLANS FOR RAILING TO TIE INTO MATCH EX SIDEWALK AT EX JOINT I 10+00� TURNING SPACE STA 0+31.74, 3.611 T/W 650.4343 oa 1 00 1 y O 7 c� 1 STA 0+17.42 3.62'L F� T/W 656.93 STA 0+18,03, 3.171 . 0 DO NOT DISTURB - EXISTING SIGN 'WALK BIKE THROUGH TUNNEL' 203 8'� -- -_ -_ __ L=12.46' R=100.00' e=7'08'24' 204 � 'CHORD-S21'51'28'W \ 0 `-- 12.45' 6 0 02 •','' 205 \ 0 �q• 0 35.71 T/W 650. C: 0+33.41 STA 0+31.62, 3.57'R T/W 650.50 RAILING SECTION AT SIDEWALK PER DETAIL 2 ON SHEET U.3 `6q0� STA 10+50.00 PROPOSED SIDEWALK CENTERUN � /W 651.84 — - HORIZONTAL SCALE IN FEET 0 5 10 - ANY DISTURBED REVETMENT TO BE __PLACED ON EXISTING REVETMENT JOINT SPACING: SLOPE AS DIRECTED BY THE ENGINEER"1 C JOINTS EVERY 5 TO 6 DRAWING MAY HAVE BEEN REDUCED AS PART OF GRADING OPERATIONS -- E FEE T VENLY SPA ED - PROPOSED — - GRADING LIMITS __ -- '""" -_ -- -- •� L=22.12' R=60.00' - __ a=21a0T16, _ CHORD=S14'52'03'W 21.99' 5% MAX AT INSIDE EDGE OF CURVE `s`��a• 5X MAX AT INSIDE J CONCRETE STEPS EDGE OF CURVE 0, _ �- A\R o HA DRAIL BOTH SIDES T/W 651.32 0 _ ~ PER SHEETS U.2 - U.4— Q STA 0+18.03, 3.17'R T/W 656.50 / 22 STA 0+17.30, 3.49'R T/W 657.00 h5i 0: 0+12.16 TURNING T/W 652.87 STA 11+13. � _ o STA 10+98.15 COORDINATE WITH CITY STREETS DIVISION TO REMOVE SIGNS (MULTIPLE SIGNS ON ONE ISTING POST) AT NEW LOCATION. SEE SHEET S.2 FOR ADDITIONAL INFORMATION STA 11+18.23, 0.00' 654.62 GRADE FROM EDGE OF SIDEWALK TO EDGE OF SIDEWALK IN REMOVE EX TREE THIS AREA TO CREATE AS FLAT A SLOPE AS POSSIBLE _SEE W SHEETS ---_---- ------ RIVERSIDE DR f 660 ¢ ____ rl IR m N __ 2 • °u 0! 59 I � a M : 655 ao -`o 0 ----'AD"Iri 0 , o n _ + ct + _ — — 4.85X 5.00% 650 --- _ L n n I V 645 'L 640 Oi 10+00 i 800 556-"91 5'-1-6' F 0 Z I FQFNn �J SIDEW - EAST SIDEWALK - WEST, SEE SHEET S.2 y , ff T<I1wRN SPACE COORDINATE WITH CITY STREET DIVISION TO INSTALL RELOCATED SIGNS (MULTIPLE SIGNS ON ONE POST) 18, 107 1.3X / T/W 654.2 W / 52 T/W 654.27 103 E JOINT EXISTING TURNING SPACE 102 0)�: , EX SIDEWALK EDGE 01w to U)OD N t0 0!N N A It) N 660 a 660 0) U1 U) M) N OD EX GRADE AT PROP + + + Go 655 4.851i — — — _ — -1.59X ROP GRADE AT PROP r� U)N pIN N^ r704 Lo N Lo Lo In') co 10t0 tom 10+50 CITY OF IOWA CITY PROJECT NUMBER CIP NUMBER S3978 11+00 SIDEWALK SHEET - EAST SHEET: S.1 645 640 11 +25 REV: 05/20/24 \ �640 _ 1 25 16-AM I I 1 �'•.. -� S SIDEWALK SECTION PER I \ ��` __ __ a Lr� �_6 y� 3 DETAIL 4 ON SHEET 8.1 - Y - `_. \ v ------_-- _ �1€iI'1S1 .j� . RAILING SECTION AT BRIDGE PER DETAIL 2 ON MEET U.3 j /. MATCH EXISTING SIDEWALK 304 1. - 8• 1 303 RNiNG _ 10 50 ! SPACE 0 302 MATCH EXISTING 1' tl pPQP�1 M ►�.PT: 0+16.63 P\ ti Lw°J \ C: 0+12 STA 100+69.492.50L T/W 656.04/�T/W 65, T. 0+35.71 I � C: 0+33.41 SEE SHEET S.1 FOR I ADDITIONAL INFORMATION It Z HORIZONTAL SCALE IN FEET 0 5 10 DRAWING MAY HAVE BEEN REDUCED LEGEHL SIDEWALK - WEST SIDEWALK - EAST, SEE SHEET S.1 TURNING SPACE 1 STA 101+02.04. 2.501 - T/W 655.96 MATCH EXISTING _.._ SIDEWALK 65 L-10.70' T/W 654.69 5\ R-17.50' -mac _ JOINT STA 100+81.94. 2.50'L . n-35'01'31' ; ' 22" - T/W 656.06 CHORD-S2098'05'E -- STA 101+80.56, 3.00'L 10.53' T/W 654.80 STA 100+85.73, 2.50'L STA 101+09.58. 3.001 T/W 656.15 T/W 655.75 65� -STA 101+86.5 '; r STA 10G+92.38, T STA 101+20.92, 3.001 2.50'L T/W 655.36 T/W 656.18 STA 100+95.89, o 'L oNor1 2.50I 1 0 T/W 656.10 �y �- - - m "' STA 101+80.56, 3.00'R I U I T/W 654.89 h r o, MATCH EXISTING -" EWALK' 41. STA 100+69.49, 2.50'R • / I D �� T 654.73 T/W 655.97 T/W 655.98 �, i� HZ J^ STA 101+20.92, 3.00'R tK % f { T/W 655.45 T/W 655. STA 100+76.09, 1.50'R ' o STA I101+11.62, 3.00R L-11.35' R=20.00' T/W 655.92 T/W 655.77 A-32'30'18' ---"- EX SW-507 INTAKE, UAC K be STA 101+04.80, 2.50'R _---_,CH ORD-S21'33'41'E--- R D MATCH EX SLAB TOP N T/W 655.98 _ RIVERSIDE 63 ___ ---- 1 I I:.._ NOTES: STA 100+80.98, 1.50'R �� CAROUSEL SUPPORT I CONTRACTOR TO SUBMIT JOINTING PLAN. T/W 655.98 I TYPICAL C JOINTS EVERY 5' TO 6' EVENLY L=3.78' I I SPACED. DASHED LINES REPRESENT GRADE STA 100+81.94, 2.50'R R=5.00' PROPOSED I I STA 100+95.89, 2.50'R BREAKS, NOT JOINT LINES. PLACE T/W 655.99 a=43*24'42" HANDHOLES I I T/W 656.18 I EXPANSION JOINTS ALONG BACK OF CURB I CHORD-S78'55'01'W STA100+85.73, 2.50'R STA 100+92.38, 2.50'R i I AND AROUND FIXTURES, STORM STRUCTURES IN SIDEWALK. 3.70' T 656.08 T/W 656.26 I i 665 • ,�� __ �$ 665 u1 rc�o top vI an 9 :f 16 ci � C m m m to to m to m, ,,, m h Oml 04 lz Ol 10 to o o + Z -1.50X -3.DIX -1.00% 1.22X 2.40% -2.27X -3.43X o m 655 _ 0.31X _ -1.07X -2,30X------ - 655 c< 5 N J = < F F Y Q � 650 - -_ _ -_ > > Wa W _ 650 0 U Z O 645 J O W 10 w®a0 L_ to rnrn t�0to '-o Lo m �nmi to 1l0 -cam to, o� to wu7 ^c§45 IN m m 100+50 101+00 101+50 101+87 origin so0 ss6-4491 CITY OF IOWA CITY PROJECT NUMBER CIP NUMBER S3978 SIDEWALK SHEET - WEST SHEET: S.2 REV: 05/20/24 .., i -Y4" CHAMFER,� TYP F �0Lu (ifWLuLu � ��m aclm ELECTRICAL CONDUIT (ACCESS DUCT) - SEE SHEET V.5 FOR ELECTRICAL GROUND ROD INSTALLATION PER MFR'S RECOMMENDATIONS #4 TIES — (REINFORCING HOOPS) ® 12" 0 OC II 1'-6" 0 1 LIGHT POLE FOUNDATION s.3 Nor ro sr�a Accimrn ls'—O" REPLACE LIGHT POLE FOUNDATION PROPOSED HANDHOLE 3'-0" SEE SHEET V.5 AND DETAIL THIS SHEET 4 SEP i G A1: I l-. 1 SEE SHEET P.1 D 1 -- ----- I ---- --- r ( q s �i1 �f .? N — F - m 0 ------------- 1 Q W Q r-� C� 6' PCC WALK OVER 6' MODIFIED SUBBASE. REMOVE AND REPLACE SIDEWALK FROM Ce. MATCH EXISTING WIDTH OF WALK. ABUTMENT TO SECOND SAWCUT JOINT FROM W FIELD VERIFY DIMENSIONS ABUTMENT TO FACILITATE LIGHT POLE > FOUNDATION AND CONDUIT REPLACEMENT. C4 SEE SHEET P.1 FOR CONDUIT. INSTALLATION TO REPLICATE EXISTING WIDTH, CROSS SLOPE SHALL NOT EXCEED 1.5% HORIZONTAL SCALE IN FEET SIDEWALK PLAN — WEST END OF 0 5 i0 Idghtal PEDESTRIAN BRIDGE NORTH DRAWING MAY HAVE BEEN REDUCED DESIGN STRESSES FOR THE FOLLOWING MATERIALS ARE IN ACCORDANCE WITH THE AASHTO LRFD BRIDGE DESIGN SPECIFICATIONS, 8th Ed, SERIES OF 2017, EXCEPT AS NOTED IN THE CURRENT IOWA LIGHT POLE BRIDGE DESIGN MANUAL. REINFORCING STEEL IN ACCORDANCE WITH AASHTO LRFD SECTION 5, GRADE 60 FOR EPDXY —COATED. CONCRETE IN ACCORDANCE WITH AASHTO PROVIDE RUBBED LRFD SECTION 5, f'c = 4.0 KSI AND IOWA n CONC FINISH ON DOT CLASS C. ALL EXPOSED CONC " 3 VERTICAL BARS & TIES (REINFORCING HOOPS) FINISHED GRADE CONC FOUNDATION ANCHOR BOLTS �' BY LIGHT POLE GROUND ROD MFR O r I Z (6) #6 VERTICAL BARS EQUALLY SPACED z SECTION Design For RIVERSIDE DRIVE PEDESTRIAN BRIDGE AT IOWA AVENUE REHABILITATION PROJECT origing., s0o &%-4491 CITY OF IOWA CITY PROJECT NUMBER CIP NUMBER S3978 SIDEWALK 8, FOUNDATION DETAILS - WEST OF BRIDGE SHEET: S.3 REV: 05/20/24 * Does not include curb ' Staking required by Contracting Authority per Article 2 Refer to tabulation 113-01 for bid quantities. 2511.03 of the Standard Specifications. SIDEWALK COMPLIANCE See S Sheets 113-10A MODIFIED Point to Point Sidewalk Designation " PCC Sidewalk O Distance* A Elevation FT Slope % Acceptable Constructed Range Pos. or Ne . Staking Required on this QuadLant? 1 Measured Slope Initials Remarks VALUES `FOR' INrgRMA" USED TO DETERMINE ' pNL:Y 1 .DESIGNED SLOPES Point North" IT ia;Easting Elevation FT % 100 101 Landing/Turning Space 4 4 4 4 4 4 4 4 4 4 4 4 4 4 4 4 4 4 4 4 4 4 4 4 4 4 4 41 5.84 -0.01 -0.05 -0.04 -0.1 0.09 -0.09 -0.01 -0.09 -0.08 -0.06 -0.08 -0.07 0.03 0.06 0.06 -0.02 0 0.07 -0.11 -0.02 -0.11 -0.01 -0.07 -0.01 0.08 -0.13 0 -0.01 -0.003 -0.007 -0.017 -0.016 0.018 -0.015 -0.008 -0.015 -0.016 -0.01 -0.011 -0.014 0.003 0.01 0.01 -0.003 -0.003 0.013 -0.015 -0.005 -0.015 -0.006 -0.01 -0.007 0.01 -0.018 0 -0.002 0.1% to 0.1% to 0.1% to 0.1% to 0.1% to 0.1% to 0.1% to 0.1% to 0.1% to 0.1% to 0.1% to 0.1% to 0.1% to 0.1% to 0.1% to 0.1% to 0.1% to 0.1% to 0.1% to 0.1% to 0.1% to 0.1% to 0.1% to 0.1% to 0.1% to 0.1% to 0.1% to 0.1% to 2.0% 2.0% 2.0% 2.0% 2.0% 2.0% 2.0% 2.0% 2.0% 2.0% 2.0% 2.0% 2.0% 2.0% 2.0% 2.0% 2.0% 2.0% 2.0% 2.0% 2.0% 2.0% 2.0% 2.0% 2.0% 2.0% 2.0% 2.0% Yes Yes Yes Yes Yes 0.2 0.66 1.65 1.7 1.79 1.5 1.04 1.5 1.56 0.95 1.17 1.3 0.36 1 1 0.29 0 1.28 1.55 0.45 1.56 0.58 0.98 0.67 1.02 1.8 0 0.14 100 611128.52 2175397.25 654.70 100 102 Landing/Turning Space 7.54 101 611129.06 2175403.07 654.69 101 104 Landing/Turning Space 2.43 102 611121.02 2175398.08 654.65 102 103 Landing/Turning Space 5.87 103 611121.66 2175403.92 654.56 103 104 Landing/TurningLanding/Turning Space 5.02 104 611126.65 2175403.34 654.65 103 107 Landing/Turning Space 6.00 105 611126.76 2175404.30 654.64 104 105 Landing/Turning Space 0.96 106 611126.31 2175410.28 654.55 105 106 Landing/Turning Space 6.00 107 611121.21 2175409.90 654.47 106 107 Landing/Turning Space 5.11 200 611222.58 2175419.71 650.01 200 201 Landing/Turning Space 6.33 201 611227.98 2175423.02 649.95 200 206 Landing/Turning Space 6.84 202 611225.23 2175427.67 649.87 201 202 Landing/Turning Space 5.40 203 611222.68 2175435.59 649.90 202 203 Landing/TurninjZ Space 8.33 204 611216.93 2175433.69 649.96 202 206 Landing/TurningLanding/Turning Space 6.00 205 611219.13 2175427.04 649.94 203 204 Landing/Turning Space 6.05 206 611219.52 2175425.83 649.93 204 205 Landing/Turning Space 7.00 300 611248.37 2175409.15 656.40 205 206 Landing/Turning Space 1.28 301 611242.98 2175409.84 656.48 300 301 Landing/Turning Space 5.44 302 611238.61 2175410.75 656.45 300 309 Landing/Turning Space 7.11 303 611237.33 2175411.92 656.44 301 302 Landing/Turning Space 4.46 304 611236.06 2175412.72 656.43 301 308 Landing/Turning Space 7.07 305 611229.37 2175408.63 656.51 302 303 Landing/Turning Space 1.73 306 611233.32 2175402.59 656.38 302 307 Landing/Turning Space 7.15 307 611235.76 2175404.19 656.38 303 304 Landing/Turning Space 1.50 308 611242.52 2175402.79 656.37 304 305 Landing/TurningLanding/Turning Space 7.85 309 611247.47 2175402.10 656.30 305 306 Landin Turnip Space 7.21 306 307 Landing/TurningLanding/Turning Space 2.93 307 308 Landinp,/Turning Space 6.90 1 Design For RIVERSIDE DRIVE PEDESTRIAN BRIDGE AT IOWA AVENUE REHABILITATION PROJECT i onoin 800 SW-"91 1 CITY OF IOWA CITY I PROJECT NUMBER CIP NUMBER S3978 I TABULATION I SHEET: SA I REV: 05/20/24 1 REMOVE EX RAILING AND REPLACE W/ GALV STEEL RAILING. IF REPLACEMENT RAIUNG LEAD-TIME WILL PROHIBIT ITS INSTALLATION DURING A CONTIGUOUS CCNSTRUCTION PERIOD, TEMPORARY RAILING SHALL BE PROVIDED BETWEEN CONTIGUOUS CONSTRUCTION PERIODS SO THAT THE BRIDGE CAN BE RE -OPENED TO THE PUBLIC UNTIL THE NEXT CONSTRUCTION PERIOD. SEE PROJECT MANUAL FOR DESCRIPTION OF CONSTRUCTION PERIODS. AS AN OPTION, EX RAILING MAY BE SALVAGED AND TEMPORARILY RE -INSTALLED AFTER COMPLETION OF CONCRETE REPAIRS TO THE BRIDGE AND AFTER ALLOWING REPLACEMENT CONCRETE TO CURE FOR AT LEAST 28 DAYS (SEE V SHEETS). SEE ORIGINAL 1960 BRIDGE CONSTRUCTION PLANS FOR EX RAILING CONFIGURATION. TEMPORARY RAILING SHALL BE INSTALLED SO ITS CENTERLINE POSITION IS 10" FROM BRIDGE DECK EDGES. ANCHORAGE OF EACH TEMPORARY RAILING POST TO BRIDGE DECK SHALL CONSIST OF (4) 1/2- DIAMETER ZINC -PLATED SCREW ANCHORS THAT SHALL BE COMPLETELY REMOVED AND THEIR CAVITIES FILLED WITH REPAIR GROUT UPON FINAL REMOVAL OF TEMPORARY RAILING DURING THE NEXT CONSTRUCTION PERIOD. SUBMIT PROPOSED SCREW ANCHOR PRODUCT DATA TO ENGINEER FOR APPROVAL ALTERNATIVELY THE CONTRACTOR MAY SUBMIT A TEMPORARY RAILING DESIGN FOR REVIEW AND APPROVAL OF THE ENGINEER. THIS REVIEW AND APPROVAL SHALL OCCUR PRIOR TO REMOVAL OF THE EXISTING RAILING. ALL WORK PERTAINING TO REPLACEMENT RAILING TO COMPLY WITH IOWA DOT STANDARD SPECIFICATION SECTION 2414 FOR PIPE AND STRUCTURAL STEEL PEDESTRIAN HAND RAILINGS, AND BE CONSTRUCTED AS DETAILED ON THESE PLANS. METHOD OF MEASUREMENT SHALL BE PER IOWA DOT STANDARD SPECIFICATION ARTICLE 2414.04.B. BASIS OF PAYMENT SHALL BE PER IOWA DOT STANDARD SPECIFICATION ARTICLE 2414.05.8. REFER TO THE "ASBESTOS, LEAD PAINT. AND CHROMIUM INSPECTION" REPORT IN THE PROJECT MANUAL FOR ASBESTOS CONTENT FOUND IN LEVELER MATERIAL BELOW EXISTING RAILING POSTS AND RELATED OSHA REQUIREMENTS FOR REMOVAL FIELD VERIFY DECK SURFACE PROFILE AFTER PLACEMENT OF 'STRUCTURAL CONCRETE, BRIDGE' AREAS SHOWN ON V SHEETS AND CONSTRUCT REPLACEMENT RAILING TO ACCOMMODATE SURFACE PROFILE INCLUDING VERTICAL CURVATURE, CROSS SLOPE, AND HORIZONTAL CHANGES IN DIRECTION. RADIAL HORIZONTAL CHANGES IN DIRECTION SHALL BE ACHIEVED BY ROLL -FORMING CURVED RAILING ELEMENTS; CHORDING IS NOT ALLOWED. ABRUPT ANGULAR HORIZONTAL CHANGES IN DIRECTION SHALL BE ACHIEVED BY PLACING A POST NEAR THE END OF EACH ABUTTING RAILING SEGMENT AND PROVIDING A MESH WING PANEL ON EACH ABUTTING RAILING SEGMENT AS DETAILED; TOP RAIL, HANDRAIL, AND KICK PLATE ON EACH ABUTTING RAILING SEGMENT SHALL BE EXTENDED TO WITHIN X INCH OF EACH OTHER AND BE MITER CUT. REPAIR ALL AREAS OF DAMAGED G% WITH HIGH -ZINC -DUST -CONTENT PAINT COMPLYING WITH SSPC-PAINT 20. BEFORE ANY ITEMS ARE ORDERED OR INSTALLATION IS STARTED, SHOP DRAWINGS FOR THE REPLACEMENT RAILING SHALL BE SUBMITTED FOR APPROVAL ACCORDING TO IOWA DOT STANDARD SPECIFICATION ARTICLE 1105.03. G 10'-O" 10'-0" 10'-0" 2fi'-3" CANTILEVER 22'-0" CANTILEVER CANTIL=VER L CANT LEVER -- _----- _- o` MATCH END OF REPLACEMENT BRIDGE RAILING TO LOCATION OF THAT REMOVED --a r--------------- _- _-----___---__ 111-------------- ------- - - - - - - RAILING SECTION TT.T TTiT7 SCALE: 1/2• g 1,-O- 22i34 SCATS: T• - T1_0. NORTH EX SIDEWALK RAILING ALONG IOWA AVE EAST n OF BRIDGE TO REMAIN. EXTEND REPLACEMENT Z BRIDGE RAILING TO WITHIN 3- OF EX RAILING m a REPLACEMENT RAILING ALONG IOWA AVE WEST OF BRIDGE NOT SHOWN FOR CLARITY - SEE SHEET U.2. RAILING AT END OF BRIDGE TO BE CONTINUOUS WITH REPLACEMENT RAILING ALONG IOWA AVE WEST OF BRIDGE 1 1 JEI I I--- �Wy ai --I 22'-0" CANTILEVER 17'-0" - - - - - - - - - - - - - -1 1 �---------.-_---- -----------..... REPLACEMENT RAILING PLAN — BRIDGE REPLACEMENT RAILING =X CONCRETE DECK TO REMAIN �GCI ArrUPNT rrvjrpFTF nrni[ 22z84 SCALE:1/8• - V-0- I HEREBY D3TWFY THAT TM ENGINEERING MOMENT WAS PREPARED �N rpr BY ME OR UNDER WY DFECT PERSONAL SUPERN9CN AND ���� 4i ES SII r THAT I AM A DIA.Y UWISED PROFESSIONAL ENGINEER UNDER THE `Q �� LAMS OF THE STALE OF IOWA NICHCLAS A. o Z. SpiNE]DER _ L//�) A / ...���III //Att YY�/�i Y///✓V✓ �`� A, ���I ✓%1wAI- / � ,y - = S u z 22829 lE PE 22629 12/31/2024 �.� 7}'••,,� �,,�` �,{[`�� LICENSE / REIEWAL DATE PACES OR SHEETS COVFREC BY TH.S CE RTEICAIM ' fI .1001 U AND V SHEETS Design For RIVERSIDE DRIVE PEDESTRIAN BRIDGE AT IOWA AVENUE REHABILITATION PROJECT originRn. 800 556-4491 I CITY OF IOWA CITY I PROJECT NUMBER CIP NUMBER S3978 I REPLACEMENT RAILING PLAN - BRIDGE I SHEET: U.1 I REV: 05/20/24 ALIGN REPLACEMENT RAILING W/ RAILING INSTALLED DURING UNDERPASS BRIDGE PROJECT. STOP REPLACEMENT RAILING NO MORE THAN 3" SHORT OF RAILING INSTALLED DURING UNDERPASS BRIDGE PROJECT. — — —" --- -- — — 4 HORIZONTAL SCALE IN FEET s._.. -- — — 0 STA 10+12.01 EX RAILING TO \ 5 ,o BE REMOVED -- _ -640 B`•..__ .� ... .. .._ .. ...��� DRANANG MAY HAVE BEEN REDUCED 'C PROPOSED SIDEWALK (TRAIL) RAILING 7024 SEP 16 - -PER SECTION 2 ON SHEET U.3— O \--645-- 10" \ }OWA CITY; if) f STA 10+50.00 _ — o SIDEWALK EDGE ro PC: 10+32.6 PROPOSED STAIR HANDRAIL EX STAIRS & RAILING TO BE REMOVED EXTEND RAILING TO WITHIN 1' OF STAIR i STA 100+39.14 (FIELD VERIFY) EX RAILING TO — BE REMOVED PROPOSED RAILING - MATCH STYLE TO THAT OF BRIDGE RAILING PER SECTION 2 ON SHEET U.3. POSITION POSTS MIN 6' FROM REMOVED POSTS. DO NOT REMOVE EX. RAILING UNTIL REPLACEMENT RAILING IS AVAILABLE RAILING (BELOW) INSTALLED DURING UNDERPASS BRIDGES PROJECT. SEE I UNDERPASS BRIDGES PLANSET INCLUDED IN THE PROJECT MANUAL FOR RAILING EX RAILING (ABOVE) ji o CONFIGURATION - \� 1 REPLACEMENT BRIDGE RAILING NOT SHOWN FOR CLARITY - SEE SHEET U.1. PROPOSED RAILING SHOWN HERE TO BE CONTINUOUS WITH REPLACEMENT BRIDGE �� y RAILING V 1 _. gQ4i ^hl ry Q- Lo` u S PT_ 10+45.07 ` PROPOSED J SIDEWALK CENTERUNE AO QV. I+ 0 % a STA 100+52.64_/ L `\ HANDRAIL ALIGN c \ HANDRAILS HORIZONTALLY (FIELD VERIFY) \ \ w, w 0 ------ RIVERSIDE DR V'A3 REPLACEMENT RAILING PLAN SIDEWALK & STAIR RAILING REPLACEMENT RAILING SHOWN ON THIS SHEET TO BE GALV STEEL IF REPLACEMENT RAILING LEAD-TIME WILL PROHIBIT ITS INSTALLATION DURING A CONTIGUOUS CONSTRUCTION PERIOD, TEMPORARY CHAIN -LINK FENCING SHALL BE INSTALLED ALONG THE PATH OF THE REPLACEMENT RAILING BETWEEN CONSTRUCTION PERIODS SO THAT THE SIDEWALK CAN BE OPEN TO THE PUBLIC UNTIL THE NEXT CONSTRUCTION PERIOD. SEE PROJECT MANUAL FOR DESCRIPTION OF CONSTRUCTION PERIODS. ALL WORK PERTAINING TO REPLACEMENT RAILING TO COMPLY WITH IOWA DOT STANDARD SPECIFICATION SECTION 2414 FOR PIPE AND STRUCTURAL STEEL PEDESTRIAN HAND RAILINGS, AND BE CONSTRUCTED AS DETAILED ON THESE PLANS. METHOD OF MEASUREMENT SHALL BE PER IOWA DOT STANDARD SPECIFICATION ARTICLE 2414.04.B. BASIS OF PAYMENT SHALL BE PER IOWA DOT STANDARD SPECIFICATION ARTICLE 2414.05.B. FIELD VERIFY CONCRETE SURFACE PROFILES AND CONSTRUCT REPLACEMENT RAILING TO ACCOMMODATE SURFACE PROFILES INCLUDING VERTICAL CURVATURE, CROSS SLOPE, AND HORIZONTAL CHANGES IN DIRECTION. RADIAL HORIZONTAL CHANGES IN DIRECTION SHALL BE ACHIEVED BY ROLL -FORMING CURVED RAILING ELEMENTS; CHORDING IS NOT ALLOWED. ABRUPT ANGULAR HORIZONTAL CHANGES IN DIRECTION SHALL BE ACHIEVED BY PLACING A POST NEAR THE END OF EACH ABUTTING RAILING SEGMENT AND PROVIDING A MESH YANG PANEL ON EACH ABUTTING RAILING SEGMENT AS DETAILED; TOP RAIL, HANDRAIL, AND KICK PLATE ON EACH ABUTTING RAILING SEGMENT SHALL BE EXTENDED TO WITHIN X INCH OF EACH OTHER AND BE MITER CUT. REPAIR ALL AREAS OF DAMAGED GALV WITH HIGH -ZINC -DUST -CONTENT PAINT COMPLYING WITH SSPC-PAINT 20. BEFORE ANY ITEMS ARE ORDERED OR INSTALLATION IS STARTED, SHOP DRAWINGS FOR THE REPLACEMENT RAILING SHALL BE SUBMITTED FOR APPROVAL ACCORDING TO IOWA DOT STANDARD SPECIFICATION ARTICLE 1105.03. it origin 800 &%-"91 I CITY OF IOWA CITY I PROJECT NUMBER CIP NUMBER S3978 I REPLACEMENT RAILING PLAN - SIDEWALK & STAIR I SHEET: U.2 I REV: 05/20/24 d .ign• CONCEALED RAIL CONNECTOR. FABRICATE AND PROVIDE AT FREQUENCY TO ALLOW FOR THERMAL EXPANSION/CONTRACTION RESULTING FROM AN ASSUMED 80 DEGREE (F) TEMPERATURE INCREASE AND DECREASE FROM TEMPERATURE WHEN RAILING IS INSTALLED. r- POST 8'-0" MAX C-C POST SPACING TOP RAIL MESH PANEL HANDRAIL BEYOND (BRIDGE ONLY) OR BIKE RUB RAIL BEYOND (SIDEWALK -TRAIL ONLY) 2)i SCH 40 GALV STEEL TOP RAIL Yi THICK x 10" LONG GALV STEEL PLATE. PROVIDE Yi THICK GALV STEEL BEND TO MATCH OUTSIDE RADIUS OF TOP CAP PLATE AT ALL EXPOSED RAIL IKe HORIZ SLOTTED BOLT HOLES FV AT EA ENDS, BUTT WELDED TO TOP RAIL RE ALLOWED FOR FIT -UP END OF RAILING. (2) )¢" DIA GALV STEEL MACHINE BOLTS 2'-9" MAX O 8" OC. DRILL do TAP TOP RAIL WALL 1Y2' 1 Yi THICK GALV TO RECEIVE BOLTS O 1)s SCH 40 GALV STEEL HANDRAIL W/ Y4 CLR3' STEEL CAP PLATE tO DIA GALV STEEL BENT ROUND BAR FOR ,0 SEALWING MESH ATTACHMENT TO EA POST. PROVIDE Yi THICK GALV STEEL CAP AT ALL EXPOSED U'3 .�� Fj t PLATE PANEL GALV STEEL WIRE MESH (ASTM ENDS, BUTT WELDED TO HANDRAIL A510). 2"x2"xY4* DIA LOCK CRIMP 3, TYP WEAVE 79% OPEN AREA 3f6 HSS 4x4xY4 GALV STEEL 3"x3"x%' THICK x POST j GALV STEEL PLATE, rn 1 I "� TYP EA WIRE TO FRAME O ONE END 1 TYP EA CORNER OF o N OF EA INDIVIDUAL WIRE ONLY (LEAVE j z MESH PANEL FRAME ly 1 OPPOSING END FREE). ALTERNATE o F= `" I_____I 4 WELDED ENDS OF ADJACENT WIRES 0 w ' D.9 I L 3x3xX GALV STEEL ANGLE N C4x4.5 GALV STEEL FRAME FOR MESH PANEL w � w CHANNEL KICK PLATE 3Y2„ 3 MITER CUT EA CORNER AND Ln BUTT WELD ALL-AROUND AT r CONCRETE SURFACE � CORNER INTERSECTIONS. 37¢ " �— KICK PLATE '--BASE PLATE CONC SURFACE 2 BEYOND U.9 NOTE: CONDITION DEPICTED SHOWS LEVEL CONC SURFACE FOR SIMPLICITY. ACTUAL CONIC SURFACE IS SLOPED. POSTS AND VERTICAL ANGLE FRAME MEMBERS OF MESH PANELS SHALL BE FABRICATED PLUMB. HORIZONTAL ANGLE FRAME MEMBERS OF MESH PANELS, HORIZONTAL WIRES OF MESH PANELS, TOP RAIL, HANDRAIL, KICK PLATE AND BASE PLATES SHALL BE FABRICATED TO FOLLOW SLOPED CONC SURFACE. 1 TYP RAILING ELEVATION AT BRIDGE/SIDEWALK U.3 11X17 SCALE: 1/2' — V-0' 22z34 SCALE:1' = 1'-0' Yi GAPVPAN�ELS) (2) )i" DIA COUNTERSUNK GALV STEEL BOLTS. (NO GAP ® PlXa HORIZ SLOTTED HOLES IN BENT PLATES ARE ADJACENT TO WINGALLOWED FOR FIT —UP AND TO ACCOMMODATE THERMAL EXPANSION/CONTRACTION 2"xYi THICK GALV STEEL BENT PLATE ---- KICK PLATE (BIKE RUB RAIL O SIM) H � THICK GALV STEEL BASE PLATE. PROVIDE (2) GALV STEEL SHIM PLATES PER POST AND INSTALL AS NEEDED TO COMPENSATE FOR MINOR MIS -ALIGNMENT OF BASE PLATE AND CONCRETE SURFACES. SEE SHIM PLATE DETAIL INSTALLED AT BRIDGE 2)4" TYP BENT ROUND BAR (2) V DIA COUNTERSUNK GALV STEEL BOLTS. 1V HORIZ SLOTTED HOLES IN BENT PLATES ARE ALLOWED FOR FlT-UP 2"x9"4 Yi THICK 2"xTHICK GALV STEEL BENT PLATE GALV STEEL PLATE POST )LL6 2 P MI6 2 SIM. C6x8.2 GALV STEEL CHANNEL BIKE RUB RAIL NOTE: SEE 'INSTALLED AT BRIDGE' CONDITION FOR ALL DETAILING REQUIREMENTS UNLESS NOTED OTHERWISE. H H H B 10)C 114"•• •• FIELD VERIFY BASE PLATE INSTALLED AT SIDEWALK (TRAILZ LOCATION TO ALIGN WITH 2 RAILING SECTION UNDERPASS U.3 11z17 SCALE: 3/4" = 1'-0' RAILING 22z34 SCALE: 1 1/2" = V-0' Yam" 1/16" THICK GALV STEEL SHIM PLATE N 1" POST 3 TYP a DETAIL 0 SHIM PLATE DETAIL 3"x13"x34" THICK u.3 11z17 SCALE 1 1/2' = 1'-0- u.a 11z17 SCALE: 1 1/2" = 1'-0' GALV STEEL PLATE r__4_j=j 22z34 scALE:3' = 1'-0' 22z34 SCALE:3' = V-0" 1Y2" TREAD SIDE 10" BASE PLATE " THICK GALV PLATE" GALV STEEL WIRE MESH Y4" THICK GALV CLR V)z SCH 40 GALV 1" 1" POST. PROVIDE VENT 7" GALV STEEL ANGLE 46STEEL DIA GALV STEEL BOLT. V HORIZ SLOTTED HOLES IN PLATES OF MESH PANEL STEEL CAP PLATE STEEL HANDRAIL W/ Yi DIA GALV STEEL BENT HOLES AT BASE AS REQ'D FOR HOT -DIP FRAME FOR MESH PANEL 1" GAP FRAME ARE ALLOWED FOR FIT -UP AND TO ROUND BAR FOR GALV. FILL VENT HOLES ACCOMMODATE THERMAL ATTACHMENT TO EA AFTER GALVANIZING EXPANSION/CONTRACTIONS POST. BEND HANDRAIL a DETAIL SEAL 83 OR PROVIDE BUTT u.3 11z17 SCALE: 1 1/2' = 1'-0' TYP WELDED, MITERED6 22x34 SCALE:3' = V-0' CONNECTIONS AT 10.1 VERTICAL CHANGES IN a (4) )i" DIA SS EXPANSION 0 DIRECTION ANCHORS W/ MIN 3" tYz Yz6 TYP NOMINAL CONC EMBED. 7" BASE PLATE BASIS OF DESIGN PRODUCT: _ 1 HILTI KWIK BOLT TZ2 TYPE POST. PROVIDE VENT HOLES AT BASE HSS GALV I 1 N o e 316 SS. APPROVED EQUAL AS REQ'D FOR HOT -DIP GALV. FILL STEEL POST STEEL 1)z" 11" 2" ~ PRODUCTS WILL BE VENT HOLES AFTER GALVANIZING 7y2" I CONSIDERED. CONCRETE EDGE `yvv Yi 6 )¢" DIA SS EXPANSION ANCHORS W/ MIN 3" r--------------- I I - ---- ---H-------------- ---- u.s �� DETAIL AT STAIR (4) U.3 s SCALE: 1 1/2 - 1'-0' v NOMINAL CONC EMBED. BASIS OF DESIGN 22x3llxl7 22z34 SCALE:3' = 1'-0' PRODUCT: HILT) KWIK BOLT TZ2 TYPE 316 SS. h H APPROVED EQUAL PRODUCTS WILL BE CONSIDERED." THICK GALV STEEL BASE PLATE. CONCRETE WALL Design For GALV SS AT STAIRS CONCRETE EDGE PROVIDE POST(AND NSTALLEAS NIEEDEDTTO RIVERSIDE DRIVE PEDESTRIAN BRIDGE AT x COMPENSATE FOR MINOR MIS -ALIGNMENT OF BASE PLATE AND CONCRETE SURFACES. 10" IOWA AVENUE REHABILITATION PROJECT SEE SHIM PLATE DETAIL STAIR TREAD 5 DETAIL AT BRIDGE SIDEWALK /�_s1HANDRAIL SECTION AT STAIR ll.3 i1z17 SCALE: 1 1/2" = 1 —0' U.3 11z17 SCALE: 3/4' = 1'-0' 22z34 SCALE: 3' = V-0' 22z34 SCALE:1 1/2' = V-0' ' origin" 800 556-"91 1 CITY OF IOWA CITY PROJECT NUMBER CIP NUMBER S3978 REPLACEMENT RAILING DETAILS SHEET: U.3 REV: 05/20/24 Length _ _ -- —_ — -- J 11 11 Ipt7 =IL t= I111 11 II 11 rI =trip IIII I I #t= II rl I I EF 1= II II I I �I =�d7==�>== IIII I I II rI I I l=w— I1 II I rI =MIV- IIII Replacement Ij u jl u Li u II u U11 u 11 u Ll Sidewalk 6'-4" I I jl II 1j I IIj1 I jl I ji II I jl II II>=_ II Im_ _III II ICI_ II IyhZW— _ IIII _III II II II Itt_ _II — I �~ I! I l ,r I L I I I I IL 10" _ _3F - #4 @ 18" C-C "2 #4 bars in I #f4 @ 12" C-C top of each HANDRAILING NOT side rail L011ISHOWN THIS PLAN PLAN HANDRAIL 12" T-0" max. spacing s U.3 12" Fz 2'-10" to' T-2"JEL � II 't'll II 4 n 1 1" Preformed Expansion Joint Sidewalk 11 x 2'-0" ij 8" min. #4 I I I1 8„ SECTION A -A Replacement Sidewalk V-5" to V-7" #4 Bent Bar @ 14" C-C RAILING NOT SHOWN THIS SECTION SECTION B-B DESIGN STRESSES FOR THE FOLLOWING MATERIALS ARE IN ACCORDANCE WITH THE AASHTO LRFD BRIDGE DESIGN SPECIFICATIONS, 8th Ed, SERIES OF 2017, EXCEPT AS NOTED IN THE CURRENT IOWA BRIDGE DESIGN MANUAL. REINFORCING STEEL IN ACCORDANCE WITH AASHTO LRFD SECTION 5, GRADE 60 FOR EPDXY —COATED. CONCRETE IN ACCORDANCE WITH AASHTO LRFD SECTION 5, Cc = 4.0 KSI AND IOWA DOT CLASS C. �� i JIUCWdIR Ili / II 1" Preformed Expansion Joint #4 @ 18" C-C Rise( Tread(-') y z 2 6" 12" 3 5" 15" 4 4" 16" Varies I I V-6" ►i BENT BAR 12— 1 6 O Y2" max. radius Side Rail Provide a minimum of 2 inches of cover for all reinforcing. Ensure all risers are an equal height and all treads are an equal depth within a flight of stairs. O1 Minimum riser height is 4 inches. Maximum riser height is 7 inches. 0 Minimum tread depth is 11 inches. O3 Match existing sidewalk width. ® Construct cross slope of landing to match adjacent sidewalk. 0 Slope tread 1 % minimum to 2% maximum in any direction. © Weld post to anchor plate with 1/4 inch weld. Grind weld to provide smooth surface, free of burrs. MEASUREMENT AND PAYMENT A. CONCRETE STEPS: 1. MEASUREMENT: MEASUREMENT WILL BE THE AREA OF CONCRETE STEPS IN SQUARE FEET FOR EACH TYPE OF CONCRETE STEP. THE LENGTH WILL BE THE HORIZONTAL LENGTH BETWEEN EXPANSION JOINTS, AND THE WIDTH WILL INCLUDE CURBS. 2. PAYMENT: PAYMENT WILL BE AT THE UNIT PRICE PER SQUARE FOOT OF CONCRETE STEPS. 3. INCLUDES: UNIT PRICE INCLUDES, BUT IS NOT LIMITED TO, EPDXY COATED REINFORCEMENT, EXPANSION JOINT MATERIAL, MIN 6" OF MODIFIED SUBBASE UNDER STEPS, PREPARATION OF SUBGRADE AND ALL LABOR & MATERIALS NEEDED FOR INSTALLATION. B. HANDRAIL: 1. MEASUREMENT: MEASUREMENT WILL BE IN LINEAR FEET FOR EACH TYPE OF HANDRAIL, MEASURED ALONG THE TOP OF THE HANDRAIL FROM END OF RAIL TO END OF RAIL. 2. PAYMENT: PAYMENT WILL BE AT THE UNIT PRICE PER LINEAR FOOT FOR EACH TYPE OF HANDRAIL. 3. INCLUDES: UNIT PRICE INCLUDES, BUT IS NOT LIMITED TO, POSTS, MOUNTING HARDWARE OR CONCRETE GROUT, ALL LABOR & MATERIALS NEEDED FOR INSTALLATION AND FINISHING (GALVANIZED). 224 SEP 16 Nit 11: [1 7 j # Ut_U iC}gtA CITY, Iov;rA, Design For RIVERSIDE DRIVE PEDESTRIAN BRIDGE AT IOWA AVENUE REHABILITATION PROJECT 5I origin. soo sm-"91 I CITY OF IOWA CITY I PROJECT NUMBER CIP NUMBER S3978 I SUDAS FIGURE 9080.102 MODIFIED ne I SHEET: U.4 I REV: 05/20/24 I STRUCTURE DEMOLITION CONCRETE GALVANIC CORROSION CONCRETE GALVANIC CORROSION PROTECTION PART 1 - GENERAL PROTECTION SYSTEM: DISCRETE ANODES SYSTEM: DISTRIBUTED ANODES 1.1 SUMMARY A. SECTION INCLUDES: SUMMARY: METHOD OF MEASUREMENT SHALL BE LINEAR FEET INDICATED IN BID ITEM WHICH IS TAKEN 1. DEMOLITION AND REMOVAL OF CONCRETE AT ALL 'CONCRETE REPAIR' AND 'REMOVAL 1. THE WORK CONSISTS OF SUPPLYING ALL MATERIALS AND LABOR TO PROPERLY FROM END TO END OF 'REMOVAL OF CONCRETE' AND 'STRUCTURAL CONCRETE, BRIDGE' :AREAS OF CONCRETE' AREAS IDENTIFIED ON THE PLANS. INSTALL EMBEDDED DISCRETE GALVANIC UNITS; INCLUDING CONNECTIONS TO IDENTIFIED ON THE PLANS. BASIS OF PAYMENT SHALL BE THE CONTRACT UNIT PRICE PER B. PROVISIONS IN 'CONTAINMENT' BID ITEM SHALL ALSO APPLY TO STRUCTURE REINFORCING, TOOLS, EQUIPMENT, AND TESTING TO ENSURE A PROPERLY LINEAR FOOT AND SHALL BE FULL COMPENSATION FOR FURNISHING ALL MATERIAL 'PLUS -ALL DEMOLITION REQUIREMENTS. OPERATIONAL CORROSION PROTECTION SYSTEM. EQUIPMENT AND LABOR REQUIRED TO INSTALL THE SYSTEM IN ACCORDANCE WITH THESE C. HAZARDOUS MATERIALS. 2. THE GALVANIC CORROSION PROTECTION SYSTEM IS DESIGNED TO PROVIDE LOCALIZED PLANS, MANUFACTURER'S REQUIREMENTS, AND CURRENT SPECIFICATIONS.. 1. REFER TO THE "ASBESTOS, LEAD PAINT, AND CHROMIUM INSPECTION" REPORT IN 1.OFOCHLORID CORROSIODIFFERENT AND EXISTING OCON TO AIMAYREXST BETWEEN EAND 17- }} SUMMARY: TIN SE;' THE PROJECT MANUAL FOR ASBESTOS CONTENT FOUND IN LEVELER MATERIAL EXISTINGEAS SN RETERCING NEW 1 ii 1. THE WORK UNDER THIS SPECIFICATION CONSISTS OF SUPPLYING ALL MATERIALS ANb BELOW EXISTING BRIDGE RAILING POSTS. ASBESTOS SHALL BE REMOVED PRIOR TO DEMOLITION OPERATIONS. REMOVAL, TRANSPORT, AND DISPOSAL SHALL IN CONCRETE. 3. THE GALVANIC PROTECTION SHALL CONSIST OF EMBEDDED DISCRETE ANODES LABOR TO PROPERLY INSTALL EMBEDDED DISTRIBUTED GALVANIC UNITS; INCLUDING ACCORDANCE WITH THE IOWA DOT STANDARD SPECIFICATION SECTION 2536. PRE -MANUFACTURED WITH A NOMINAL 160 GRAMS OF ZINC IN COMPLIANCE WITH CONNECTIONS TO REINFORCING, TOOLS, EQUIPMENT, AND TESTING SERVICES TO ENSURE N REFER TO ORIGINAL 1960 BRIDGE CONSTRUCTION PLANS FOR APPROXIMATE ASTM 8418 TYPE II CAST AROUND AN INTEGRAL, UNSPLICED, UNCOATED, NON -GALVANIZED DOUBLE LOOP STEEL TIE WIRE AND ENCASED IN A HIGHLY PROPERLY OPERATIONAL CORROSION PROTECTION SYSTEM. 2. THE GALVANIC CORROSION PROTECTION SYSTEM IS DESIGNED TO PROVIDE OQRR� N NUMBER OF RAILING POSTS. ALKALINE CEMENTITIOUS SHELL WITH A PH OF 14 OR GREATER. PROTECTION TO EXISTING REINFORCING STEEL AT 'REMOVAL OF CONCRETE' AND 1.2 DEFINITIONS 4. EMBEDDED DISCRETE ANODES SHALL BE INSTALLED IN ALL 'CONCRETE REPAIR' 'STRUCTURAL CONCRETE, BRIDGE' AREAS IDENTIFIED ON THE PLANS. A. REMOVE: DETACH ITEMS FROM EXISTING CONSTRUCTION AND DISPOSE OF THEM LOCATIONS GREATER THAN 1.5" DEEP. ANODES SHALL BE SPACED IN A GRID 3. THE GALVANIC PROTECTION SHALL BE A DISTRIBUTED ANODE SYSTEM THAT PROVIDES A OFF -SITE. PATTERN AT 14 INCHES ON CENTER IN ALL DIRECTIONS SO THAT EACH ANODE TOTAL OF 0.5 LB PER LINEAR FOOT OF ZINC AT EACH 'REMOVAL OF CONCRETE' AND 1.3 MATERIALS OWNERSHIP COVERS AN APPROXIMATE 1.36 SQUARE FOOT MAXIMUM AREA (MINIMUM ONE ANODE 'STRUCTURAL CONCRETE, BRIDGE' AREA IDENTIFIED ON THE PLANS. A. UNLESS OTHERWISE INDICATED, DEMOLITION WASTE BECOMES PROPERTY OF PER REPAIR AREA). THE ANODE SIZE AND SPACING SHALL BE CONFIRMED WITH CONTRACTOR. THE MANUFACTURER IF IT IS DISCOVERED THAT THE SIZE OR SPACING OF THE SUBMITTALS. 1.4 PREINSTALLATION MEETINGS EXISTING REINFORCING BARS DO NOT MATCH THE EXISTING BRIDGE PLANS. 4. SHOP DRAWINGS SHOWING TYPICAL GALVANIC CORROSION PROTECTION SYSTEM INSTALLATION DETAILS, SUCH AS TYPE, SIZE AND SPACING OF ANODES, TYPE AND A. PREDEMOLITION CONFERENCE: CONDUCT CONFERENCE AT PROJECT SITE. LOCATION OF ANODE STANDOFF SPACERS, AND REINFORCING CONNECTIONS SHALL BE 1. REVIEW AND FINALIZE PROTECTION REQUIREMENTS. SUBMITTALS. PREPARED BY THE CONTRACTOR AND SUBMITTED FOR APPROVAL PRIOR TO INSTALLATION. 2. REVIEW PROCEDURES FOR DUST AND DEBRIS CONTROL. 1. SHOP DRAWINGS SHOWING TYPICAL GALVANIC CORROSION PROTECTION SYSTEM MATERIALS. 1.5 INFORMATIONAL SUBMITTALS INSTALLATION DETAILS, SUCH AS TYPE, SIZE AND SPACING OF ANODES, TYPE AND 5. DISTRIBUTED ANODE UNITS. A. PROPOSED PROTECTION MEASURES: SUBMIT REPORT, INCLUDING DRAWINGS, THAT LOCATION OF ANODE STANDOFF SPACERS, AND REINFORCING CONNECTIONS SHALL A. ANODE UNITS SHALL BE ALKALI -ACTIVATED ZINC WITH NOMINAL EXTERIOR INDICATES THE MEASURES PROPOSED FOR PROTECTING INDIVIDUALS AND PROPERTY BE PREPARED BY THE CONTRACTOR AND SUBMITTED FOR APPROVAL PRIOR TO INSTALLATION. DIMENSIONS AS DETERMINED BY THE MANUFACTURER BUT NOT TO EXCEED AND FOR DUST AND DEBRIS CONTROL. INDICATE PROPOSED LOCATIONS. 2. APPLICATION FOR ALTERNATE EMBEDDED ANODE SIZE, ZINC CONTENT, OR SPACING APPROXIMATELY 2". ANODE UNIT SHALL CONSIST OF 0.25 POUNDS OF ZINC PER 1.6 COORDINATION SHALL BE SUBJECT TO THE ENGINEER'S APPROVAL AND SUCH REQUEST SHALL BE LINEAL FOOT OF ANODE. B. ANODE SHALL BE MANUFACTURED IN COMPLIANCE WITH ASTM B 418 TYPE II AND A. COORDINATE WITH TRAFFIC CONTROL DRAWINGS FOR STAGING STRUCTURE DEMOLITION MADE PRIOR TO ORDERING MATERIALS. ASTM B69 ROLLED SPECIAL HIGH GRADE ZINC USING ZINC IN COMPLIANCE WITH ASTM WORK. B6 SPECIAL HIGH GRADE WITH IRON CONTENT LESS THAN 15 PPM. PART 2 - EXECUTION MATERIALS. C. THE ZINC SHALL BE ALKALI -ACTIVATED WITH A PH GREATER THAN 14. THE ANODE 2.1 EXAMINATION UNIT SHALL CONTAIN NO CONSTITUENTS THAT ARE CORROSIVE TO REINFORCING A. VERIFY THAT ELECTRICAL SERVICE TO BRIDGE HAS BEEN DISCONNECTED BEFORE 1. ANODE UNITS SHALL BE FABRICATED WITH NOMINAL EXTERIOR DIMENSIONS AS STEEL AS PER ACI 222R SUCH AS CHLORIDES, BROMIDES, OR OTHER HALIDES. THE STARTING DEMOLITION OPERATIONS. DETERMINED BY THE MANUFACTURER BUT NOT TO EXCEED APPROXIMATELY 1.5" X ANODE UNIT SHALL BE SUPPLIED WITH A MINIMUM OF TWO LEAD WIRES OF 1.5" IN SECTION. SUFFICIENT LENGTH TO MAKE CONNECTIONS BETWEEN ANODES AND THE REINFORCING 2.2 PROTECTION 2. THE ZINC SHALL BE ALKALI -ACTIVATED WITH A PH GREATER THAN 14. THE ANODE STEEL. A. TEMPORARY PROTECTION: ERECT TEMPORARY PROTECTION, SUCH AS WALKS, FENCES, UNIT SHALL CONTAIN NO CONSTITUENTS THAT ARE CORROSIVE TO REINFORCING RAILINGS, CANOPIES, AND COVERED PASSAGEWAYS. STEEL AS PER ACI 222R SUCH AS CHLORIDES, BROMIDES, OR OTHER HALIDES. STORAGE. 1. PROTECT EXISTING SITE IMPROVEMENTS, APPURTENANCES, AND LANDSCAPING TO 3. THE ANODE UNIT SHALL BE SUPPLIED WITH A MINIMUM OF TWO LEAD WIRES OF 6. DELIVER, STORE, AND HANDLE ALL MATERIALS IN ACCORDANCE WITH MANUFACTURERS REMAIN. SUFFICIENT LENGTH TO MAKE CONNECTIONS BETWEEN ANODES AND THE INSTRUCTIONS. ANODE UNITS SHALL BE STORED IN DRY CONDITIONS IN THE ORIGINAL REINFORCING STEEL. UNOPENED CONTAINERS IN A MANNER TO AVOID EXPOSURE TO EXTREMES OF 2. PROVIDE TEMPORARY BARRICADES AND OTHER PROTECTION REQUIRED TO PREVENT TEMPERATURE AND HUMIDITY. INJURY TO PEOPLE AND DAMAGE TO VEHICLES. 3. ERECT AND MAINTAIN TEMPORARY DUSTPROOF ENCLOSURES AND CANOPIES TO STORAGE. CONSTRUCTION. LIMIT DUST AND DEBRIS MIGRATION TO WALKWAYS AND ROADWAYS BELOW BRIDGE. 1. DELIVER, STORE, AND HANDLE ALL MATERIALS IN ACCORDANCE WITH 7. VERIFY ELECTRICAL CONTINUITY OF REINFORCING STEEL. B. REMOVE TEMPORARY BARRIERS AND PROTECTIONS WHERE HAZARDS NO LONGER MANUFACTURER'S INSTRUCTIONS. ANODE UNITS SHALL BE STORED IN DRY A. TEST REINFORCING STEEL WITH A DC MULTIMETER TO BE REASONABLY CONFIDENT EXIST. CONDITIONS IN THE ORIGINAL UNOPENED CONTAINERS IN A MANNER TO AVOID THAT CONTINUITY EXISTS BETWEEN THE REINFORCING STEEL AND ANODES. ESTABLISH 2.3 DISPOSAL OF DEMOLISHED MATERIALS EXPOSURE TO EXTREMES OF TEMPERATURE AND HUMIDITY. CONTINUITY BY PROVIDING A CLEAN STEEL SURFACE ON THE REINFORCING STEEL IN THE AREAS OF THE TIES. A. REMOVE DEMOLITION WASTE MATERIALS FROM PROJECT SITE AND DISPOSE OF THEM IN 2. DO NOT ALLOW INSTALLED ANODES TO BE SOAKED WITH WATER FOR GREATER THAN B. ELECTRICAL CONNECTION BETWEEN TEST AREAS IS ACCEPTABLE IF THE DC AN EPA -APPROVED CONSTRUCTION AND DEMOLITION WASTE LANDFILL. 20 MINUTES PRIOR TO CONCRETE PLACEMENT. RESISTANCE MEASURED WITH THE MULTI -METER IS 1 OHM OR LESS OR THE DC 1. DO NOT ALLOW DEMOLISHED MATERIALS TO ACCUMULATE ON -SITE. POTENTIAL IS 1 MV OR LESS. 2. REMOVE AND TRANSPORT DEBRIS IN A MANNER THAT WILL PREVENT SPILLAGE ON C. CONFIRM ELECTRICAL CONNECTION BETWEEN ANODE TIE WIRE AND REINFORCING ADJACENT SURFACES AND AREAS. CONSTRUCTION. STEEL BY MEASURING DC RESISTANCE (OHMS) OR DC POTENTIAL (MV) WITH A 2.4 CLEANING 1. PREPARE REPAIR AREAS ACCORDING TO STANDARD SPECIFICATIONS AND THIS MULTI -METER. SHEET. D. WRAP TIE WIRES AROUND THE CLEANED REINFORCING STEEL AT LEAST ONE FULL A. CLEAN ADJACENT STRUCTURES AND IMPROVEMENTS OF DUST, DIRT, AND DEBRIS TURN IN OPPOSITE DIRECTIONS AND THEN TWISTED TIGHT TO CREATE A SECURE CAUSED BY STRUCTURE DEMOLITION OPERATIONS. RETURN ADJACENT AREAS TO 2. INSTALLATION OF DISCRETE ANODE UNITS. ELECTRICAL CONNECTION AND ALLOW NO ANODE MOVEMENT DURING CONCRETE CONDITION EXISTING BEFORE STRUCTURE DEMOLITION OPERATIONS BEGAN. a.PLACE THE ANODES IN THE REPAIR AREAS IN A GRID PATTERN THROUGHOUT THE PLACEMENT. 1. CLEAN ROADWAYS OF DEBRIS CAUSED BY DEBRIS TRANSPORT. ENTIRE REPAIR AREAS AT A MAXIMUM SPACING OF 14" (MINIMUM ONE ANODE PER 8. INSTALLATION OF DISTRIBUTED ANODE UNITS. REPAIR AREA). A. USE ZIP TIES AROUND THE ANODE AND NEARBY REINFORCEMENT OR TEMPORARY b.PLACE THE ANODES AS CLOSE AS POSSIBLE TO THE INTERFACE WITH THE ANCHORS WITH TIE WIRE TO SECURE THE ANODE. THE ANODES SHALL BE SECURED PARENT CONCRETE (MAXIMUM 4" AWAY) WHILE STILL PROVIDING SUFFICIENT AGAINST PLASTIC SPACERS THAT PROVIDE MINIMUM CLEARANCE BETWEEN THE CLEARANCE BETWEEN ANODES AND THE SUBSTRATE TO ALLOW THE REPAIR NEAREST CONCRETE SURFACE AND THE ANODE UNIT OF 2 INCHES OR AS SUFFICIENT TO ALLOW COMPLETE CONSOLIDATION OF THE REPLACEMENT CONCRETE AROUND THE MATERIAL TO FULLY ENCLOSE THE ANODE. ANODE. c.IF LESS THAN 1" OF CONCRETE COVER IS EXPECTED, PLACE ANODE BENEATH THE B. ASSURE THAT NO SEGREGATION OR AIR VOIDS EXIST AFTER CONCRETE PLACEMENT. BAR OR INCREASE THE SIZE OF THE REPAIR CAVITY TO ACCOMMODATE THE AFTER THE CONCRETE HAS SUFFICIENTLY CURED, ALL TEMPORARY FORM SUPPORT ANODE. AND/OR BRACING SHALL BE REMOVED. C. DISTRIBUTED ANODE UNITS SHALL BE DISCONTINUOUS ACROSS BRIDE DECK d.WRAP TIE WIRES AROUND THE CLEANED REINFORCING STEEL AT LEAST ONE FULL EXPANSION JOINTS. TURN IN OPPOSITE DIRECTIONS AND THEN TWISTED TIGHT TO CREATE A SECURE ELECTRICAL CONNECTION AND ALLOW NO ANODE MOVEMENT DURING CONCRETE PLACEMENT. 3. VERIFY ELECTRICAL CONTINUITY OF REINFORCING STEEL. EXISTING PLANS DO NOT INDICATE THAT REINFORCING IS EPDXY COATED. ALL EXISTING REINFORCING SHALL BE ELECTRICALLY TIED TO THE ANODES BY REMOVING SURFACE RUST OR EPDXY COATING (IF EITHER ARE PRESENT) IN AREAS WHERE ANODES ARE CONNECTED WITH Design For TIES. a.TEST REINFORCING BARS WITH A DC MULTIMETER TO BE REASONABLY CONFIDENT RIVERSIDE DRIVE PEDESTRIAN BRIDGE AT THAT CONTINUITY EXISTS BETWEEN THE BARS AND ANODES. ESTABLISH IOWA AVENUE REHABILITATION PROJECT CONTINUITY BY PROVIDING A CLEAN STEEL SURFACE ON THE REINFORCING STEEL IN THE AREAS OF THE TIES. b.ELECTRICAL CONNECTION BETWEEN TEST AREAS IS ACCEPTABLE IF THE DC RESISTANCE MEASURED WITH THE MULTI -METER IS 1 OHM OR LESS OR THE DC POTENTIAL IS 1 MV OR LESS. I vrium 8o0 &%-"gl I CITY OF IOWA CITY I PROJECT NUMBER CIP NUMBER S3978 I STRUCTURAL NOTES I SHEET: V.1 I REV: 05/20/24 1 CONTAINMENT 1. GENERAL. 3. SURFACE PREPARATION BY OTHER METHODS. a. SECTION INCLUDES CONTAINMENT OF REMOVED MATERIALS DURING SURFACE a. AT LOCATIONS WHERE ABRASIVE BLASTING IS NOT USED, USE A WASTE COLLECTION PREPARATION FOR STRUCTURAL CONCRETE COATING AND AESTHETIC COATING. SYSTEM THAT ENSURES CONTAINMENT AND COLLECTION OF THE MATERIAL REMOVED ALSO INCLUDES CONTAINMENT OF REMOVED MATERIALS DURING SURFACE FROM THE STRUCTURE. REMOVED MATERIALS WILL BE DEFINED AS COATING CHIPS,;,v PREPARATION AT CONCRETE REMOVAL AND CONCRETE REPAIR AREAS, AND CONCRETE PARTICLES, RUSTED REINFORCING STEEL, AND OTHER RESIDUES. ENSURE THE - =— DURING ANY OTHER WORK THAT MAY CAUSE DUST AND DEBRIS TO ESCAPE CONTAINMENT PREVENTS REMOVED MATERIAL FROM DRIFTING OR BEING DEPOSITED, OR FROM SITE. BOTH, OTHER THAN ON THE CONTAINMENT PORTION PROVIDED. b. ABRASIVE BLASTING USING CONVENTIONAL EQUIPMENT WILL REQUIRE A SYSTEM b. USE IMPERMEABLE COVER MATERIALS, SUCH AS TARPAULINS OR DROP CLOTHS, ON OR FOR TOTAL CONTAINMENT OF THE BLAST AREA. CONTAINMENT INCLUDES ALL ABOVE THE GROUND, WATERWAYS, SURFACE WATERS, AND OTHER SURFACES. USE CONTAINMENT ENCLOSURES (WHERE APPLICABLE), RECOVERY, AND TEMPORARY THESE COVERING MATERIALS TO RECOVER REMOVED MATERIAL. q�`f+ STORAGE OF WASTE. FOR VACUUM BLASTING, THE "CONTAINED AREA" IS DEFINED AS THE AREA AROUND THE BLAST NOZZLE AND ANY OTHER 4. CLEAN—UP CONTINGENCY. — CONNECTIONS OR EQUIPMENT WHERE WASTE, DUST, OR EXHAUSTED AIR MAY a. CLEAN UP ANY SPILLS THAT RESULT FROM THE OPERATIONS AT NO ADDITIONAL COST j 1 a l✓i_t51 EXIT INTO THE ENVORNMENT. TO THE CONTRACTING AUTHORITY. PROVIDE A WRITTEN PLAN FOR CLEAN UP OF SPILLS +IA a# c. SUBMIT TO THE ENGINEER A PLAN FOR CONTAINMENT ENCLOSURES, AND AN TO THE ENGINEER PRIOR TO REMOVING COATINGS. ANALYTICAL REPORT OF THE ABRASIVES TO BE USED, PRIOR TO STARTING WORK. A GENERAL GUIDELINE FOR CONTAINMENT EVALUATION ABRASIVE BLASTING AND/OR VACUUM BLASTING WILL BE: NO VISUAL OR NOTEABLE DUST 5. RECOVERY AND TERMPORARY STORAGE OF WASTE. IS TO BE OBSERVED ESCAPING INTO THE ATMOSPHERE OR ONTO THE GROUND a. DEPOSIT ACCUMULATED SURFACE PREPARATION WASTE IN APPROPRIATELY SIZED CLEAN FROM THE CONTAINED AREA DURING BLASTING, BLOW DOWN, OR DAILY NEW OR RECONDITIONED CONTAINERS WITH SECURELY SEALED LIDS MEETING THE CLEAN—UP OPERATIONS. REQUIRMENTS OF 49 CFR 173.24. RECOVER WASTES DAILY AND DEPOSIT THE WASTES d. SUSPEND BLASTING IF THE ENGINEER DETERMINES THAT AIR EXPELLED FROM INTO THESE TEMPORARY STORAGE CONTAINERS. SECURELY SEAL THE CONTAINERS TO CONTAINMENT OR FROM THE VACUUM NOZZLE HAS NOTICEABLE DUST OR SHIELD THE CONTENTS FROM THE ELEMENTS AT ALL TIMES. CONSOLIDATE ALL WASTE PARTULATE MATTER. IF THE ENGINEER DETERMINES THE CONTAINMENT MATERIAL TO A MINIMUM NUMBER OF CONTAINERS. MEASURES ARE INADEQUATE, ALTER THE REMOVAL OPERATION OR THE b. RECOVER ALL RESIDUES AND CAREFULLY TRANSFER, ENSURE NO RELASE OF RESIDUES CONTAINMENT TO MEET THE ENGINEER'S REQUIREMENT. INTO THE AIR OR CONTAMINATION OF SURROUNDING SURFACES. KEEP ALL CONTAINERS CONTAINING RESIDUE CLOSED AND SECURED, EXCEPT DURING THE ADDITION OF WASTE. ENSURE RESIDUES DO NOT REMAIN ON BRIDGE SURFACE OR ON THE CONTAINMENT 2. ABRASIVE BLAST CLEANING. MATERIAL OVERNIGHT. a. USE A SYSTEM WHICH ENSURES TOTAL CONTAINMENT AND RECOVERY OF THE c. CLEARLY MARK ALL SURFACE PREPARATION WASTE CONTAINERS IN NO LESS THAN 1 MATERIAL REMOVED FROM THE STRUCTURE. CONSTRUCT BRIDGE CONTAINMENT 1/2 INCH BLOCK LETTERS STATING: SURFACE PREPARATION WASTE, NONHAZARDOUS ENCLOSURES OVER OTHER ROADWAYS TO ALLOW TRAFFIC TO BE MAINTAINED ON (DATE). THE DATE SHALL INDICATE WHEN WASTE WAS FIRST PUT INTO THE CONTAINER. THE ROAD UNDER THE BRIDGE, ACCORDING TO TRAFFIC CONTROL REQUIREMENTS IN THE CONTRACT DOCUMENTS. d. CONSTRUCT OR FURNISH A SECURED TEMPORARY STORAGE AREA OF SUFFICIENT SIZE b. REMOVED MATERIALS WILL BE DEFINED AS COATING CHIPS, CONCRETE FOR THE CONTAINED WASTE MATERIAL. ENCLOSE TEMPORARY STORAGE AREAS WITH AN PARTICLES, RUSTED REINFORCING STEEL, ABRASIVE PARTICLES, AND OTHER 8 FOOT CHAIN LINK FENCE OR A ROLL —OFF BOX WITH A LOCKABLE COVER. PLANS FOR BLASTING RESIDUES. ENSURE THE CONTAINMENT PREVENTS REMOVED MATERIAL OTHER SECURED TEMPORARY STORAGE AREAS MAY BE SUBMITTED TO THE ENGINEER AND ABRASIVE FROM DRIFTING OR BEING DEPOSITED, OR BOTH, OTHER THAN FOR APPROVAL. WITHIN THE CONTAINMENT ENCLOSURE. THE BLASTING OPERATION WILL BE e. LOCATE THE TEMPORARY STORAGE AREA WITHIN THE RIGHT—OF—WAY OF THE SUSPENDED IMMEDIATELY IF THE ENGINEER DEEMS WASTE CLEANUP OR HOUSE CONTRACTING AUTHORITY AT A LOCATION THE ENGINEER APPROVES. ENSURE THE BASE KEEPING MEASURES, OR BOTH, TO BE INADEQUATE. IF THE ENGINEER RULES FOR WASTE STORAGE IS ABOVE THE EXTREME HIGH WATER ELEVATION, IF CONSTRUCTED THE CONTAINMENT MEASURES INADEQUATE, ALTER THE OPERATION OR THE WITHIN A FLOOD PLAIN. CONTAIMENT TO MEET THE ENGINEER'S REQUIREMENT. f. FOR PROJECTS THAT WILL GENERATE LESS THAN 55 GALLONS OF WASTE, THE FENCED c. USE IMPERMEABLE COVER MATERIALS, SUCH AS TARPAULINS, DROP CLOTHS, OR TEMPORARY STORAGE AREA OR ROLL —OFF BOX WILL NOT BE REQUIRED AND THE OTHER APPROVED MATERIALS, ON OR ABOVE THE GROUND, WATERWAYS, AND CONTRACTOR IS RESPONSIBLE FOR SECURELY STORING THE SURFACE PREPARATION OTHER SURFACES. RECOVER REMOVED MATERIAL FROM THE COVERING WASTE CONTAINERS ON —SITE DURING THE PROJECT. MATERIALS. PAVED SURFACES UNDER THE BRIDGE MAY BE USED AS A PORTION OF THE COLLECTION COVER FOR THAT AREA PROVIDING TRAFFIC IS MAINTAINED 6. DISPOSAL OF REMOVED MATERIAL (WASTE). ON THE PAVEMENT UNDER THE BRIDGE ACCORDING TO TRAFFIC CONTROL REQUIREMENTS IN THE CONTRACT DOCUMENTS. a. TRANSPORT WASTE MATERIALS IN APPROVED CONTAINERS FROM TEMPORARY STORAGE d. ALL AREAS USED FOR CONTAINMENT AND RECOVERY SHALL BE THOROUGHLY TO A LINED SUBTITLE D LANDFILL (FOR NON —HAZARDOUS WASTE). TRANSPORT THE CLEANED OF ALL DEBRIS BEFORE WORK IS BEGUN. CLOSE CONTAINMENT AREAS WASTES TO THE LANDFILL FACILITY WITHIN 5 CALENDAR DAYS OF COMPLETION OF TO THE PUBLIC. IF PAVED SURFACES ARE USED FOR RECOVERY AREAS, USE SURFACE PREPARATION OPERATIONS. ONLY AREAS THAT ARE CONTINUOUS AND FREE OF OPEN CRACKS. SEAL b. PROVIDE THE ENGINEER WITH COPIES OF DELIVERY TICKETS AND LANDFILL INVOICES FOR CRACKS TO PREVENT INFILTRATION OF BLAST RESIDUE PRIOR TO COMMENCING ALL WASTE MATERIAL GENERATED BY THIS PROJECT. ANY BLASTING IN THAT AREA. c. DISPOSE OF ALL SURFACE PREPARATION WASTES ACCORDING TO FEDERAL, STATE, AND e. TURN THE EDGES OF THE IMPERMEABLE COVER MATERIAL UPWARD A MINIMUM LOCAL REGULATIONS. OF 1 FOOT TO MINIMIZE LOSS OF WASTE MATERIALS. ENSURE COVERS ON OR OVER ROADWAYS DO NOT PRESENT A HAZARD NOR REMAIN IN PLACE 7. FINAL CLEAN UP. OVERNIGHT WITHOUT THE ENGINEER'S WRITTEN PERMISSION. FASTEN THE EDGES OF THE IMPERMEABLE COVER TO THE VERTICAL DRAPES TO ENSURE NO LOSS a. APPLY IOWA DOT STANDARD SPECIFICATION ARTICLE 1104.08. OF WASTE MATERIALS. ENSURE OVERLAPS OF THE COVER MATERIALS ARE A b. IN NO CASE ALLOW ANY FOREIGN MATERIAL OR OTHER COATING RELATED WASTES TO MINIMUM OF 3 FEET, SECURELY TIED TOGETHER, AND CONTINUOUSLY TAPED TO MIX WITH THE WASTES GENERATED FROM ABRASIVE BLAST CLEANING OR SURFACE PREVENT LOSS OF REMOVED MATERIAL. PREPARATION BY OTHER METHODS. f. EXTEND VERTICAL DRAPES FROM ABOVE THE BLASTING AREA TO THE BOTTOM OF THE ENCLOSURE. SECURELY ANCHOR THEM TOP AND BOTTOM AND AT THE 8. PROTECTION AND CLEANUP, LAPS TO PREVENT SPLITTING OR LOSS OF REMOVED MATERIAL. USE MATERIAL a. FOR ALL WORK, USE EVERY REASONABLE MEANS TO PROTECT THE ENVIRONMENT, CAPABLE OF WITHSTANDING WIND FORCES WITHOUT TEARING OR HAVING A HUMAN HEALTH AND SAFETY, ADJACENT PROPERTY, AND VEHICLES FROM DAMAGE BREACH OF INTEGRITY. RESULTING FROM THE MATERIAL REMOVAL OPERATIONS, ACCORDING TO IOWA DOT g. CONTAINMENT ENCLOSURES SHALL BE ANCHORED TO PROHIBIT ENCLOSURE STANDARD SPECIFICATION ARTICLE 1107.07. KEEP THE PROJECT SITE IN A NEAT, ENCROACHMENT ON OPEN TRAFFIC LANES AND WATERWAYS. ENSURE REMOVED CLEAN, AND SAFE WORKING CONDITION. MATERIAL WILL NOT FALL ON TO SURFACE WATERS. b. AT THE END OF EACH WORKING DAY, CLEAN UP AND PROPERLY CONTANERIZE ALL WASTE MATERIAL. SPECIAL ATTENTION IS DRAWN TO STEEL ABRASIVE AND ITS PREPONDERANCY TO RUST AND STAIN SURFACES WHERE MATERIAL IS ALLOWED TO ACCUMULATE. c. CLEAN UP ABRASIVE ON A DAILY BASIS AND REMOVE ANY STAINING WHICH OCCURS. 9. METHOD OF MEASUREMENT: LUMP SUM 10. BASIS OF PAYMENT: PAYMENT IS FULL COMPENSATION FOR FURNISHING MATERIALS, LABOR, AND EQUIPMENT NECESSARY TO INSTALL AND MAINTAIN THE CONTAINMENT DURING ABRASIVE BLAST OPERATIONS AND SURFACE PREPARATION BY OTHER METHODS. PAYMENT IS ALSO FULL COMPENSATION FOR REPORTING, TEMPORARY ENCLOSURES, TEMPORARY STORAGE OF WASTE, DISPOSAL OF WASTE, PROTECTION, AND CLEAN UP. PAYMENT WALL BE REGARDLESS OF NUMBER OF INSTALLATIONS AND MOBILIZATIONS REQUIRED. Design For RIVERSIDE DRIVE PEDESTRIAN BRIDGE AT IOWA AVENUE REHABILITATION PROJECT I omin Boo &%-4491 1 CITY OF IOWA CITY I PROJECT NUMBER CIP NUMBER S3978 I STRUCTURAL NOTES I SHEET: V.2 I REV: 05/20/24 1 GENERAL NOTES: 1. CONTRACTOR QUALIFICATIONS FOR 'CONCRETE REPAIR' AREAS: ENGAGE AN EXPERIENCED CONCRETE -MAINTENANCE FIRM THAT EMPLOYS INSTALLERS AND SUPERVISORS WHO ARE TRAINED TO PERFORM THIS WORK. FIRM SHALL HAVE COMPLETED WORK SIMILAR IN MATERIAL, DESIGN, AND EXTENT TO THAT INDICATED FOR THIS PROJECT NTH A RECORD OF SUCCESSFUL IN-SERVICE PERFORMANCE. EXPERIENCE IN ONLY INSTAWNG OR PATCHING NEW CONCRETE IS INSUFFICIENT EXPERIENCE. CONCRETE -MAINTENANCE SPECIALIST FIRM SHALL MAINTAIN EXPERIENCED FULL-TIME SUPERVISORS ON PROJECT SITE DURING TIMES THAT THIS WORK IS IN PROGRESS. 2. SEE SHEET V.6 FOR GENERAL CONCRETE REPAIR NOTES AND DETAILS, WHICH SHALL APPLY TO ALL 'CONCRETE REPAIR' AREAS. 3. SEE SHEETS V.1 AND V.2 FOR STRUCTURE DEMOLITION, CONCRETE GALVANIC CORROSION PROTECTION SYSTEM, AND CONTAINMENT NOTES 3.1. STRUCTURE DEMOLITION NOTES AND CONTAINMENT NOTES SHALL APPLY TO ALL 'CONCRETE REPAIR' AND 'REMOVAL OF CONCRETE' AREAS. 4. LIMIT CONSTRUCTION LIVE LOAD ON BRIDGE DECK TO 10 POUNDS PER SQUARE FOOT BEFORE STARTING DEMOLITION AT 'REMOVAL OF CONCRETE' AREAS AND UNTIL 'STRUCTURAL CONCRETE, BRIDGE' AREAS HAVE BEEN PLACED AND ALLOWED TO CURE. 5. DESIGN STRESSES FOR 'REGULAR' REPAIRS AT 'CONCRETE REPAIR' AREAS AND 'STRUCTURAL CONCRETE, BRIDGE' AREAS ARE IN ACCORDANCE WITH THE AASHTO LRFD BRIDGE DESIGN SPECIFICATIONS, 8th Ed, SERIES OF 2017, EXCEPT AS NOTED IN THE CURRENT IOWA BRIDGE DESIGN MANUAL REINFORCING STEEL IN ACCORDANCE WITH AASHTO LRFD SECTION 5, GRADE 60 FOR EPDXY -COATED. CONCRETE IN ACCORDANCE WITH AASHTO LRFD SECTION 5, fc = 4.0 KSI. CONCRETE FOR 'STRUCTURAL CONCRETE, BRIDGE' SHALL BE IOWA DOT CLASS C. _rv^UL uUn i rULL rUUNUA HUN L al f z 2 z 2 U L) EV n J _ C-y 10'-0" io 10'-0" 10' 0" 26'-3" CANTILEVER 22'-0" CANTILEVER CANTILEVER CANTILEVER 1 V.4 .i FOR SIDEWALK REPLACEMENT 'DECK SEALER' AREA. REMOVE EX DECK SEALER. CONTAIN REMOVED MATERIALS ACCORDING TO CONTAINMENT NOTES ON SHEET V.1. PREPARE SURFACE AND APPLY REPLACEMENT DECK SEALER TO ENTIRE BRIDGE DECK, INCLUDING CAROUSEL SEE DETAIL 18/V.4 'REMOVAL OF CONCRETE' AND PLACE 'STRUCTURAL CONCRETE, BRIDGE' AREA 'REMOVAL OF CONCRETE' AND PLACE 'STRUCTURAL CONCRETE, BRIDGE' AREAS 84' - 0" DECK EDGE REPAIR AND SEALER PLAN NORTH llxl7 SCALE: 1/16' = 1'-O' 22x34 SCALE:1/8" = V-0" D z� z V.4 m rn M A U It COLUMN �__4 __-_ -- "EP 16 Afit!• t I V.4 I CAROUSEL SUPPORT BRANCH III m k CAROUSEL SUPPORT I BRANCH IV I CAROUSEL SUPPORT I BRANCH II (BRANCH I z I I VI BELOW) i I L) _ - I COLUMN 22'-0" CANTILEVER 17 -0" I I o I CAROUSEL SUPPORT BRANCH I (BRANCH I V BELOW) 8 V.5 V.4 'REMOVAL OF CONCRETE' AND PLACE 'STRUCTURAL CONCRETE, BRIDGE' AREA m CAROUSEL 1 SUPPORT CAROUSEL J BRANCH II SUPPORT CAROUSEL SUPPORT ---n -I CAROUSEL BRANCH II BRANCH III SUPPORT CAROUSEL SUPPORT BRANCH IV BRANCH I - CAROUSEL CAROUSEL SUPPORT BRANCH V SUPPORT CAROUSEL BRANCHVI VA �i SOUTH ELEVATION SUPPORT v.3 NOT TO SC.,1 BRANCH VI KEY NOTES O STRUCTURAL CONCRETE COATING' AREA. REPLACEMENT CONCRETE AT 'STRUCTURAL CONCRETE, BRIDGE' AREAS AND CONCRETE/PATCH MATERIALS PLACED AT 'CONCRETE REPAIR' AREAS SHALL BE ALLOWED TO CURE FOR MINIMUM 28 DAYS PRIOR TO APPLYING STRUCTURAL CONCRETE COATING. REMOVE EX COATING FROM ALL VERTICAL, HORIZONTAL, AND OVERHEAD CONCRETE SURFACES BELOW BRIDGE DECK AND ABOVE FINISHED GRADE BY ABRASIVE BLASTING. CONTAIN REMOVED MATERIALS ACCORDING TO CONTAINMENT NOTES ON SHEET V.2. APPLY STRUCTURAL CONCRETE COATING TO ALL VERTICAL, HORIZONTAL, AND OVERHEAD CONCRETE SURFACES BELOW BRIDGE DECK AND ABOVE FINISHED GRADE, EXCEPT AT VERTICAL EDGES OF BRIDGE DECK AND UNDER THE BRIDGE DECK PAST THE DRIP GROOVES (THOSE SURFACES SHALL RECEIVE REPLACEMENT DECK SEALER PER SECTION 18/V.4). ABRASIVE BLASTING SHALL BE PERFORMED ACCORDING TO ASTM D4259-88 "STANDARD PRACTICE FOR ABRADING CONCRETE', SECTION 8 "ABRASIVE BLAST CLEANING PROCEDURE" UNLESS A DIFFERENT SURFACE PREPARATION METHOD IS REQUIRED BY STRUCTURAL CONCRETE COATING MANUFACTURER. ALL REQUIREMENTS FOR STRUCTURAL CONCRETE COATING SHALL BE IN COMPLIANCE WITH IOWA DOT DEVELOPMENTAL SPECIFICATION SECTION DS-23015. TAKE CARE TO AVOID COATING OVER WEEP HOLES AT VOIDED SLAB AREA OF THE BRIDGE - SEE ORIGINAL 1960 BRIDGE CONSTRUCTION PLANS FOR LOCATION OF THE VOIDED SLAB WEEP HOLES. STRUCTURAL CONCRETE COATING SHALL BE A 100% ACRYLIC, VAPOR PERMEABLE MASONRY COATING. THE COATING USED SHALL BE CERTIFIED TO ALLOW WATER VAPOR TRANSMISSION IN ACCORDANCE WITH ASTM E96 OR ASTM D1653. FINISHED SURFACES SHALL BE MATTE, NOT GLOSSY, IN APPEARANCE. COLOR SHALL MATCH SAE AMS-STD-595 COLOR NUMBER 37925 (WHITE). THE COATING USED SHALL BE ONE OF THE FOLLOWING LISTED PRODUCTS: TK PRODUCTS TRI-SHEEN ACRYLIC, SHERWIN WIWAMS A-100, CHEMREX INC. THOROSHEEN, EDISON COATINGS AQRYL-X-200, OR APPROVED EQUAL. SUBMIT PROPOSED ALTERNATE PRODUCT INFORMATION TO THE IOWA DOT, BRIDGES AND STRUCTURES BUREAU, AMES, IA 50010. DO NOT ORDER MATERIALS PRIOR TO RECEIVING APPROVAL FOR USE ON THE PROJECT. CONTRACTOR SHALL ENGAGE A QUALIFIED COATING PRODUCT MANUFACTURER'S REPRESENTATIVE TO VERIFY SUITABILITY OF PRODUCT FOR INTENDED APPLICATION. BEFORE COATING IS ORDERED OR INSTALLATION IS STARTED, PRODUCT DATA FOR THE STRUCTURAL CONCRETE COATING SHALL BE SUBMITTED FOR APPROVAL ACCORDING TO IOWA DOT STANDARD SPECIFICATION ARTICLE 1105.03. METHOD OF MEASUREMENT AND BASIS OF PAYMENT SHALL BE ACCORDING TO IOWA DOT DEVELOPMENTAL SPECIFICATION SECTION DS-23015. TEMPORARY REMOVAL, PROTECTION, AND REINSTALLATION OF ART SCULPTURE AND PLACARD ON CAROUSEL SUPPORT TOWER IS CONSIDERED INCIDENTAL TO STRUCTURAL CONCRETE COATING BID ITEM. 02 TEMPORARILY REMOVE, PROTECT, AND REINSTALL EXISTING ART SCULPTURE AND PLACARD ON CAROUSEL SUPPORT TOWER AS REQUIRED TO INSTALL STRUCTURAL CONCRETE COATING izi EAST ELEVATION V.3 NOT To SCAU REFERENCE PHOTO: ART SCULPTURE AND PLACARD Design For RIVERSIDE DRIVE PEDESTRIAN BRIDGE AT IOWA AVENUE REHABILITATION PROJECT ®+ ;� origin, 800 5s6-4491 I CITY OF IOWA CITY I PROJECT NUMBER CIP NUMBER S3978 I STRUCTURAL REPAIR DETAILS I SHEET: V.3 I REV 05/20/24 2'-0" 1 IZ CONDUIT �g 3 0 � 2 DOUBLE DRIP718/V.4 SEE SECTIONEW OR REPLA EMBEDDED CONDUIT. SEE SHEET PA NOT TO 10" MIN, TYP EX SIDEWALK OF BRIDGE ON IOWA AVE. GRIND EDGE SMOOTH IF REQUIRED TO r 3 a FACILITATE EXPANSION JOINT INSTALLATION BUT DO NOT OTHERWISE DISTURB DURING CONCRETE REMOVAL AND JOINT REPLACEMENT I woo �3 4 v a 5 1" 5 3 GAP 4 2 3 a a (n UI F TO Scmu eo /s� SECTION \Iiil/ RN TO SrAM 2'- 0" CONDUIT w~ a )/(: DOUBLE DRIP GROOVE. 2 3 SEE SECTION 18/V.4 a cn NEW OR REPLACEMENT EMBEDDED CONDUIT. SEE SHEET PA 4 SECTION V.4 IM TO WAIR 2'-0" 1'-6" 10" MIN 5 SECTION V.4 CAROUSEL SUPPORT BRANCH 1 NOT TO 3CAI8 2'-0" V-6" 2'-0" ■n■ NEW EMBEDDED EX EMBEDDED CONDUIT TO CONDUIT. SEE REMAIN OUTSIDE OF SHEET PA STRUCTURAL REPAIR AREA. PLUG AND FILL W/ GROUT. EX EMBEDDED CONDUIT TO CONDUIT BE REMOVED TO EDGE OF 18 STRUCTURAL REPAIR AREA NEW BEDDED CONDUIT. v.4 - - - - SEE SHEET P.1 EX EMBEDDED CONDUIT AND JUNCTION N REPLACED.BOX TO BE __________._.___ LEVAT ID - 1 -4" I IL CONDUIT WATERTIGHT LID ON JUNCTION BOk16 v'4 Nm 7O WAIR FLUSH W/ BOTTOM OF CONC \ 10'-0" I (5) 8" O.D. VOIDS (ONLY IN BOUNDARY OF DECK SEALER AND 10 EX EMBEDDED CONDUIT AND SPAN OVER ROADWAY ) STRUCTURAL CONCRETE COATING, JUNCTION BOX TO BE SEE ORIGINAL 1960 BRIDGE TYP EA SIDE OF DECK. DO NOT F REPLACED. SEE SHEET P.1 OVERCOAT EITHER SYSTEM WITH THE CONSTRUCTION PLANS FOR OTHER. BOUNDARY SHALL OCCUR I EXACT LOCATIONS I ALONG A NEAT LINE PARALLEL TO PROVIDE Y; TALL RAISED, LEVEL REPLACEMENT I TOP OF DECK THE BOTTOM CORNER OF THE DECK. 9 AREA AT LIGHT POLE BASE CONDUIT & V4 V. ANCHOR BOLT V-0 1'-6" 2'-0" 0 0 3's DOUBLE s PLAN DETAIL DRIP GROOVE, J KEY NOTES v.4 xarTO a (TYP) 5" 6" REMOVE FULL DEPTH OF CONCRETE. TAKE CARE TO AVOID DAMAGE TO EX EXPOSED REINFORCING STEEL SURFACE PREPARATION 2'-0" 6'-0" 2'-0" OF CONCRETE AND EXPOSED REINFORCING STEEL TO COMPLY WITH IOWA DOT STANDARD SPECIFICATION ARTICLE 2426.03.B. NOTIFY ENGINEER IF SECTION LOSS OF EXPOSED REINFORCING BARS EXCEEDS APPROXIMATELY 20% ON ANY TWO OR MORE REPLACEMENT DECK SEALER SHALL BE APPLIED TO TOP SIDE OF BRIDGE DECK, VERTICAL EDGES OF DECK AND ADJACENT BARS. METHOD OF MEASUREMENT: SQUARE YARDS MEASURED AT TOP SURFACE OF 'REMOVAL OF CONCRETE' AREAS. UNDER THE DECK PAST THE DRIP GROOVE AS SHOWN. REPLACEMENT CONCRETE AT 'STRUCTURAL CONCRETE, BASIS OF PAYMENT SHALL BE CONTRACT UNIT PRICE PER SQUARE YARD FOR 'REMOVAL OF CONCRETE' AND SHALL INCLUDE ALL BRIDGE' AREAS SHALL BE ALLOWED TO CURE FOR MINIMUM 28 DAYS PRIOR TO APPLYING DECK SEALER. DECK MATERIALS, LABOR AND EQUIPMENT NECESSARY TO REMOVE AND DISPOSE OF CONCRETE AND BADLY CORRODED REINFORCING 'STRUCTURAL REPLACEMENT SEALER SHALL BE APPLIED AFTER REMOVAL OF TEMPORARY RAILING BUT PRIOR TO INSTALLING REPLACEMENT BARS, AS DIRECTED BY THE ENGINEER, AND PREPARE SURFACES. REPLACE SAME AREA WITH NEW CONCRETE, RAILING (SEE U SHEETS FOR ADDITIONAL TEMPORARY AND REPLACEMENT RAILING SEQUENCING INFORMATION). BRIDGE'. REPLACEMENT CONCRETE TO COMPLY MATH IOWA DOT STANDARD SPECIFICATION SECTION 2403. MATCH ORIGINAL PROFILE 2'-0" T, JUNCTION BOX 1'-6" ON ALL SURFACES UNLESS NOTED OTHERWISE AND PATCH ALL FORMWORK ANCHORAGE HOLES WITH REPAIR GROUT. CONCRETE THE DECK SEALER LIMITS ARE SHOWN IN THE DETAIL AND SHALL APPLY TO THE FULL LENGTH OF THE BRIDGE, GALVANIC CORROSION PROTECTION SYSTEM: DISTRIBUTED ANODES IS NOT SHOWN FOR CLARITY - SEE SHEET V.1 FOR NOTES. 2.-8" INCLUDING LIGHT POLE BLISTERS, CAROUSEL, AND CAROUSEL SUPPORT BRANCHES. PREPARE SURFACES AND ILIEX EMBEDDED CONDUIT APPLY DECK SEALER IN COMPLIANCE WITH IOWA DOT DEVELOPMENTAL SPECIFICATION SECTION DS-23015. CONTAIN r © INTENTIONALLY ROUGHEN SURFACE TO MIN )C AMPLITUDE. SURFACE TO BE SATURATED SURFACE DRY IMMEDIATELY PRIOR TO 11 s" AND JUNCTION BOX TO REMOVED MATERIALS ACCORDING TO CONTAINMENT NOTES ON SHEET V.2. TAKE CARE TO AVOID ALLOWING REPAIR i CASTING REPLACEMENT CONCRETE. BE REPLACED. SEE MATERIALS TO ENTER THE VOIDED SLAB AREA OF THE BRIDGE - SEE ORIGINAL 1960 BRIDGE CONSTRUCTION = n O3 REMOVE FULL EXTENT OF UNSOUND CONCRETE ADJACENT TO EXPANSION JOINT, AND ADDITIONAL CONCRETE AS MAY BE NEEDED SHEET P.1. WATERTIGHT LID ON JUNCTION BOX PLANS FOR LOCATION OF THE VOIDED SLAB. PRODUCT REQUIREMENTS: 1. UQUID-APPLIED POLYURETHANE WATERPROOFING MEMBRANE SYSTEM RATED FOR PEDESTRIAN TRAFFIC. TO FACILITATE JOINT REPLACEMENT. TAKE CARE TO AVOID DAMAGE TO EX EXPOSED REINFORCING STEEL SURFACE PREPARATION Yu 1 2, TEXTURED TO PROVIDE SLIP RESISTANCE FOR PEDESTRIAN TRAFFIC. OF CONCRETE AND EXPOSED REINFORCING STEEL TO COMPLY WITH IOWA DOT STANDARD SPECIFICATION ARTICLE 2426.03.B. TO BE FLUSH W/ 3. UV -RESISTANT. z NOTIFY ENGINEER IF SECTION LOSS OF EXPOSED REINFORCING BARS EXCEEDS APPROXIMATELY 20% ON ANY TWO OR MORE va BOTTOM OF CONC 4. GRAY COLOR. c ADJACENT BARS. METHOD OF MEASUREMENT: SQUARE YARDS MEASURED AT TOP SURFACE OF 'REMOVAL OF CONCRETE' AREAS. 5. SUITABLE FOR HORIZONTAL, VERTICAL, AND UNDER -SLAB SURFACES INDICATED. BASIS OF PAYMENT SHALL BE CONTRACT UNIT PRICE PER SQUARE YARD FOR 'REMOVAL OF CONCRETE' AND SHALL INCLUDE ALL SUBJECT TO COMPLIANCE WITH PRODUCT REQUIREMENTS, AVAILABLE DECK SEALER PRODUCTS THAT MAY BE ` MATERIALS, LABOR AND EQUIPMENT NECESSARY TO REMOVE AND DISPOSE OF CONCRETE AND BADLY CORRODED REINFORCING I' °D o CONSIDERED INCLUDE, BUT ARE NOT LIMITED TO, THE FOLLOWING: r BARS, AS DIRECTED BY THE ENGINEER, AND PREPARE SURFACES. REPLACE SAME AREA WITH NEW 'STRUCTURAL CONCRETE, 1. MASTERSEAL PEDESTRIAN TRAFFIC 2000 BY MASTER BUILDER SOLUTIONS BRIDGE'. REPLACEMENT CONCRETE TO COMPLY WITH IOWA DOT STANDARD SPECIFICATION SECTION 2403. MATCH ORIGINAL PROF) 2. QUALIDECK TRAFFIC BEARING MEMBRANE, MEDIUM DUTY SYSTEM, BY ADVANCED POLYMER TECHNOLOGY 3. WLKEM 350/351 BY TREMCO v ON ALL SURFACES AND PATCH ALL FORMWORK ANCHORAGE HOLES WITH REPAIR GROUT. CONCRETE GALVANIC CORROSION APPROVED EQUAL PRODUCTS WILL BE CONSIDERED. CONTRACTOR SHALL ENGAGE A QUALIFIED SEALER PRODUCT Q PROTECTION SYSTEM: DISTRIBUTED ANODES IS NOT SHOWN FOR CLARITY - SEE SHEET V.1 FOR NOTES - .0 MANUFACTURER'S REPRESENTATIVE TO VERIFY SUITABILITY OF PRODUCT FOR INTENDED APPLICATION. BEFORE DECK 4 REMOVE EX CORK JOINT MATERIAL THROUGH DEPTH AND WIDTH OF JOINT AND REPLACE W PREFORMED, PRE -COMPRESSED, 2 0 / REMOVE EX ANCHOR SEALER IS ORDERED OR INSTALLATION IS STARTED, PRODUCT DATA FOR THE DECK SEALER SHALL BE SUBMITTED SELF EXPANDING SEALANT SYSTEM IN COMPLIANCE W/ IOWA DOT STANDARD SPECIFICATION ARTICLE 4136.03.E. METHOD OF BOLTS AND REPLACE FOR APPROVAL ACCORDING TO IOWA DOT STANDARD SPECIFICATION ARTICLE 1105.03. METHOD OF MEASUREMENT AND BASIS OF PAYMENT SHALL BE ACCORDING TO IOWA DOT DEVELOPMENTAL SPECIFICATION SECTION DS-23015. MEASUREMENT: LINEAL FEET INDICATED. BASIS OF PAYMENT SHALL BE CONTRACT UNIT PRICE PER LINEAL FOOT AND SHALL - NEW EMBEDDED W/ GALVANIZED DECK SEALER SECTION INCLUDE ALL MATERIALS, LABOR AND EQUIPMENT NECESSARY TO INSTALL CONDUIT. SEE ANCHOR BOLTS IN 18 n� 05 #3 BARS O 8" ON -CENTER, MAX. PROVIDE MIN 6' LONG, 90-DEGREE HOOK AT CAST -IN END W/ MIN 6" BAR PROJECTION INTO SHEET P.1 COMPLIANCE W/ IOWA DOT STANDARD v.4 NOTTO Scma r REPLACEMENT CONCRETE. DRILL k ADHESIVE ANCHOR MIN 6" INTO SOUND EXISTING CONCRETE. BASIS OF DESIGN ADHESIVE SPECIFICATION ARTICLE Design For ANCHORING SYSTEM PRODUCT: HIT-HY 200 V3 BY HILTI. FOLLOW ALL ADHESIVE ANCHORING SYSTEM MANUFACTURER'S WRITTEN 4185.02.B. COORDINATE RIVERSIDE DRIVE PEDESTRIAN BRIDGE AT INSTALLAr INSTRUCTIONS. APPROVED EQUAL PRODUCTS WILL BE DATA ANCHOR BOLT SIZE, IOWA AVENUE REHABILITATION PROJECT ACCORDING 0 IOWA DOTSSTANDDARDRODUCT ADHESIVEnANCHORNG SYSTEMON SHALL BE SUBMITTEDESIVE FOR APPROVALGSPECIFICATIONFOR ARTICLE SPACING, AND 1105.03. ROTATE BARS UP TO 20 DEGREES FROM THE HORIZONTAL TO FACILITATE DRILLING. HOOKED ENDS TO HAVE 2" OF PROJECTION ABOVE 3 CONCRETE COVER. FIELD VERIFY TOTAL BAR LENGTH REQUIRED TO ACHIEVE STATED MINIMUM EMBEDMENT DEPTH, BAR CONCRETE SURFACE W/ PROJECTION INTO REPLACEMENT CONCRETE, AND COVER BASED UPON ACTUAL EXTENT OF CONCRETE REMOVAL SECTION LIGHT POLE MOUNTING r 16 3 © SEE SHEETS V.7 AND V.8 FOR CONCRETE REPAIR IN THIS AREA. EXTEND REMOVAL AREA AS NEEDED TO FACILITATE EXPANSION V.4 REQUIREMENTS NM m sr.,• JOINT REPLACEMENT. origin" S00 556-4491 CITY OF IOWA CITY 7 PROJECT NUMBER CIP NUMBER S3978 STRUCTURAL REPAIR DETAILS SHEET VA REV: 05/20/24 EQ I EQ CL 8' REPLACEMENT JUNCTION BOX r�-A LIGHT FIXTURE. SEE SHEET P.1 X" 1 ELEVATION v.5 CAROUSEL SUPPORT Nor To WAM BRANCH I CAROUSEL SUPPORT BRANCH I (BRANCH V BELOW) EQ EQ - EX EMBEDDED EX EMBEDDED CONDUIT AND CL CONDUIT AND REPLACEMENT JUNCTION BOX TO JUNCTION BOX TOrBE BE REPLACED. SEE JUNCTION BOX REPLACED. SEE SHEET P.1 SHEET P.1 SEE SHEETS V.7 AND V.8 FOR LIGHT CONCRETE REPAIR IN THIS AREA. FIXTURE. SEEEXTEND REMOVAL AREA AS SHEET P.1 NEEDED TO FACILITATE EX CONDUIT AND JUNCTION BOX NEW TSAWCUT REPLACEMENT. NOTE. FULL SURFACE -MOUNTED EXTENT OF REPAIR AREA NOT CONDUIT. SEESHOWN FOR CLARITY. SHEET P.1 SAWCUT NEW SURFACE -MOUNTED CONDUIT. SEE SHEET P.1 g ELEVATION v.5 CAROUSEL SUPPORT MT TO SCsu BRANCH II EQ EQ CAROUSEL SUPPORT BRANCH III OUSEL PPORT ICH IV OB O 8 V.5 :. 7NE COND � 9 V.5 I CL REPLACEMENT JUNCTION BOX W EMBEDDED CONDUIT r O BRANCHES III, V, VI. SEE SHEET P.1 LIGHT FIXTURE O ANCHES III, V. VI. SEE SHEET P.1 EW SURFACE -MOUNTED UIT *BRANCHES III, V, VI. SEE SHEET P.1 SAWCUT SAWCUT a ELEVATION CAROUSEL v.5 CAROUSEL SUPPORT NOT TO Sau SUPPORT vs BRANCHES III, IV, V, VI (BRANCH VI O BRANCH VI BELOW) B BRANCH II 3 -------------------- / -- V.5 V.5 O BRANCH II QUIT AND JUNCTION AROUSEL SUPPORT BRANCH II ONLY SEE SECTION 4/V.4 FOR CONCRETE REMOVAL AND REPLACEMENT IN THIS AREA NEW EMBEDDED CONDUIT. SEE SHEET P.1 SEE SHEETS V.7 AND V.8 FOR CONCRETE REPAIR IN THIS AREA. EXTEND REMOVAL AREA AS NEEDED TO FACILITATE EX CONDUIT AND JUNCTION BOX REPLACEMENT. NOTE: FULL EXTENT OF REPAIR AREA NOT SHOWN FOR CLARITY. �- NEW EMBEDDED CONDUIT AND JUNCTION BOX. SEE SHEET P.1 r NEW EMBEDDED CONDUIT O BRANCHES III, IV, V. M. SEE SHEET P.1 NEW EMBEDDED CONDUIT O BRANCHES V, M. SEE SHEET P.1 LIGHT FIXTURE O BRANCHES V. VI. SEE SHEET P.1 NEW SURFACE -MOUNTED CONDUIT O BRANCHES V. VI. SEE SHEET P.1 SEE SHEETS V.7 AND V.8 FOR CONCRETE REPAIR IN THIS AREA. EXTEND REMOVAL AREA AS NEEDED TO FACILITATE EX CONDUIT AND JUNCTION BOX REPLACEMENT. NOTE: FULL EXTENT OF REPAIR AREA NOT SHOWN FOR CLARITY. i7 NEW HANDHOLE BEYOND =I EX CONDUIT AND SIDEWALK. SEE SHEET FOR LOCATION AND JUNCTION BOX O 1 SHEET P.1 FOR CAROUSEL SUPPORT SPECIFICATIONS L - - - J BRANCH I ONLY 1 8 O BRANCH I v.5 v.5 O BRANCH V 16 PLAN DETAIL V.S CAROUSEL SUPPORT NOT TO Scan BRANCHES NOTE: REPLACEMENT EX BURIED CONDUIT AND NEW EXTEND TO NEW o CONDUIT/JUNCTION HANDHOLE. SEE BOXES NOT SHOWN ON SHEET P.1 FOR THIS DETAIL FOR CONDUIT COUPLING CLARITY. SEE SECTIONS AND ELEVATIONS REPLACEMENT CONCRETE LIGHT POLE FOUNDATION BEYOND SIDEWALK. SEE SHEET S.3 FOR DETAIL q LIGHT FIXTURE EX CONDUIT TO REMAIN -- OUTSIDE OF STRUCTURAL REPAIR AREA. PLUG AND FILL W/ GROUT LIGHT FIXTURE. SEE SHEET P.1 SECTION 5'-0" 1 -2" EX EMBEDDED C. REPLACEMENT CONDUIT AND CONDUIT 6" JUNCTION BOX TO BE REPLACED. SEE SHEET P.1. / WATERTIGHT LID ON -H JUNCTION BOX TO BE 16/ lil r FLUSH W/ FACE OF r1 �t ZONC� EX EMBEDDED CONDUIT TOIBE REMOVED TO EDGE OF STRUCTURAL REPAIR AREA NEW SURFACE -MOUNTED CONDUIT. SEE SHEET P.1 ��CAROUSEL SUPPORT NOT TO SCeu BRANCH I L 5,_0., It LIGHT FIXTURE--_ SECTION 4/V 4 FOR CONCRETE REMOVAL AND REPLACEMENT IN THIS AREA (L REPLACEMENT CONDUIT _yi' NEW CONDUIT 3„ SAWCUT L- SEE SHEETS V.7 AND V.8 FOR CONCRETE REPAIR IN THIS AREA EXTEND REMOVAL AREA AS NEEDED TO FACILITATE EX CONDUIT AND JUNCTION BOX REPLACEMENT. NOTE: FULL EXTENT OF REPAIR AREA NOT SHOWN FOR CLARITY. 1'-2" EX EMBEDDED CONDUIT 6„ AND JUNCTION BOX TO BE REPLACED O BRANCH II, NEW EMBEDDED CONDUIT AND JUNCTION BOX O BRANCHES III, IV, V. M. SEE SHEET P.1. WATERTIGHT LID ON JUNCTION ru I BOX TO E FLUSH W/ACE OF iO CONC in PIC.TT JURrNI:C-muuNitu- �.4� CONDUIT O BRANCHES II, III, SAWCUT V, VI. SEE SHEET P.1 LIGHT FIXTURE O BRANCHES II, III, V. VI. SEE SHEET 1 s SECTION v.5 CAROUSEL SUPPORT NOT TO scaa BRANCHES II, III, IV, V. VI 10'-0" (FV) REPLACEMENT GALVANIZED ANCHOR BOLTS IN COMPLIANCE W/ IOWA DOT STANDARD SPECIFICATION ARTICLE 4185.02.B. COORDINATE ANCHOR BOLT SIZE, SPACING, AND PROJECTION ABOVE CONCRETE SURFACE W/ LIGHT POLE MOUNTING REQUIREMENTS EX ABUTMENT WINGWALL SIDEWALK TO BEYOND BE REPLACED. SEE S SHEETS ~-� EX BURIED CONDUIT TO t REPLACEMENT BE REPLACED FROM NORTH CONDUIT ABUTMENT TO�ANDHOLE. SEE SHEET P.1 -NEW BURIED CONDUIT FROM SOUTH EDGE OF ABUTMENT TO HANDHOLE. SEE SHEET P.1 r I NEW BURIED CONDUIT FROM HANDHOLE TO LIGHT POLE FOUNDATION. SEE SHEET P.1 18 SECTION - WEST END OF BRIDGE 11, V.5 NWT TO scax t NEW CONDUIT SEE SHEETS V.7 AND V.8 FOR CONCRETE REPAIR IN THIS AREA. EXTEND REMOVAL AREA AS NEEDED TO FACILITATE EX CONDUIT AND JUNCTION BOX REPLACEMENT AND NEW INSTALLATION. NOTE: FULL EXTENT OF REPAIR AREA NOT SHOWN FOR CLARITY. EX EMBEDDED CONDUIT TO REMAIN THROUGH ABUTMENT. PLUG AND FILL W/ GROUT. DRILL NEW HOLE THROUGH ABUTMENT ADJACENT TO EX CONDUIT AND INSTALL REPLACEMENT CONDUIT THROUGH ABUTMENT. SEE SECTION 1/V.4 FOR CONCRETE REMOVAL AND REPLACEMENT IN THIS AREA EX EMBEDDED CONDUIT TO BE REPLACED IN ---- --- STRUCTURAL REPAIR - - � AREA. SEE SHEET P.1 Pc REPLACEMENT CONDUIT _-- EX ABUTMENT Design For RIVERSIDE DRIVE PEDESTRIAN BRIDGE AT IOWA AVENUE REHABILITATION PROJECT urnjin��, 800 &%-4491 I CITY OF IOWA CITY I PROJECT NUMBER CIP NUMBER S3978 I STRUCTURAL REPAIR DETAILS I SHEET: V.5 I REV: 05/20/24 I SOUND cr CONCRETE 0 o w a o it CONCRETE SURFACE EX REINF (UAC) X U • • • • z Z o OU FORMS SHALLOW REPAIR BOTTOM SURFACE ° °.. .• z X SHALLOW REGULAR a REPAIR REPAIR 4" SAW CUT - ALL SIDES I SOUND CONCRETE * 3" MIN. CLEAR REPAIR DEFINITION *INDICATES CLEARANCE FOR AN UN -BONDED REBAR. CONCRETE 21"0 GALVANIZED FORMED REPAIR - MACHINE BOLT CONCRETE (LENGTH VAR.) SURFACE - 1" MIN. CL. 21"0 CONCRETE ANCHOR FASTEN FABRIC TO BOLTS 2 WITH 14 GA. VINYL MIN. COATED WIRE EXISTING SOUND CONCRETE WELDED WIRE FABRIC - ANCHOR DETAIL FOR SPACING AND USE OF CONCRETE ANCHORS AND WWF SEE THE REPAIR NOTES. FORMED —� CONCRETE SURFACE CONCRETE ANCHORS (IF REQUIRED) REGULAR REPAIR BOTTOM SURFACE EXISTING SOUND CONCRETE ESTIMATED CONCRETE REPAIR QUANTITIES TYPE UNITS QUANTITY SHALLOW REPAIR SF 80 REGULAR REPAIR SF 220 A SINGLE UNIT PRICE SHALL BE PROVIDED FOR BOTH 'SHALLOW AND 'REGULAR' REPAIRS PER IOWA D.O.T. STANDARD SPECIFICATION SECTION 2426. THE ESTIMATED BREAKDOWN OF QUANTITIES AMONG THESE CATEGORIES IS PROVIDED FOR BIDDER'S ASSISTANCE IN DETERMINING THE SINGLE UNIT PRICE. THIS BREAKDOWN IS BASED UPON ENGINEER'S GENERAL VISUAL OBSERVATIONS OF THE SURFACES OF THE BRIDGE READILY EXPOSED TO VIEW ON OCTOBER 16, 2023 AND IS EXPLICITLY PROHIBITED FROM BEING CONSIDERED THE BASIS FOR ADDITIONAL COMPENSATION. NO DESTRUCTIVE OR INVASIVE TESTING, OR DETAILED MEASUREMENTS WERE PERFORMED. it origin 800 556-4491 I CITY OF IOWA CITY 4" MIN. SAW ri iT (T' FORMS NO REQUIRED FORMS 12' MAX ORIGINAL SURFACE WELDED WIRE FABRIC (IF REQUIRED) A UP TO z OF BAR CIRCUMFERENCE --REPAIR AREA EXPOSED BONDED AREA - ACCEPTABLE EXPOSED BAR AIF MORE THAN ' OF THE REBAR IS EXPOSED IT SHALL BE TREATED AS AN UN -BONDED REBAR. ALL UN -BONDED AREAS TO BE REMOVED —\ REINFORCING BAR 4" MIN. EXISTING SOUND ` CONCRETE CONCRETE REMOVAL ADJACENT TO REINFORCING PROJECT NUMBER CIP NUMBER S3978 iur Llui - EXISTING SOUND CONCRETE T EXISTING u REINFORCING (U.A.C.) SHALLOW REPAIR VERTICAL FACE REPAIR NOTES: THE SPALLED AND HOLLOW AREAS OF THIS BRIDGE AS NOTED AND SHOWN IN THESE PLANS SHALL BE REPAIRED AS FOLLOWS: ALL THE COSTS OF EQUIPMENT AND MATERIALS REQUIRED TO REPAIR THE SPALLED AND HOLLOW AREAS OF THIS BRIDGE SHALL BE INCLUDED IN THE PRICE BID FOR "CONCRETE REPAIR". THE PRICE BID FOR "CONCRETE REPAIR" SHALL INCLUDE THE COST'OF ALC CONCRETE ANCHORS, WELDED WIRE FABRIC, REMOVAL AND REPLACEMENT T3F tBADL"Y` DETERIORATED REINFORCING BARS, AND GALVANIC CORROSION PROTECTION SYSTEM: DISCRETE ANODES REQUIRED BY THE PLANS. DISCRETE AIjQDES ARE NOT SHOWN IN THE REPAIR DETAILS ON THIS SHEET FOR CLARITY. DISCRETE Af CaLq f INSfA jjj ACCORDING TO NOTES ON SHEET V.1. }h THE ENGINEER SHALL DETERMINE AND OUTLINE BY VISUAL AND AUDIBLE INSPECTION THE ACTUAL AREAS OF THE CONCRETE REPAIRS. THE CONTRACTOR SHALL 8E SAID FOR THE ACTUAL AMOUNT OF REPAIRS MADE ON A SQUARE FOOT BASIS'BASEf7 8N �; THPRICE BID PER SQUARE FOOT. , ALL EXISTING REINFORCING BARS THAT ARE EXPOSED BY CONCRETE) REM'&& SHALL BE CLEANED AND CAREFULLY INCORPORATED INTO THE NEW WORK, EXCEPT BADLY DETERIORATED EXISTING REINFORCING WHICH SHALL BE REPLACED AS DIRECTED BY THE ENGINEER. THE CONCRETE ANCHORS REQUIRED SHALL HAVE A MINIMUM PULL OUT OF 5000 LBS. BASED ON 4000 PSI CONCRETE. AN ANCHOR MEETING THE REQUIREMENTS OF IOWA D.O.T. MATERIALS I.M. 453.09 AND THE PULL OUT LOAD ABOVE IS REQUIRED. THE ANCHORS SHALL BE GALVANIZED AND SHALL BE INSTALLED ACCORDING TO RECOMMENDATIONS OF THE MANUFACTURER. THE WELDED WIRE FABRIC SHALL BE ASTM A185 AND GALVANIZED AS PER ASTM A 641. THE WWF WIRES SHALL BE SPACED 3%3" OR 4"x4" AND THE WIRES SHALL HAVE A NOMINAL AREA OF 0.014 TO 0.029 SQUARE INCHES INCLUSIVE, EXAMPLE "WWF 3x3 - W1.4xW2.9". WHERE REINFORCEMENT HAS BEEN EXPOSED AND CLEARANCE AROUND THE PERIPHERY OF THE EXISTING BAR IS PROVIDED NO SUPPLEMENTAL REINFORCING IS REQUIRED, EXCEPT WHERE EXISTING REINFORCEMENT DENSITY AND PATTERN ARE SUCH THAT INDIVIDUAL OPEN SPACES BETWEEN BARS ARE OF 1.5 SQUARE FOOT OR LARGER. FOR THIS CONDITION 1/2" DIAMETER CONCRETE ANCHORS AND WELDED WIRE FABRIC SHALL BE INSTALLED AT THE RATE OF ONE CONCRETE ANCHOR WITH WWF PER EACH 1.5 SQUARE FEET OF AREA WITHIN EACH OPEN SPACE. REPAIRING THE STRUCTURAL CONCRETE SHALL BE IN ACCORDANCE WITH IOWA D.O.T. STANDARD SPECIFICATION SECTION 2426. 4" MIN. 4" MIN. CL. OR TO SAW CUT SOUND CONCRETE (TYP.) FORMED BEVEL TOP CUT CONCRETE SURFACE EXISTING SOUND CONCRETE - - EXISTING REINFORCING (U.A.C.) WELDED WIRE FABRIC CONCRETE (IF REQ'D.) ANCHORS (IF REQ'DO UNDERCUT I2 MIN. { REGULAR REPAIR VERTICAL FACE mw z 7:7 "+ REFERENCE PHOTO SPALLED CONCRETE : COLUMN SPALLED CONCRETE RUST STAINING AT FORM TIE HOLES REFERENCE PHOTO: CAROUSEL SUPPORT BRANCH RUST STAINING AT Design For BAR CHAIR HOLESRUST RIVERSIDE DRIVE PEDESTRIAN BRIDGE AT FORM TIE STAINING T IOWA AVENUE REHABILITATION PROJECT REFERENCE PHOTO: BOTTOM SIDE OF BRIDGE DECK AND WEST ABUTMENT CONCRETE REPAIRS SHEET: V.6 REV: 05/20/24 26'-3" k 10'-0" 10'-0" 10'-0" � 3 1 V.7 V.7 V.7 I a I 2 2 2 2 4 t (t3) NEAR SIDE SURFACE 0 0 L EX GRADE 1 SECTION V.7 NOT TO Sc= I 22'-0" 162'-3" NORTH BTWN BRANCHES II & III CAROUSEL SUPPORT --- BRANCH III CAROUSEL SUPPORT BRANCH IV ® BRANCH IV 84'-0" TnRUSTED BAR CHAIR HOLES_ _ - --u— - H - H o Co 4 4 SIDE 10 1 (f5) SIDE NEAR SIDE(3�_/ �/ I �'J SURF SURFACES I ° 4 _f1 (t10) SIDE FAR SURFACES SURFACE ° � Q� — a/ `J SURFACES (t2) SIDE t D (t9) NEAR t D SURFACE 4SIDE (f7) NEAR SIDE t D SURFACE G D 4 ° SURFACE G (t5) FAR ® BRANCH III I _cSP to a 2 BTWN BRANCHES II & III D D Z Z = 5 UNDERSIDE DECK & SUBSTRUCTURE CONCRETE REPAIR PLAN 1-17 scALS: 1/is" = 1'-0" 22z34 3CALE:1/8" a 1'-0" 5 4 _I L IX GRADE NOTE: NOT ALL INSTANCES OF KEYNOTE 1 SHOWN ON THIS SECTION FOR CLARITY. 2 SECTION V.7 NOT TO WAM CAROUSEL SUPPORT BRANCH II (BRANCH VI BELOW) — --`� BTWN BRANCHES I & II CAROUSEL SUPPORT BRANCH I (BRANCH V BELOW) ® BRANCH I ® BRANCH V D 1 0 SURFACES E (f8) NEAR t o V" SIDE SURFACE G D SIDE t S DE) FAR t (t8) FAR SURFACE D D SIDE EX o Q SURFACE o SURFACE LGRADE D (j 0 NEAR SIDE EX D p( 6'-0" NOTE: NOT ALL �f` �_/ SURFACE GRADE NOTE: NOT ALL INSTANCES OFINSTANCES OF GRADE FNOTE. NOT ALL KEYNOTE 1 SHOWN 6'-0"6'-0" ANCES OF I, � KEYNOTE 1 SHOWN ON THIS SECTION NOTE 1 SHOWN'I ON THIS SECTION FOR CLARITY. THIS SECTIONFORCLARITY. �31 SECTION 4 SECTION CLARITY. 5 SECTION V.7 NOT To sGls V.7 NOT TO SCME V.7 NOT 70 WAU Ot CONCRETE REPAIR: DRILL OUT TO 1' DEPTH, O3 CONCRETE REPAIR: REPAIR SPALLED CONCRETE. n CLEAN, AND SPOT PATCH ISOLATED FORM TIES AT LOCATIONS OF RUST STAINING 4 SEE SECTION 1/V.4 FOR CONCRETE REMOVAL &O OCONCRETE REPAIR: REMOVE CONCRETE AND BAR REPLACEMENT IN THIS AREA Design For CHAIRS TO 1* DEPTH AT AREAS OF RUST i STAINING. CLEAN AND SPOT PATCH SAME AREA. O I CONCRETE REMOVAL 8 RIVERSIDE DRIVE PEDESTRIAN BRIDGE AT s TAKE CARE TO AVOID FILLING WEEP HOLES AT R PLAECEMENTON N6�HIS R IOWA AVENUE REHABILITATION PROJECT VOIDED SLAB AREA OF THE BRIDGE - SEE ORIGINAL 1960 BRIDGE CONSTRUCTION PLANS FOR LOCATION OF THE VOIDED SLAB WEEP HOLES O SEE SECTION 4/V.4 FOR CONCRETE REMOVAL & a REPLACEMENT IN THIS AREA 0 0 71 • origin 8OO 5w-"gl CITY OF IOWA CITY PROJECT NUMBER CIP NUMBER S3978 CONCRETE REPAIRS SHEET: V.7 REV: 05/20/24 12'-0" 10'-0" .� SURFACE I 3 BOT SURFACE 0 3 NEAR SIDE SURFACE 3 BOT SURFACE I t (t11) FAR SIDE t (t8) NEAR SURFACE SIDE SURFACE \�(t25) ON NOTES: TOWER 1. REPLACEMENT AND NEW CONDUIT BOXES, AND LIGHT FIXTURES NOT SHOWN ON THIS SECTION FOR CLARITY. SEE SHEET V.5 2. NOT ALLINSTANCES OF KEYNOTE 1 ARE SHOWN ON THIS SECTION FOR CLARITY. i SECTION — BRANCH I v.s ,fir _ ,•_o 12'-0" 12'-0" 10'-0" v SURFACE ° 3 NEAR SIDE SURFACE 3 FAR SIDE SURFACE I 3 BOT SURFACE t (t11) FAR SIDE t (t6) NEAR SURFACE SIDE SURFACE FAR SIDE SURFACE SURFACE 3 BOT SURFACE I 0 3 NEAR SIDE SURFACE I t (f4) BOT t (f6) FAR SURFACE SIDE SURFACE I t (D1E1) NEAR SURFACE NOTES: 1. REPLACEMENT AND NEW CONDUIT BOXES, AND LIGHT FIXTURES NOT SHOWN ON THIS SECTION FOR CLARITY. SEE SHEET V.5 2. NOT ALL INSTANCES OF KEYNOTE 1 ARE SHOWN ON THIS SECTION FOR CLARITY. 5 SECTION — BRANCH V V.B 1/0- - 1•-0 NOTES: 1. REPLACEMENT AND NEW CONDUIT BOXES, AND LIGHT FIXTURES NOT SHOWN ON THIS SECTION FOR CLARITY. SEE SHEET V.5 2. NOT ALL INSTANCES OF KEYNOTE 1 ARE SHOWN ON THIS SECTION FOR CLARITY. 2 SECTION — BR ANCH II 12'-0" / 10-0" " SURFACE 0 I 3 NEAR SIDE SURFACE 3 FAR SIDE 73 SURFACE BOT SURFACE t (t8) FAR SIDE \\—OSIDE SURFACE (t9) NEAR SURFACE NOTES: 1. REPLACEMENT AND NEW CONDUIT BOXES, AND LIGHT FIXTURES NOT SHOWN ON THIS SECTION FOR CLARITY. SEE SHEET V.5 2. NOT ALL INSTANCES OF KEYNOTE 1 ARE SHOWN ON THIS SECTION FOR CLARITY. �i SECTION — BRANCH III V.e 1/w _ 1•-0 6 12'-0" TOP 3 SURFACE FAR SIDE 3 SIDE 3 SURFACE � \'t�}, SURFACE 0 I 3 NEAR SIDE SURFACE 3 BOT SURFACE I t (t7) FAR SIDE SURFACE \- t (t9) NEAR SIDE SURFACE NOTES: 1. REPLACEMENT AND NEW CONDUIT BOXES, AND LIGHT FIXTURES NOT SHOWN ON THIS SECTION FOR CLARITY. SEE SHEET V.5 2. NOT ALL INSTANCES OF KEYNOTE 1 ARE SHOWN ON THIS SECTION FOR CLARITY. i6—� SECTION — BRANCH VI v-o 1/0• _ ,•_o KEYNOTES Ot CONCRETE REPAIR: DRILL OUT TO 1" DEPTH, O CONCRETE REPAIR: REPAIR SPALLED CONCRETE. CLEAN, AND SPOT PATCH ISOLATED FORM TIES AT LOCATIONS OF RUST STAINING FAR SIDE SURFACE NEAR SIDE SURFACE SIDE SURFACE I t (t1) FAR SIDE SURFACE EX GRADE %i SECTION V.B 1�e• _ 1•_0 12'-0" 10 - NEAR SIDE SURFACE tt € ST- D D o SURFACE I - a BOT SURFACE 1 (t11) FAR SIDE SURFACE t (t11) NEAR SIDE SURFACE NOTES: 1. REPLACEMENT AND NEW CONDUIT BOXES, AND LIGHT FIXTURES NOT SHOWN ON THIS SECTION FOR CLARITY. SEE SHEET V.5 2. NOT ALL INSTANCES OF KEYNOTE 1 ARE SHOWN ON THIS SECTION FOR CLARITY. 4 SECTION — BRANCH IV V.e 1�e• _ 1•-0 D SEE SECTION 1/V.4 FOR CONCRETE REMOVAL & Design For OCONCRETE REPAIR: REMOVE CONCRETE AND BAR CHAIRS TO 1" DEPTH AT AREAS OF RUST REPLACEMENT IN THIS AREA RIVERSIDE DRIVE PEDESTRIAN BRIDGE AT STAINING. CLEAN AND SPOT PATCH SAME AREA. O SEE SECTION 16/V.4 FOR CONCRETE REMOVAL as IOWA AVENUE REHABILITATION PROJECT TAKE CARE TO AVOID FILLING WEEP HOLES AT REPLACEMENT IN THIS AREA VOIDED SLAB AREA OF THE BRIDGE - SEE ORIGINAL 1960 BRIDGE CONSTRUCTION PLANS FOR LOCATION OF THE VOIDED SLAB WEEP HOLES O SEE SECTION 4/V 4 FOR CONCRETE REMOVAL & REPLACEMENT IN THIS AREA origin 8OO sm-4491 CITY OF IOWA CITY PROJECT NUMBER CIP NUMBER S3978 CONCRETE REPAIRS SHEET: V.8 7 REV: 05/20/24 a U 50+10 664 664 662- 662 660 -- r � ri 660 n to m m 1 1 658-- - II JJ rc 00 Ld 8 18 658 656,-- M7N w c4 _ _ I 656 -10.0: I I 654 ko N Sri 654 i0 in to 652 - 652 650 __ _ 650 648 -_._. __. ___._.-- 648 -10 0 10 664 __50+20 -_ - 664 662 - - 662 SD °� 660 mrl- 660 CD'D I I 658 II J J all _ 0.. m 658 .;fV m fJ -10 0 10 50+30 664 as 660 fO--�-- 660 to I I 658 _ J c _w.__ 658 J h Lq ld tp N a 656 —�--L I 656 654 M 'o 654 CID 652 652 I 650 650 648 648 -10 0 10 ,a SEP 16 API 11= 8 664 _ 50+40 101 CITY 101,li 662 662 660 - a 660 658 658 JJ - q uj S O N coI I 656 ---- 656 --10.0: 654 - 654 652 652 650 - - - 650 648 - - 648 -10 0 10 50+05 666 666 664 - _ _ - ....._ _... 664 664 - 50+15 664 664 50+25 664 664 50+35 - 664 r z - - 662 662 - 662 662 662 a 662 i p _ L6 660 x uo 660 660 660- i3 660 660 -- 660 660 a Lo 1 1 I 1 I �._ 1 ! 658 658 N d' d' 658 658I O m m I "+ 656,.. J � 6S8 658 J—�—�—... :........J � � a. 658 1A Zj � �JV n �lpl J aM t0 N N m N O C4 wo, cj �11 a -10.0 I .85�0 8 7.4b, _.. 656 656 1_ 1.610 656 656 L 1 656 656 I L 1 1 — 656 656 - _ n n On n O M 654 n 654 654 �' N -1aa ? e (D m Lo Lo n -654 654 - -- --' - n 654 654 - 654 so ao m aSd� �o m n 652 652 652 - - - --652 652 652 652; - 652 i V V 650 _ _ 650 650 __650 650 _ 650 650 650 Y S 648 __._.—.. 648 648 648 648 - 648 648 - _ - _....648 zz -10 0 10 -10 0 10 -10 0 10 -10 0 10 HORIZONTAL SCALE IN FEET 0 5 10 DRAWING MAY HAVE BEEN REDUCED 0 r 5 W U p W � Z - W 2 W W m 2. U F � W > 0 U Z Q O origin 800 556-4491 CITY OF IOWA CITY I PROJECT NUMBER CIP NUMBER S3978 I CROSS SECTIONS - TEMPORARY SIDEWALK 1 I SHEET: W.1 I REV: 05/20/24 50+50 664 -_. -___ ____.664 662 __ _ 662 660 $..._-....___ _N —.. 660 658 1 1 1. I-- 658 rc J J N 656 I L idC4 656 - — — 654 -10.0 _ - 654 652I. - -- 652 650 - 650 648 - 648 -10 0 10 50+45 664 664 J n 662 L J 662 J 660 Of g - CNI 660 a CD CID 658 1 ! 658 a 3.cw L — 655.27 656 — L j 656 — — _ —10.0: 654 W C S -- 654 652 - V 652 V '- 650 -_ u i - 650 n 648 -. ...... .648 z -10 0 10 50+55 664 664 662 662 660� __ __ — _ _ N 660 3 658 J. K 654 654 652 550 __.... .......... _ -_- - _ - 652 650 648 -- - - 648 -10 0 10 HORIZONTAL SCALE IN FEET 0 5 10 DRAWING MAY HAVE BEEN REDUCED 0 w U 5 _• W � a z w � m < w UN S E P 16 A ! 1= 6 U2. F t t` Ci RIK � 0 � �I oriQ!ng. Soo &%-"gj I CITY OF IOWA CITY I PROJECT NUMBER CIP NUMBER S3978 I CROSS SECTIONS - TEMPORARY SIDEWALK 2 I SHEET: W.2 I REV: 05/20/24 0 r 5 U 0 HORIZONTAL SCALE IN FEET 0 5 10 z_ w DRAMNG MAY HAVE BEEN REDUCED w u2. m a U r Q K211 SEP 16 Ail 11= h9 F D 3 it LA 1IOWA � �! m10 0 10+40 664 664 10+20 10+30 664 664 664 664 co I I I I 652 1 0 652co as io o p $ n to 648 a 64 0 a N 64 6 a N N o_ N J s 63 i z 634 -.__.. 634 634 -- 634 632 632 j -20 n 0 -10 0 10 20 -20 -10 0 10 20 -20 -10 0 10 20 o����`�� 800 556-4491 CITY OF IOWA CITY PROJECT NUMBER CIP NUMBER S3978 CROSS SECTIONS -EAST SIDEWALK 1 SHEET: W.3 REV: 05/20/24 a 662 662 660 660 6581- 658 656 656 / 654 � N o O 654 m 65 o 650 B 848 g � .__ 646 4 -- — 644 2 / 642 40 840 8 -- 638 I I 6�------- --_ --- 636 662 --- --__- - 662 N n 658 � 658 - -• iq 656 N - � 656 654 � � — -- 654 o I / 652 I I J J � / 662 662 660 - 660 � 658 - 658 rc 7r 656 656 654 co 654 - 652 I I w�, I 652 650 650 I rn 648 � 648 / 646 846 644 644 O W U r 5 0 HORIZONTAL SCALE IN FEET it 0 5 10 Z w W IJJ m DRAWING MAY HAVE BEEN REDUCED - L)Z, Ena _ x � ! J F 3 � U "174 SEP 16 AH 11: 49 D ULERK 10 WA CITY, IMl ,, 664 10+50 664 664 10+60 664 662 __- _ B62 662 662 660 __ _ _ _ 1650 660 660 i 658 _ - 658 658 __,658 I K 656 _ -656 656 +01� a w C c4__..........---1656 w w QD a m ro m m m 654 I L 1 -654 654 j J rc _ � '8 8 J ppp- QQ 10 652 of Y _ m 1 652 652 _ _. ._ _ I I_ I I - - 652 /. SST SIDEWALK EEST SIDEWALK CROSS SECTIONS 650 / i I 650 650 / n s g 650 8In/ $ m m m 9 9 /co 646 j 648 648 -- _ .648 e / e 646 648 648 / / --- _ _..__ - 646 J / � 644 / / _. _. __ 644 644 -- 644 F 'a 642 .. ..._ _ 642 642 _.. _ --- } — 642 V V 640 _ __... 640 640— _._ 640 n C 638 638 638 _ __ __ _ _ 638 � I n I I c I i 636 636 636 -- ----- --- _ 636 V J >_ 634. _ _ _ ---- 634 634 __... __._ _ _ _ __ _ 634 J n Z c 632 _ _ 632 632 632 Y —30 —20 —10 0 10 20 —30 —20 —10 0 10 20 3 origin Boo sm-"gl CITY OF IOWA CITY PROJECT NUMBER CIP NUMBER S3978 CROSS SECTIONS - EAST SIDEWALK 2 TSHEET: WA REV: 05/20/24 10+75 662 - 662 660 660 - 658 658 L 656 656 o o - -J J -J r: r 654 ri iA 654 � Mj m 652 � 652 SEE WEST SIDEWALK CROSS SECTIONS 650 650 648- 648 / / 648 646 646 644 644 642 -642 640 - 1640 / 638 __ _.___-___ 638 536 -- ___ 636 - - -- 634 634 - - -30 -20 origin,,, 800 556-4491 -10 0 10 CITY OF IOWA CITY 10+90 vv� 009 662 662 660 -- 660 658 656 A + ._ ..... o 0 o CID 1 -- � � 656 656 — -+ -- --- J pJ pJpp M O 8 ri d 654 654 ----- 652 i ._........... 7SS 652 ST SIDEWALK SECTIONS 650 — 650 648 648 646 646 / 644 644 642 / - 642 640 832 634 20 -30 PROJECT NUMBER CIP NUMBER S3978 640 1 I- 638 636 634 -20 -10 0 10 20 CROSS SECTIONS - EAST SIDEWALK 3 U U � 5 0 HORIZONTAL SCALE IN FEET 0 5 10 = w m DRAWING MAY HAYF� BEEN REDYCED N2 a U Q F 3 �D ��Z�l SEA t 6 0 r SHEET: W.5 REV: 05/20/24 W U r 5 0 HORIZONTAL SCALE IN FEET 0 5 10 z w DRAWING MAY HAVE BEEN REDUCED -N a J = a r "tJs Ib AI]Jb� 0 lF �y��r �" I t 'r, t 0 11+00 -664 i �662 n mM 003 N b In t0 CD m m 1 I I I t 1 w w- — g ID � _ L 0 n SEE WEST SIDEW CROSS SECTIONS 662 660 --t __.._.._..._...._. ___ _ _.._....._......._..._ 660 656 _ _ _ , __._.._.... _ 658 In m m � I I 656 m $ g I656 654 _ 654 o_ 652 I '�� .H 652 / SII EW SEE WECROSS m LK ST 650 —} _ 650 / Y /v 646 __. _ 646 646 646 s a / 'a 644 /... _ 644 644 644 a u 642/642 642 ... - 642 n 640 ..._ 640 640 -- - --- - 640 n 1 I V 638 638 638 ____..._ __-. _.___._.__638 i s 636 i 636 636 _ — — f —-------1636 n a 634 _ _ _ 634 634 —30 —20 —10 0 10 20 —20 —10 0 10 20 orig�ngn, sOO 556-"91 CITY OF IOWA CITY PROJECT NUMBER CIP NUMBER S3978 CROSS SECTIONS - EAST SIDEWALK 4 SHEET: W.6 REV: 05/20/24 100+60 - 666 666 ---I 664 664 662 662 660 SIDEWA X AT n 660 TOP OF PS, SEE SHE 658 T S.2 I ---- 65 656- — — —I tu- ---656 654� -- -- m 65 652 ---- ----.._....._._..._.._.... 65 650 6 c w o __- -10 0 100+55 666 Y 664 J :9 Y v a 662 YJ ? N 660- _..'. m SIDEWALK AT TOP OF STEPS, 1 1 SEE SHEE S.2 ar 658 4 ? C4 m 656 654 --... ci t I m V � 652 _-..—.__._..._—_.___....._..._...... 0 0 Y s 650 -- i z 11 i 648__. -10 0 n� D origin g., 800 556-4491 100+69.49 B 658 --- o O¢- �... 658 In fV m 6 656- I - 656 4 654 0 0...._—._ 654 In In Lo L m 2 552 652 50 650 650 100+81.94 O W U 5 m w w HORIZONTAL SCALE IN FEET Z 0 5 10 z w w �2 DRAWING'MAY HAVE BEEN REDUCED J 2 100+90 < 101+00 868 668 ____ 668 668 � 0 -LP 16 Ai p 11: (1 7 000 66s 666 664 66 662 662 660 m 1 I 1 658 J P10 - 658 CID C%l 656-- I I 654 --- 654 652 - 652 650 - 650 I 648 646 648 648 10 -10 0 10 -10 100+65 668 666 664 662 - 660 SID TOP SEE 658 656 654 652 B50 648 666,----._.. 666 4 664 664 662 662 N N N tl 660---.......___..-__.__..- 660 I I I 650---- J 658 O M V44C40656 —656 ....--654 ___........_...n 654 648 648 -.-.- 0 10 -10 0 100+75 100+85.73 uuo vvo 666 666 664 664 662 662 660 � � � 660 I I 1 658 - 658 d C 656_ -_ — 656 I 654I - 654 652. - 652 650 650 648 10 -10 0 10 -10 0 CITY OF IOWA CITY PROJECT NUMBER CIP NUMBER S3978 668 668 666 666 664 664 662 662 0 0 660 660 EWALK AT o OF STEPS, SHEET S.2 I 658 - 658 tV N m 656 — — - — 656 654Ln - I 654 � U) 0 m 9 'a (a652, m 652 650 L 650 648- 648 10 0o0 000 666 666 684 664 662 662 b g 660 66 I I I 658 lr_..----._.__. 658 cl ro 656— — I 656 654 - N on 652 652 650 650 666 666 �tt 664' tO'vly, 664 662 662 66D" $ 660 m I I I I 658 gyp' -1 0 pp 658 O � tp •iq ' (a N P 656 __ - n L m I-1147Q 4-1 _ -I 656 -100.0: 654 o mo 0 654 co CD w m 652 - 652 650..._._..................._--..._...._......_.. _ 650 ewv awe -10 0 10 100+95.89 00 0 660 - 660 m fO I I I 656 J t - 658 2.6W L - 656. m L I I 656-_ — — 656 54 854 0 ro - 654 m m to 652 - -- 652 650 - 650 648 648 648 648L---- -, 1648 10 -10 0 10 -10 0 10 CROSS SECTIONS - WEST SIDEWALK 1 SHEET: W.7 REV: 05/20/24 100+81.94 O W U 5 m w w HORIZONTAL SCALE IN FEET Z 0 5 10 z w w �2 DRAWING'MAY HAVE BEEN REDUCED J 2 100+90 < 101+00 868 668 ____ 668 668 � 0 -LP 16 Ai p 11: (1 7 000 66s 666 664 66 662 662 660 m 1 I 1 658 J P10 - 658 CID C%l 656-- I I 654 --- 654 652 - 652 650 - 650 I 648 646 648 648 10 -10 0 10 -10 100+65 668 666 664 662 - 660 SID TOP SEE 658 656 654 652 B50 648 666,----._.. 666 4 664 664 662 662 N N N tl 660---.......___..-__.__..- 660 I I I 650---- J 658 O M V44C40656 —656 ....--654 ___........_...n 654 648 648 -.-.- 0 10 -10 0 100+75 100+85.73 uuo vvo 666 666 664 664 662 662 660 � � � 660 I I 1 658 - 658 d C 656_ -_ — 656 I 654I - 654 652. - 652 650 650 648 10 -10 0 10 -10 0 CITY OF IOWA CITY PROJECT NUMBER CIP NUMBER S3978 668 668 666 666 664 664 662 662 0 0 660 660 EWALK AT o OF STEPS, SHEET S.2 I 658 - 658 tV N m 656 — — - — 656 654Ln - I 654 � U) 0 m 9 'a (a652, m 652 650 L 650 648- 648 10 0o0 000 666 666 684 664 662 662 b g 660 66 I I I 658 lr_..----._.__. 658 cl ro 656— — I 656 654 - N on 652 652 650 650 666 666 �tt 664' tO'vly, 664 662 662 66D" $ 660 m I I I I 658 gyp' -1 0 pp 658 O � tp •iq ' (a N P 656 __ - n L m I-1147Q 4-1 _ -I 656 -100.0: 654 o mo 0 654 co CD w m 652 - 652 650..._._..................._--..._...._......_.. _ 650 ewv awe -10 0 10 100+95.89 00 0 660 - 660 m fO I I I 656 J t - 658 2.6W L - 656. m L I I 656-_ — — 656 54 854 0 ro - 654 m m to 652 - -- 652 650 - 650 648 648 648 648L---- -, 1648 10 -10 0 10 -10 0 10 CROSS SECTIONS - WEST SIDEWALK 1 SHEET: W.7 REV: 05/20/24 I 648 646 648 648 10 -10 0 10 -10 100+65 668 666 664 662 - 660 SID TOP SEE 658 656 654 652 B50 648 666,----._.. 666 4 664 664 662 662 N N N tl 660---.......___..-__.__..- 660 I I I 650---- J 658 O M V44C40656 —656 ....--654 ___........_...n 654 648 648 -.-.- 0 10 -10 0 100+75 100+85.73 uuo vvo 666 666 664 664 662 662 660 � � � 660 I I 1 658 - 658 d C 656_ -_ — 656 I 654I - 654 652. - 652 650 650 648 10 -10 0 10 -10 0 CITY OF IOWA CITY PROJECT NUMBER CIP NUMBER S3978 668 668 666 666 664 664 662 662 0 0 660 660 EWALK AT o OF STEPS, SHEET S.2 I 658 - 658 tV N m 656 — — - — 656 654Ln - I 654 � U) 0 m 9 'a (a652, m 652 650 L 650 648- 648 10 0o0 000 666 666 684 664 662 662 b g 660 66 I I I 658 lr_..----._.__. 658 cl ro 656— — I 656 654 - N on 652 652 650 650 666 666 �tt 664' tO'vly, 664 662 662 66D" $ 660 m I I I I 658 gyp' -1 0 pp 658 O � tp •iq ' (a N P 656 __ - n L m I-1147Q 4-1 _ -I 656 -100.0: 654 o mo 0 654 co CD w m 652 - 652 650..._._..................._--..._...._......_.. _ 650 ewv awe -10 0 10 100+95.89 00 0 660 - 660 m fO I I I 656 J t - 658 2.6W L - 656. m L I I 656-_ — — 656 54 854 0 ro - 654 m m to 652 - -- 652 650 - 650 648 648 648 648L---- -, 1648 10 -10 0 10 -10 0 10 CROSS SECTIONS - WEST SIDEWALK 1 SHEET: W.7 REV: 05/20/24 O M V44C40656 —656 ....--654 ___........_...n 654 648 648 -.-.- 0 10 -10 0 100+75 100+85.73 uuo vvo 666 666 664 664 662 662 660 � � � 660 I I 1 658 - 658 d C 656_ -_ — 656 I 654I - 654 652. - 652 650 650 648 10 -10 0 10 -10 0 CITY OF IOWA CITY PROJECT NUMBER CIP NUMBER S3978 668 668 666 666 664 664 662 662 0 0 660 660 EWALK AT o OF STEPS, SHEET S.2 I 658 - 658 tV N m 656 — — - — 656 654Ln - I 654 � U) 0 m 9 'a (a652, m 652 650 L 650 648- 648 10 0o0 000 666 666 684 664 662 662 b g 660 66 I I I 658 lr_..----._.__. 658 cl ro 656— — I 656 654 - N on 652 652 650 650 666 666 �tt 664' tO'vly, 664 662 662 66D" $ 660 m I I I I 658 gyp' -1 0 pp 658 O � tp •iq ' (a N P 656 __ - n L m I-1147Q 4-1 _ -I 656 -100.0: 654 o mo 0 654 co CD w m 652 - 652 650..._._..................._--..._...._......_.. _ 650 ewv awe -10 0 10 100+95.89 00 0 660 - 660 m fO I I I 656 J t - 658 2.6W L - 656. m L I I 656-_ — — 656 54 854 0 ro - 654 m m to 652 - -- 652 650 - 650 648 648 648 648L---- -, 1648 10 -10 0 10 -10 0 10 CROSS SECTIONS - WEST SIDEWALK 1 SHEET: W.7 REV: 05/20/24 648 10 -10 0 10 -10 0 CITY OF IOWA CITY PROJECT NUMBER CIP NUMBER S3978 668 668 666 666 664 664 662 662 0 0 660 660 EWALK AT o OF STEPS, SHEET S.2 I 658 - 658 tV N m 656 — — - — 656 654Ln - I 654 � U) 0 m 9 'a (a652, m 652 650 L 650 648- 648 10 0o0 000 666 666 684 664 662 662 b g 660 66 I I I 658 lr_..----._.__. 658 cl ro 656— — I 656 654 - N on 652 652 650 650 666 666 �tt 664' tO'vly, 664 662 662 66D" $ 660 m I I I I 658 gyp' -1 0 pp 658 O � tp •iq ' (a N P 656 __ - n L m I-1147Q 4-1 _ -I 656 -100.0: 654 o mo 0 654 co CD w m 652 - 652 650..._._..................._--..._...._......_.. _ 650 ewv awe -10 0 10 100+95.89 00 0 660 - 660 m fO I I I 656 J t - 658 2.6W L - 656. m L I I 656-_ — — 656 54 854 0 ro - 654 m m to 652 - -- 652 650 - 650 648 648 648 648L---- -, 1648 10 -10 0 10 -10 0 10 CROSS SECTIONS - WEST SIDEWALK 1 SHEET: W.7 REV: 05/20/24 10 0o0 000 666 666 684 664 662 662 b g 660 66 I I I 658 lr_..----._.__. 658 cl ro 656— — I 656 654 - N on 652 652 650 650 666 666 �tt 664' tO'vly, 664 662 662 66D" $ 660 m I I I I 658 gyp' -1 0 pp 658 O � tp •iq ' (a N P 656 __ - n L m I-1147Q 4-1 _ -I 656 -100.0: 654 o mo 0 654 co CD w m 652 - 652 650..._._..................._--..._...._......_.. _ 650 ewv awe -10 0 10 100+95.89 00 0 660 - 660 m fO I I I 656 J t - 658 2.6W L - 656. m L I I 656-_ — — 656 54 854 0 ro - 654 m m to 652 - -- 652 650 - 650 648 648 648 648L---- -, 1648 10 -10 0 10 -10 0 10 CROSS SECTIONS - WEST SIDEWALK 1 SHEET: W.7 REV: 05/20/24 666 666 �tt 664' tO'vly, 664 662 662 66D" $ 660 m I I I I 658 gyp' -1 0 pp 658 O � tp •iq ' (a N P 656 __ - n L m I-1147Q 4-1 _ -I 656 -100.0: 654 o mo 0 654 co CD w m 652 - 652 650..._._..................._--..._...._......_.. _ 650 ewv awe -10 0 10 100+95.89 00 0 660 - 660 m fO I I I 656 J t - 658 2.6W L - 656. m L I I 656-_ — — 656 54 854 0 ro - 654 m m to 652 - -- 652 650 - 650 648 648 648 648L---- -, 1648 10 -10 0 10 -10 0 10 CROSS SECTIONS - WEST SIDEWALK 1 SHEET: W.7 REV: 05/20/24 -10 0 10 100+95.89 00 0 660 - 660 m fO I I I 656 J t - 658 2.6W L - 656. m L I I 656-_ — — 656 54 854 0 ro - 654 m m to 652 - -- 652 650 - 650 648 648 648 648L---- -, 1648 10 -10 0 10 -10 0 10 CROSS SECTIONS - WEST SIDEWALK 1 SHEET: W.7 REV: 05/20/24 648 648 648 648L---- -, 1648 10 -10 0 10 -10 0 10 CROSS SECTIONS - WEST SIDEWALK 1 SHEET: W.7 REV: 05/20/24 666 101+09.W 666 664 664 662 F m 660 Lo t0 I 1 658 8 N 01 M ri co ci r- LlI L — _ 656 -100.0: Lo to 654 m m ta 652 652 650E -- 650 648' - - 648 -10 0 10 101+06.59 666 666 664 J 7 _..._ - 664 C J 0 662 -- 662 e J 660 - 9560 0 ui Lo I I I I c 658'..................._..�_� 658 V t Q LLi N to ui r+i 1 of 11 656 _ I I- I - 1656 -100.0 n 654 m 0 I - 654 c � � V � 652 i 652 i >_ 650 650 i c r 648L-..._....._._.._..--------- 848 3 -10 0 10 origin , 800 s.%-"gl 101+20.92 000 664 bbb 664 662 -----662 660 to cli 660 0 Lo 658 m I - 658 J O Q 656 4,& 1 654— 654 652 652 650 650 648 c�c 648 c�c -10 0 10 666 101t15 666 664 664 662 662 660 LQ - 660 uui 0 658 - I 658 3.33' L - 655.5 n 19 656 I_ — _ 656 19.8:1 654 � ---.�._-.._.._._._.._..__.. o 654 0 0 652 652 650 650 648 648 -10 0 10 CITY OF IOWA CITY PROJECT NUMBER CIP NUMBER S3978 ��� 101+30 SEE I 666- 664- 662 660-- 658 SEE EAST SIDEWALK XSEC SHEETS 656 652 646 -10 0 10 101+25 W U 5 D w w HORIZONTAL SCALE IN FEET i 0 5 10 z w w <2 DRAWNG MAY HAVE BEEN REDUCED cn = ice. 101+40 0 666 ?M SEP 16 AID 11: L 9 664 !,( i Y l:L,-ti[ -- 0Y11AA ii Y. 1Q ,11!� 662 660 lgd o I 658— - 658 SEE EAST SIDEWALK J N b XSEC SHEETS g 656 - 656 654 ' _ ' I f 654 O N N v 652 —--- +-652 650 650 648 - 648 646 - 646 -10 0 10 101+35 666 666 666 664 664 664 662 662 -- 662 O t0 Lo o I com 1 _ _............._�____._ _ 658 658 I It 658 SEE EAST SIDEWALK j u') cr XSEC SHEETS rti g 656 656 _. _._QD ri 1-656 1� -- 654 654-� .__ I I f 654 Ln - 652 652 652 650 650 650 _._ ............. 648 648 ----I 646 646 646 -10 0 10 -10 0 10 CROSS SECTIONS - WEST SIDEWALK 2 SHEET: W.8 REV: 05/20/24 101+50 666 666 666 664 - 664 664 662—_ _.--_ ___..... ...... .... __ 662 662 660 -- - 660 660 SEE EAST SIDEWALK fO XSEC SHEETS N 9 658 }- ro �—T -...._ 658 658- I K SEE cl t �A c2 656-- ri m-id--.._____ 1 656 I cwl , we I •2 0• 1 - 654 652 (---- O --654 652 650 648 - 650 648 c n c Rlfx -10 0 101+45 666 —T- 660 i_ SEE EAST SIDEWALK O N XSEC SHEETS 658 Y 654 N N _ 652 ...._ QD 0 _ _40 s o I 650- ._ N s 648-- 6 zz x 646 -10 0 origin, 800 556-4491 i< 101+60 ! N- 660 CIDfO _ 658 I I � 10 -10 0 10 101+55 666 666 666 664 664 664 662 662 - 662 660 660 f n 00 660 p N n m I —�-658 658-__...._......_...._ _- I I � 658 SEE EAST SIDEWALK -j A XSEC SHEETS -8 ` g A 656 656 -. _._......y,1.__ ej—_..._______.._.... i 656 • Imo— L � -- --654 654 / 654 652 652 --- - 652 650 650 _ 650 648 648 __ _..__....... 648 - 646 646 646 10 -10 0 10 CITY OF IOWA CITY PROJECT NUMBER CIP NUMBER S3978 0 W U 5 � �w HORIZONTAL SCALE IN FEET Z 0 5 10 z w w m DRANING MAY HAVE BEEN REDUCED>' N2.5 x 101+70 u 'a 101+80 666 666 0 666 - 666 � 0 z- SEP 16 AN is 49 664 664 664- - - 664 •3 CLEF fti 662 CITY�' 662 ---- Y. 662 662—- - 660 - - 660 660 - 660 coN p sui o Sd n m 658 1O w 658 658 - 658 SEE EAST SIDEWALK i c4 w SEE EAST SIDEWALK XSEC SHEETS Ld o m XSEC SHEETS J co it 656 g � `r - 656 656 _ - 656 pi L I h— — _ L :1-- - 654 654 654 __ _ 654 / I I — ' 0) 0)O �NIy 6 SD 652 In m ' - --- ------652 652 Ed - --652 650 l 650 650 650 648 -- --t-- --648 648 _ _ —646 646 646 646 646 -10 0 10 -10 0 10 101+65 101+75 666 664 662 660 658 SEE EA! X 656 654 652 650 648 646 -10 0 10 V� CROSS SECTIONS - WEST SIDEWALK 3 SEE EAS' XE V'V -10 0 SHEET: W.9 666 664 662 660 658 656 654 652 650 648 646 10 REV: 05/20/24 v c_s J �1. I Q . t P ' LA Q DETAIL PLANS REDUCED IN 'SIZE DO NOT SCALE PART dF CITY OF IOWA CITY r LAYOUT SCALE: 41NCHES- I MILE STATE OF IOWA STATE HIGHWAY COMMISSION DESIGN FOR PEDESTRIAN OVERPASS; PRIMARY ROAD SYSTEM - PROd>SC'><' NO, U- 9 (8) JOHNSON COUNTY MARCH 1960 ' * FOR INFORMATION ONLY DESIGN NO. 4259 STA. 49t 37.59 LT.3' AT INTERSECTIQN OF IOWAAWE,L U.S"B 5U:S:215 SECTION NO.9 LUCAS TOWNSHIP DESIGN FOR a PEDESTRIAN OVERPASS WITH SPIRAL RAMP ESTIMATE OF QUANTITIES M ITEM TOTAL GoTiOra+ra 249.2 Cu-Yds. d � Rain�orCin Si -¢al 6 693 Lbs. 10 BP.45 Furnish s22 Lin.F+ 4 ° S}aal Pil;n Drive 522 Lln F} t EP•e.avct%lor+ Class 20 279 Cu.Yds. + Class 21 51 Cu.Yds. n J Class 22 vi Cu.Yds C Ri id 8i¢¢1 Conduit- z95 Lin.F{•. Ri..ar br;dcga MOd*%V%c*}ion Lump Sum Alumirwm I+and Rail i21 Lin.Ff. 15-tarLl viand P-dil 2l Vn.F-} QIR.lb. RAT{ I.If6l. RO. ♦iAR �NIR� e IOWA *. 1:- z 1.E12 SEP 16 AM 11 : t_l 9 ' I '.. $859 STA. 201 t 75 TO OE51GT7N- ' OSTA 20 5 t 25 1,148VON NO. 9' LUCAS TOWNSHIP Tr 35O'TREATED TIMBER RETAINING WALL In ESTIMATE OF QUANTITIES sT ITEM TOTAL .Terse+ad L.urnbar 5,G40 F a M Rimin'Parcinci Wrccl all Lbs. ° Conar¢+m L.2 Cu.Yds. S}rur-}ural ${¢¢{ 441 Lbs• t Eucavni*;on Class 20 TO Cu.Yds. 4- d Q r noVal o$ FXisi'in Fluor¢ Lump Surn 1 r¢os0i¢d Pikin 8400i Com 22' I,OSo Lln-fir. s DESIGN NO. '3460 STA. 4t46.8 SECTIONS IS S IB LUCAS TOWNSHIP 10 X 5"X 80=0' REINFORCED CONC. BOX CULVERT WITH INTAKE. ESTIMATE OF QUANTITIES 0 ITEM TOTAL Conora}¢ 110.8 Cu.Ydp. -r O 12rsir1-'Orclrl 5}aal 10 601 Lbs. cr C E fcOvn+ion Claps 20 177 Cu-Yds. + Hor+drell 1'1%Gos Pips -57, IOi Lbs. d � IZ¢..,oval of E><isi'lrl S+ruc�urc l.um Sum i Haulin and S+Orin Si-curiural 5i-ccl Lure Suvn A horl-P;, Fcdaral Funds. SPECIFICATIONS: All moicrial and wli-6 Iowa 5i•a+a Highway carr+.niprlon Sbondord SPeciCica�ione• Series 1g(b0 Plus cure¢.,} epacial provisions. Purn:sh¢c1 b. j VM2 5taT2- O¢c cacn¢r0I Noccs. I APPROWn rJ t¢ /yG e CHIEF ENGINEER .. DAT[ IOWA HIGHWAY COMMISSION OEPARTMEHT OF COMMERfi - BURFAU OF PUBLIC ROADS APFROYFD DISTRICT ENGINEER DATE i a•/, .3 t q60 JOHNSON COUNTY PROJECT NO. U.9 Cs) Fia NO. 151�0 b FILE NO. 20600 rj El. G9?.85 PI,Sta. 1413+51.59 E%. 694.48 —PC. !FM3.148+98.59 MD.- 1.03 10G, V.C. lt.Colurnn O�CcAlu­rrvn---- Q Column Gr. EI.(2Si.0G Gr. a1.G9I.87 Gr: Et. G92.BS MMM= 11'-'1u 7 4 2A•.O-i'rzxel 36.1' A-Bottom of i! Ei Q.75.8 S.05.1 h—5C&brn oi footing S1. G4.00 o. G'l G3 t 0i iooi-inq El. .60 _JEI. j- _LLB, Bo-V+orn a+foa+ir%S MAG3.63 Line St. CISR GO ELEVATION Qt J ?Llci .4 1+ S5 E�E"CVit MARje-: t4eal Sim. J+-7,55,-7 44! L*. o+ Movv� Ave-,Univ- o+'Low= B.M. Conc.A&on. E1.G7S.5 Ei 1209a.00 cl�-- C(Aun-n •Iliuiiriiu�lluiHil G90 ro so IOBP Ir U u ZB6'r+0M of ioavi(n LBOttorn offbot-nl J- el. GG5.90 al.GG3.-13 q--- Iowa Ave. l—Bai+om 04 f6cirltrin9 tf- Newian leocid Slca.48459.40tAo+z on -StC1.00-1-00 jahZe,+ Nq a .v- U.5. Q and ale e) U ry a !bta.150+05.150 ".1. eSt tick SAn. 49+W 11ppo lull- 7— Role 4:.W.Abut BColumn d-colwmn a-COVU rt lu rw 34,- eftJ48+40.3+ S•ta.148FGG.59 5te.W 9.59 P ru R R 0 r 0 stltok -N" !bv It 4-47­7----� -4--- ------------- T.41\2 Sta.alonq Bridge ciqz 14 +57.5-9 Frame. NQZ In d-O C. W-/ fr •? 1 0 '-0 ilevL vilzv -0 CarM lever _ 84l-0 22!-o CaniLlever SITUATION PLAID zcae. 1"'I0-o FOR INFORMATION. ONLY `V -%Ara' ISO-Va2.80 45.15, Lk: "Ole,A11 it S-Itn. wey eurfooeml. Surface Si. G80. I Geo stiff Slit, caY �I 5vi"W'vk'j Clay. CM.A.0ccasior4a G-75 lf"A& ofumeeto-z. 5tift 5ilt-j C". An Occasional Brolmn U-nestom In'N"N Q .pi ece ai 1Jmef.A'Qv1%. G'TO Hard Lirnes%ne' An 00=4ioriciil -A- 14A4-67 -Tes+ "o\qtAL4Zta. 149+ 9 S F-1. G-7123.6 ru surface 'El. G-TG. G 690 Dj > __ rTM Q Stiffsit-v+ Val. '-Rl 5rat=n Ummetw�a inSihCls. :0 r G0 sqI" ' IhirLojersat Uneekarr- t Pia. v =or-17Slight. Limestone in Clay. G65 0 1z­nt— V"511� q* vOra Limestone. TM 5T'T9Fiff FLN. Soma Stiff r-M. i G'70 t. 0 A Large Amount of =W slabs of Limestone7 unw%+One - 1-: F%%%. lit 665 Bi-oken Umesivne And ll 660 occcraiomk Picce cd bi�ll` Fill. Thin Layer-s of of Occasional Piece of Limestone. cam Medium Bard Limestone. 'Hard Umes-Vone. 645 "Glatr--I.G50.5 N!,M+ Hole El. G'Sa.r. 18o4t. Hole El, G45.5 SOUNDING DATA. Dated 5-2-a- 59 LOCATION: Iowa City, Iowa C Jo�-inson oun" At Intersection of MW40 Ave. e, U.5. G t'pal a Design For ZS-T'xB' Over U.s, G t, ala PEDESTRIAM OVERPASS W ITV4 SPIRAL. RAMP Section 9 - PLAN 51TUIAnow T-19-N P--G-\N Lucas -r\Np to5ricige --fVa+ion 49+37.59 L+.S P r0i er-i- M J01414SION COUNTY Iowa Si-aie Hi-qh\Na%j Commission sbeei- I of 15 CR055 SECTION AT t-- OF FRAME NQ2 SM /46r4a34 .� o/urrin it NEJ✓rON gOAV 1 ' SEP 16�ti" ll t9 l '! -PreJen/ Scwcr /o be r¢/oeailed by oilers 7.0 FIBER TUBE (VOID5) NOTES: The flber- tubes used to form voids for Fromv. W ?- shall bL -u¢ath¢z' rage an�-1 ino+R+fihee {nbegcis manufactured by sonoco Produc+s Co. HartsvUla,,SouthCaroli� or•DesiairiecsCalucnnNkeuldCv.fhimq;Ilf�orapRcav�tdvrfiiai. ��`�, The outside suri-oc¢.s shall be water Proofed andi•h¢ ends of the tubes shall be covered with suitable designed metal, plywood or fiber caps uwhich shall be made mortar tight and waterproo+ed. Fiber tubes Shoji have on outside diameter of 8' and a Wall thickness of .200' and shall be •furnished in sections of lenclths specified on Plans. The 6ections will be spliced by -fast¢ninq them together with an inferior sleeve and rubber -tape 6r other approved method that wi A hold the e¢etions in their proper position and provide a Waterproof joint. Wrap holes shall be provided as indicated and specified on the plans. The tubes shall be accurately located in positions indicated on+he plans and shall be posl*Wely or`iehared and fixed in these positfgns. Anchors and ties shall be so designed cis -to leave, o minimum of metal or other supporting n naterial exposed in the bottarn at the finished slab in completed structure. De+ails of -proposed anchorage and ties shall be submitted to the Engineer for approval before work Is started on s From¢ N Q. The controctor shalt exercise extreme. rare in the, placement of the concrete around the voids. =•n order to insure Proper Ptac-emen -i -i'hie concrete shall be placed in +hn tower six tenths(0.G) of the stab/ vibrated and allowed to settle a short time before theconcr¢te isPlaced in the upper flour tenths (0.4) of +he slab. The concrete. shot I be placed in the Upper four tenths(0.4) whi le +he eonr-Mt¢ in the lower(O.G) is sti 11 plastic . enough to permit inter -mixing of the Two lovers by vse of+he. vibrator. Void tubes shall be stored under Coves and kept off damp ground surfaces until ready to use. They shall not be stared on the job for an excessive time. Void tubes in place shall be protected from weather until concrete is ready to be. placed . Damaged tubes shall be replaced at the Contractors expanse. payment for furnishing, placing and anchoring tubes in place and other incidental expenses, shall ba included in price bid for concr¢�e. The volume. occupied by the voids shall not be included in +he. volume of the concrete. n u'-G Sto. d8•55-00 U.3 6 f Zld 5io. o - oo IL Iowa Ave. 5ta.46t59.40 U.S. Co Zi8 S}a. 0+00.00 t- NevUton Road I / I I % I / I ROi//J /a be l wr"Or.-I / /a her¢ by o/fier s. °22 , 3.o L 49 9+37. S9 JM /49*40.59 q0Irt Frame °2 JU 421 Sb• /on ver /49►375, ZRO Sfa. o • 9/.5r Along Iowa Ave. r,5fa. /So' 2Z.60 Alonq Pedd3tri2n Overpass IOWA AVENUE / GENERAL MOTES: This bridge is designed for GO Vbs. per ScL+t of walking surface for live load. id¢walk is to All reinforcing staei is +o be securely wired in poai- -45 be removed to tlon before concrete is placed. All exposed corners here by others. so, or sharper are to be f i Ilet¢d with a 34" dres%ed and beveled strip. The minimum clear dtT-+ano2 _ from face, of eoncret¢ +a near min+orcinq bar - Is to be la unless otherwise shown or noted. ' F %/' Picr• Manhole to be removed by of ." WHII am 23' 2�2 ' \ 17= 1 Sro/So\Sao �1 \\ 1 present sewer to be relocated by 1 PraoosedSewrr \\\ `i by ethers. \ \ t 1 \V\ 11 ` GENERAL PLAN_ ;— Scv12: V- 1'-0 36'-G TOTAL ESTIMATED OUAMTtTICS I+-2m Unit W. Abu- . Fromeh° t FrameVlea Sti?uap �ri N. Pier Ta+al Concrete cY, z2.9 88.8 tae-b 10-7.1 3.G 299.a Rxinforcin ei-omi lb i'_,5a6 4:775 ao,053 4G,84ro 5817 -Zeal- 85,G95 IOBP45 StwlPilin9 Furnish t•t' SC.i4°ZO 1Z96 8@7,4=2."iz S14 E2z Orive L.F Sed4=T0 BeIZ=SG IbP.11=Z7Z 4e21-84 52D Fx.rAvation Class P-0 c 20 35 143 G9 l2- 2.T9 Excauo+ion Class at c.y. 51 51 .Excavation Class ?- a• it It f2i td St¢e1 Conduit- L.F. ?�5 2iuerBridgeModiffcattbn L.S. Lump Sum A'luminurn Rand ZOO LF. TZl St¢¢I Hand Rail�Attamate) L.F 7i'_l The coarse aggreqates for concre-te is to comply with AASftO Standard si3e N4GT as shown in Zowo State Highway Commission Standard Spp¢¢��tfieations , Series of 19 GO, Ar+icle 4-i15.OG. f, for all con- 7 ere+e shalt be 3500 psi at 2f3 doys. Excavations -for foundations ore ossunwd from the existing ground line. Utilities are to be relo- eoted by others. It is assumed that the steel piling will be driven to pbini- bearing on rocte, but- in no ease, shall -the bearing value be less than 3ltons by formula. The falseviork is +a be removed wrrom Frame ;i Ns 2 before Frame N' 1 or i h2 ramp Is. Poured. The tolsework supportin the cantilevers of Rome Ns 1. and From¢ N4. 9 are to be nmmoved PPrior to the removal of falsework supportingq falsework is to be r¢ml }he. canter spans, No from any portion at abutmen+ can+ileverbefore Jacks 1 the antirk abutment is completed. and/or o Wedges of falsework are not to bereleosed . ' until 24 hours after concrete has attained a ri stren9+h of GOO psi as det¢rmfned from beam tests made by the Engineer. The -falsework _ o su porting Frame#b2. rs no+ to be rzrnoved un it the backfi115 of bo+hfootings are in d plai;e. The walkway surface o+ this bridge is to be ip �l finished in accordance wi+h Article 2$11.050 o of the Iowa Highwc Commission Standard Specifications, Seri¢ 04 f960, with +he. ex- n1; i� en.p+,on the} the surfer¢ shod not be marked into square block%. Red tines on tracings and faint lines on prin+s indicate existinq structures. Design Stresses for Bandingi iZ¢inforcinq Steel ZO,000 P.sl. Structure{ Steel 18,000P.s.t. Concre+e 11,4,00 p.s.f: Class 3 aggregates are, not to be used in +he concrete. FOR INFORMATION ONLY SPECIFICATIOW5, DESIGN: AAsRo Series 1957, CONSTQUCTION: Zawo State Highway Commission Standard sp¢c0ficat1ons, Series 19GO , plus current Special Provisions. Design For 3S7,'Ab, PEDESTRIAN OVERPA55 WITH 5PIRAL RAMP GENERAL PLAN &-Bridge Station 49tS1.59 Lt,3' Project N= U-9(8) JOHN50N COUNTY Iowa Stag Hi9hwa-j CommiSSion (/ Fe,bruar 19G0 Shea.+ 2 of Iss. I Design H° 42.59 Johnson County File. N= Z0800 Designed by: 5.Z Traced by:. Cheekacl b.i: y}I-4 P k 4--W. Abut Br-9• St-o. tA-zi-Z0.34- Grade M. G90.d4- G-Grnde Wine; wall 01.01+aP E1.G90.7N AllOT Gf2--\ .4e1 u � o' C 63 a a 8-c BENC" MA;aV--' N'2.1 St a+ion I +_15.70 40' Lt. of IowaAus. Univ. o+Ialva B,M.conc.mon. El G7" 4bl -4C 4bt Min- l`-O Gr:B. G9Q75 5ymmetri CC 8'-G Cantilever Z` 3'-O about ¢ i?aadwa� O sp. @ 9 for 4 bl f, 4o G 3' p-p` a e a TYPICAL 8dct t6 4cr +3.0-15'T Gn 1 /Pzrmissi 61e / ConstructlonJt STIRRUPS Gal 4a5 4b1 -4ez �1 . - 4¢1 d w ' 4b3 L 4aY s I N B 4�' a i �iiala DETAIL. C Coat i v nsiTue+ion Drip gr Gob It in+ C13and in fald) (r4P.) + cal p I Wire bare 4a r j ' together t✓ f �J, I l I ME BMW — maim —Piling µatcil2sfor med, by beveled ti bx 10 Y. l`-O T*F 59a 0 toe *_ LONGITUDINAL SECTION _ -E1.679.41 Scale,l -I,-o HALF SECTION B-� AND HALF FRONT HALF REAR ELEVATION ELEVATION (Aluminum Handrail Not- Shown) W.Abut.Brg- µavc.bgsjormed b-( I>aveled Zxl0x2'-O 6a4 CON -PLACEMENT QUANTITIES Foo+in 7.7 c- Fpackwail Can+- Slab Above Cons}r, Jt 5 9 ey Win Wolls 3.3c. Pole Base o.3 Backwall bQIMN Cons+r. J4: 5. 7 G 22.9 e. 9" D ia. Ground i-od7 aocinc� PLAN Copper ground. ialvanized 10-40' m nchor bolts E iex.nub. _ a o lI� I ,t., o \ a J FOOTING DETAILS d li N • EVE ■ ABUTMENT REINFORCING BAR LI5T bar Location 5ha N' h Wei ht Go 1 Can+i laver 6aakwoll (— \3 11j'-Z 363 Gat Conti I¢v¢r Boi-+Om 4 W-ro G,6 6a3 Baakwall V¢r+ical 2T 81-4 •338 Ga4 Baickwall Dowals -- 4.O 4'-o Z40 a5 Con -Waver n it fizz¢ and 9 2.'-7 1(D 4af^D Cantilever Lo it'.(freca 4 2' 3 ro 4b1 Cantilever _rronsv. C-- 24- 5`8 91 4b2 c-an+ilever -rmnv. End C--7 Wro 29 4b3 Can+i levarTransv T -x end — I 4b4 Cantilever-!rmsv.BoK(f— erd — 1 5-7 4 40l Con+ilevar Stirru f� 2aj S-1 95 4cz Contil¢uar S4•irru s n 8 5'-3 ?8 AC-6 con+ilaver Stirru s IZ 5-8 45 dl BockwaltTrnnsv. =� 8 a2-O 118 4dz BackwallTnansv. C-3 8 10-6 5G 4•d3 ESackwall Trnnsv. I —I 4G 3-O 32 4a l Pavin NotchTransv. —1 It 1-10 14 4¢2 Pavin Match Lon it I 7`8 5 5fI Win allVeri-ieol e'F' 3z Varies VTG Gi2Z Win all Slo a If 4 10- 60 Gf3 Win Wall Horizontal ze Varies 3ii? G l Fo n Lon it. --- I1 12!-4 W4- 52 Foo+fn ra sv. ►S C-O 94- (Bpi Role, se vi oa 6 5 -4 -o 3b Gmi le Boss Vertical 4 4 -G ZT aT Cantilever Lon it. — Z 0,ro 14 T I z 52 rc BAR DETAILS 0,-0L �. 3'-4 fl- Ra6nl "v� 2 �461 4a { r I e �9 -74 I . 6f2 0 11 2 Q�V� r4c1�4c2�o ►i--4- L 4 c3 4n I� pp m d � 4a N 4dZ 4'O 4d{ 2'-134 6f 3 4 `_9 4d3 e Gpl All bar dimensions are out to out All rodi( tam iv of bars. o Sea' Longi+uclina\ Ze +lon". ESTIMATED QUAtJT.- ABUTMEUT Concrete 22.17 C.. 2ain+0rcin Steel z,6Z61br. 10 BP4P_ Furnieh Sel4-70 iv.4pili^g I Drive• 5e14=10 'TO L.F. -10 L.F. Excavation Class ZD ao C Caniizr of End Nurninum Post Base m NOTE: Co ¢r round rod t O6\ PP 9 �r Excorahbn forobutment assumed from Pilinq Positions sl-iown are at bo41-1"om of II I"0 anchor bolts are to cxj3Nhnq ground line. see Joint filler. %oo-hA pat{-er +romir and eznt¢r piling 41 II be furnished with conduit. \O details anSh. 1 :4 in the dirae4lons shown, {i 3ee Conduit Loyouton Sh:"13 Face of backwall Grad¢ romi 8'-ro HALF SECTION A -A Pr HALF PLAN 4a5-i'z z-I'z z' IL Z-►L ii _ I Desicyn For 3S-'x8` eo �d _ Note i Contifever slob is .to be I PEDESTRIAN OVERPASS WITH SPIRAL RAMP 61 ednstructed fa dimensions shown { J 4b4 in Pro!% diogrom, with no allowance 11 WEST ABUTMENT DETAILS 40 for D.t_. def/ecfibn. Allow- ELEVATION e \ Ste+' Aa-+kTS9 Lira' Pro'2ct NQ U-9(8) FOR INFORMATION ONLY Line parallel to grade t` rA0 P � r ace,lfabemadefor formsefflemenf. POURED CONCRETE BASE rdg2 ion JOHNSON CAUNTY DETAIL C CANTILEVER SLAB THICKNESS NOTE-. Quani-ii-iee, for bogie are Towa St-aA-¢ . HighvvaY Commission DIAGRAM included in abutmen4- quantities Fa.bruar 19GO Sh¢¢t 3 0l� ►5 Design 49. 4a59 Johnson Cour4-y File We Z0600 D¢sianodb CZv:5Z Trac�dbY:.. Checked yN1 5tI16 elev. 690.75 61'-0 I`O II �_ dcZ- Et¢v. 'a1.Oco Stca. 148-4-40.34- : • 0 column Pet7n13.5ible corutr. 4h See joint + Gietoil'S' O �� ��2 1 ! r sSpecialrothe requiement FedaralSpmciflcotlon6 SS-5[G4 in,mtq cf ied etrfc�ly in acrorr3ance wl{h �-h¢ r¢c6rciniimdcrFion5 of t�l¢ manufae+ur¢r o+-Fh¢ material. _ - - -. End /uq__ 4'rrom concrete edge -= Shtf�i er, isto bt moulded -to n shag¢ shown or $abrica+cd using an aapppproved wct¢rproo� cement: The'firat concrete Pour cd'acerli' to joint iota ba poured cgZst t¢mPorttry headat-.-The cork t is not- i'o b2 laced In sa/f•erppoondrhtT �o gttion urli'lr }US� Prior -4n- nonektrud/nq I`Tla1Ginq 1a9t- ad,,f'ace.ni' pour. Proe�nr filler cork fir¢ sElould be7i3iG2r1 to Joint' material dry until plaeln.9 DETAIL " g' 4-i'm final caner-¢,¢. b fh free ends) The joint filler is to meat the ° _ Bo++. F+9. El. 675.0 46=t 13� 1 � 1 f•�' t=0 Zet' 0 tb g�p1b 9 14 - 9 124f3 12-41z roo-4f1 A tJo75 °e 4h �9t A B Frome Is symmet-rical about � —� exc¢Pt Columns and light pole •limos¢. "I Wire bars A.f- a -together. -lq2 0 ra Vari¢ �e �J < " 4h PART C ROADWAY - 795 y :: f LONGITUDINAL SECTION eePAR.T ELEVATION Scale, 't`a 79�+4 SECTION C-C .... I �ty I.Pow 14 GsD.at, I 12—Ili 113� IOSP42 6a1- x Iz t Grade 8bZ N i>) Line ?a lel 9 End Cant-tCalumn-9=11 fi�afColumn- Frame•13-1Z SECTION E-E ndlz r -- SYrnm�obout � -Frame I mcc>zp} light polle. c ryPico, for o w¢ mmnts of A?tMSPxcifioa}lons. j - oliout¢ ofT' 4 D 4-SfoTt-)� Cos*of joints frame —shall 5¢ incruc ¢d +n tFi¢ PROFILE AT �. ROADWAY price bid for Concrete: 7 5 3'4 — _ __ 9 NOTE Frame Na.No. ! is to be constructed o dimensions 3 shown in pro File diagram with no ol/owonce. 'preformed for dead load deflections. Allowance is to a 9 "74 Jpint filler be made for form self/ement. 4G I v IL z� h 4cl 4f 4cl P=� 4c2- g.cs 1 g I s1 " DETAI L'%A` Imo' 'CYPICAL STIRRUPS a_m(9 nl � -O -Q J 3'-934 ori¢s - 4-F 4.t, -t9l 7 795 4n2 a'-O Z-0 2=0 01 1 9 d R=1 fT i N 8Y 2 N 8 q 1 -Ig M 4 o 3 8x mote, All bardimensiorls are out to out. All radii to t of bars. BENGH MAP.K-. N42.1 Station 1 +-15.70 44 lt. of Iowa Am. UnW. of Iowa B.M. Canc. Mon. FRI.675.3 _ WO 9=11 5-O4 5'-O Etay.691.87 32 2911 6 II Z6113 3' is -to. 14.8i-66.59It cOlumn 6a1 E D t Etay.692.17 '0 co_ 40 _ yl I, 0 Kominal � grade h alevotion. Build this 1 end to match -the e Onp 2-O 40J corrtileuer of From2VA2. - 6roovel \(F.) Permissible eonstructian ebl �— Joint - 4 -T 3l "Plp_lll lov.11 ,ee:uAI,3z Sb2 794 4h SECTION D-D 4h f 1 795 _ SEE DETAI L A J 1 I0BP42 l3oi i.Ft9.EI.674.0 rc x IV 1=3 !=4 0-8 _L3 =moll�I��III���ii���l��� 1 lY2 �6b3 0 eYl 4b4 8bl J IL 6 1,� Details on She DECIL REINFORCING STEEL LAYOUT CSfmmetriccl about le- except liclht pole base) ESTIMATED QUANTITIES-FRAMS I concrete 38.8 c. . Rain+orcin Ste¢i 4,775 Ib: 10SP4S_ urnlsh-5@112=9ro St¢alPiTin Drive 8@ 2= 96 - 91a�F. SO LF. Excavation Class 20 35c FOR INFORMATION ONLY 7q5 Sm2 (j-landroils lNotshowrl) HALF SECTION HALF SECTION A -A 5-5 Nrtr 6 0 !3rSPcinq for 7g519 a 9 � to T`-6 6 5m2 8'- 6 FOOTING DETAILS CONCRETE PLACEMENT QUANTITIES Foofinq 8.7 c•N• Column belowconsfr. ji- 6.9 c•'f• Above Ccnsfr. if Z3. 2 c 4. 38.8 c•y. Note Sotl-erPil+'n9 +=4 in directl'on shown. Dimensions of Ppile locations are of the bottom of footling, O¢sidn Far• 351'w-s' PEDE5TRIAN OVERPASS WITH SPIRAL RAMP FRAME we I DETAILS 'r-Bridge Lt3' F'r-oj(znir N4 U-90) JOHNSON COUNTY Lows 5+cte Hi9hwaY Commisslon F¢.bruar-'( 19G0 Sh¢e+4o+ 15 nanion US A2_S9 Johnson Count\( File w e0800 Desiclned y 5.7- Traced tom: OTJ Ch=kad by: yHg S¢¢ d¢+aiIs of For+ Seci•ion A -A i1 4 io El. GG3.G3 — ri■'� ■I■ 1� �I �I • I �i eta. 14.8+98.59 EI.G73. G3 5 3-O 3ymm.obou+� g}o.149+8z.59 Gg i�q� EJ. 67�6ZY -%i ' Ili ` -1m I i 4cTi 1 ri -Zm4 ;9 t4n2 nl N 7m5 -rn-14- 5rl "1�-6 irZ I' into solid rock. REAR FRONT A -ma ELEVATION n_L-0 10, 1'-_T A-0L I No+oh¢s r C O nl a+ch¢s •formed by b¢v2l¢d i✓xt2 Notches fvrm¢d by bcV¢led 2x10. Min. 1' into wlid -fm4-- rock t E1.G50.4--- PART PLAN r, PART SECTION 0-8 1194 Permissible constr. Joint O match formed beveled g `�Kl•n3 1 rr '7m3 Q N .' is ' : ' I • .• ' ��::>. �: 4nz �... I -7m 1 PART SECTION 'A -A" Scx3l¢::X= 11-0 Note: Concrete shear block is to be ploced before concrete of frame column is placed. 1r�1I�i111�� s • r FOOTING DETAIL WEST COLUMN FOOTIMG DETAI L5 Scale: -j'= 1'-0 (r-- Frarr column BAR 1194 LOCATION ! �-■��-i► o • soil 1100 ICI ����■In IEEE ■INS S ■■MM a J NUE VIEW �Lsz.l Si'o.li REAR FRONT ELEVATION ELEVATION r Symm. about �e Phi Ibl l'-7 _,10, tQi IQi I'0,10114K pm.®en�,a. O�� ��� • 4- 161 z -o I�q I '1=0 1 z-O ' FOOTI NG D ETAI L PART PLAN � PA2T SECTION IC-G" _ _EAST COLUMN FOOTING DETa.ILS - S,oiM:j'-P-o Ava . Onw. of lawn 6M. Conc Mon. E►. 07%5 %ICTURE W.FRAM COWW1f E.FRAME COWL U5T I FOO'nMG I FOOTING CofumnWall V¢, Slo Doi ' TT-T "Top I Kay 51ock , Fcoi-inq Longit B UP P 4 '7m5 4nl �. z-Z4s ;-8 E. G' i L 4FI 40. 1 1 4 4n3 9 NU bar dimensions are out to ou} FRAME N° 2 FOOTIh1G CONCRETE PLACEMENT QUANTITIES Column Foo+in9 sl,esir ekck o. t 1,-4 c..l• wall GA- Fool in 5.9 Eosf Column Foavin9 Shearbkock 0.1 aZ.6 cY. Woll 2J.4 Foo in 9 11.1 -ro+o l 45.0 c. . tlotch¢s irorm¢d by beveled i=x IZ 1`jOtCh¢8 fnm�2d by beVeled 2 x 10 FRAME w 2 FOO NG ESTIMATED QUANTITIE5 Concr¢t¢ C. . - 5.0 Rain%rcinq steel 1b. 3550 6coova+ion Class 20 c. . 143 Excoua+iorl Glass 2.l c.. 5 l ExrAvo+ion Class zZ c.. 1 I Design For 351'x8' 184 8x8� PEDESTRIAN OVERPA55 WITH Wi"LRAMP 9 FRAMEN°O-2 F .,Z; DETAILS FOR INFORMATION ONLY 4;r8rid ¢. Sta}ion49+3Z59 Lt3' Project N�U-9Ce) JOHNSON COUNTY Iowa 5A-40+e Highwmy Commission Fizbruar 19G0 Shoe}50-+15 ue �c� r`,..,. 6, Fila- Na 00800 F DmBign¢d by: qH.1 Mmced by: ea. O Con+i I¢ver a. Column 1'O Id-s cab @ Ie-0 I4-0 '-to I' -II 4 W-0% IG-4fl 32r4i2 10-4f'J 1'-08-4.+5 1'-06-4f1 IOGdf9 3 c l04f11 20 i?Q 4t4 16 df6 Iz 4f8 tz4flo F1' log 10' I=o Zee D¢ioll I I B IIlell 4¢I Ad 9b5 8 J- SQeciol water- 4f- Proofed joint Wiry 6am4f- pr¢formed 11�int - iro9¢+her material CS¢e Permissible Detail onsheet4) DETAIL A construe+ion.J+. B"O.D. voids For 4iber--ube voids) notes sae Sheet 2 of A. 11 g I 119 2 rn WZ� it MINE, 91 1 n9 41 (P-9't--e = Y PROFILE BENCH 66- 4-�19 1, Il2- q.f aO 32 1' lOCA 10 a2 I (a3 e"O.O. voids - Id sections "O ida IIo4 e sec+,on a as - "^ 119� 9 z t? 6 dl ..�9ymm¢trical about' _ -cl;�. Frame Nap-, T. N Line parnilel to grade S'to NOTE: Deflections shovin include d¢tleetion due to creep and Plastic imns flow . Immediate deflmetions should be about ''5 of thoF shown. Ma MO ailOwanc¢ has bean made for qy form settlement Build floor +o this line_to compensate for Oaad Loadi da l¢ ion. ,Grade line 10-G 11'- fo li`-ro IOb 10'-O 10' G NOTE: TOTAL DEAD LOAD DEFLECTIONS One 0 weephole shall ba provided near lower end of each 411 ld eee+ion voids and naor each and of each 8'sea+ion voids. 3 r 2�8 T =? '-0 PrmB 6i1 3E SP�'n� W eepholas 5hc1I be Placed in straight lines Parallel tz, bents IOa I and shc11 bL leep+ Positively open down to and +hrough the lOn2 lOofn bo++om forms for bran+her holes during +he coating and N Ilan through the period at- curing of +he cbncra+¢ desk. m DETAILS OF WEEPHOLES IN VOID5 I v 4-bG 466 GrooveCT 4 4 E1.673.G3 (9 L-4ct 1194i),-o 1' L l 7 I'?, One layer of Preformed ' ^ +ar PoP¢r expansion fit. ` ae SECTION BrB 9bs filler L: ' I I I�i��i��e�ie�' .j. .. _ LOOGITUDIMAL SECTION ALONG T- OF FRM AE 4t-5ECTION 1�6.. _ See Foofinrl Details 13=�0 I-' Co. 2-0 1=Cn on Sheet •5 18_p 4-0 3 — loot IOa 1 _ cokumn 1105 IIo4 See Lrghf Pole Bose details Ila3 on Sheet • 13 Ica IOa2 local 4c2 4C► Ioa2 Itos-I IIn3 r loot is -llb3 flermissi ble Conatruation -1oint -HIP- -1191 4h2 4hl —1 193 'El. G-3. G3 If c 4 (Se¢ Shaw N° 5 for d¢1a,ls) 4<Frarr,2 N` Z 0-0--d -f 5ECTION A A SVmm¢triaal Nro-tating 18 ° obou++his point AND COLUMN ELEVATION r-looco (Handrails no+shown) I M �■■■■�■■■■+� �I-4d1 ---------------------- ----------------- — V ----------�--- r'LO J CL - d2------------------3 4- I - - --- ----- ----=- ------ -- -------------- -- 1------_----J----- - ` SECTION o-c 1191 R(3� ' 8-voids IO'seetions �b6lvoids- 8'sections LAYOUT OF FRAME TOP MEMBER LONGITUDINAL REINFORCING 5TEEL(TOP) 11b: llbl rilbb -9b5 r9b4•. I1bl 8_O IIbZ 4-0- IIb3 1 Note: See 5h."I? for reinrorcfnq bar Mst and total estimated quantities - of frorne •Z. I _ 0 o FOR INFORMATUN ONLY _ I o 3 O Design Par- '55-1`K8' �— PEDESTRIAN OVERPASSWITHSPIRALRAMP 4 a: O FRAME US?- DETAILS 1--Bridge Station 49t31.59 Li3' Pro •ec. ' h U-9W - IZ6'-o LAYOUT OF FRAME TOP MEMBER LONGITUDINAL REINFORCING $TEFL (BOTTOM) Iowa Si'ai-e JOHN30N COUNT( Hicihwaa( Commission ; F¢.bruor 19GO sheet 6 0�15 -- Design N° 4259 .Johnson County IF 10. N-° E0800 j --- - - _ Designed y: D.7- Traced byCTJ ecrkad by yHi J edge of slab I '7blO caul 5OUTH SIDE ELEVATION =,rmE MEFLIONTAIAVAYA BmncVi M Brnc--V-N M DETAIL A (-c>ea. iekiee'r 8 of 14) St. GG5.90 r-��� 1. ww5. I c- 2-3�BAV-4Zj al I SiScL NOTE: Fizid band bc3rsrobli"7blO�-u-6 10 13F4"a MOPAZ shown +c clear bars in Lr-anCkl . In Branch It bend as mar%\i b(are EAST SIDS ELEVATION as necjz%i5QV--j cas shown b'( dashed line to clear )Unc'Hon 6c"A. ---T- -PICAL 5EC-1710N OF B12ANCHE5 -anci Gzqt1wcjZ7 0i-dr-V-Ar19-, piles fm -:!apir-at 11, M 5eq. ZP-'='Z-S ---�Nja IOGI-r I I I - Z+t-- Sale 11-10 . Field bend bc3rs GbIl 7NOM V as ri imzd iv clear bars in brunch. 51ECTION 5-5(Bcr-s3 n-shown) Edgeofpresent SidewOkk oof,idge an Mows Ave. - r- DETAIL 0 --' PINIMEMI MINOR NE on L1oa17 Gbil SEC-TIOM F,�,F-= sa-cno4c-c 50 25 F-End Iuq from co, �a qz edge 7c'25 ESM Notes an ov-tai 1 13 on.15hez-t-4-at 14- Design - For - �7'XFS' PEDESTRIA.0 OVERPA55 WITH 15PIP.A.1-RAhAP SPIRAL RAMP DETAILS *+t=+ion 49tWT.159 LV.3' , proi er_jr K 19- u - 9 (8) .JOHV450M COUNTY lowc S+-M+e Kighwa\(. Commission Fa-lzr-umr,( IQGO . sh-ze+ 7 of 15 a�y Design Na 4ass Johnson Co%im"i Film R, --tFOR-INnTinni Checked by. Branch. L_ C IJ 11 SPira ',� 5E.CTION 5-5 Form and of- Ram adjacent to -Frame-*a hk9h a�w shon to -- compensate -for dead load np as+orr•nvr1 --F 7 End of Frame.#2Can+'%Vw.rO a+ter.torms are removed iU rLT Iv aT IT FOR INFORMATION ONLY SECTION K K --=BENClr1_7V�ARK.; Nq zl S a. 1+75. 12srrluc¢ the crown to O" b¢ ¢¢n ese points. r 7-[ SP¢raal wot¢r roof joint �•- �-Branch I em B ll I Change of elope of - tFus point• 2ro M. Conc Mori._f- . 675.,72 --\ - 1•-n • w 9 x 9'-O beveled Le -el Sh 4 directions 5=0 �' 1 r [ Qk + +' G y 1 8k14 Two layers of �q PIER PLAN ' tar pep�r pETA1L A ^� 3 �t s IOi=3 Co 4h �' I I t_1 e i i 81�15 N 5m8 O id.692.00o toBP�tZ. -::r:::.::::::.:•::,:: ,:.:..:.. FJ.663.iZ SECTION N-N �t5 HALF ELEVAMW HALF SECTION NOTE: Ba+der pile3 1:6 in dir x--+ions skown. Dimensions oi- P; ke, 1 oca+ion ci+ bo+i•orn o+ fool-ing. -IIblB FEANawwas KINIFNI111 ff nslm.��r�■.uaraleil 1An9i16bl�OiR6b1 �gQJtl7 • El. � b Y �1 0 - 0 33 Q3 OL 01 a Q3 aL 12.'- G '51 4 t'-3 Gent¢ of Q 4 m Colu bose' 3 Izxz'-9 bevel 1 L � 1 I N � I I � I 4 -O !c ani-er Ot"Ir'19 m fq - ., a 0 0 Zx4 beveled key. NOTE: ` oundings show mo-ksur%ce to be skoPlnnqq downward Moth¢ eaet. Number of piles -furnished ie hcllf of +he number r-4eired and lengths furnished .are twice average lend+hs. Drive piles in P,nws I and ZL firs+. Orivecu+- off lengths from Row Z in Row I3C and cut-off rrr lengths from Row V.in ZL z`( spaces S 5" 11'-3 z8 - 8 m-1 bars -i� 2ow III. FOOTI W G PLAN I NOTE, Dimensions of- pile loca}ion are to be at +he bo+i-om of foo}in Corner piles to be ba+tered i'-ro in directions shown. 55 SECTIOW ALONG AXIS X-X NOTE: sea, sbea+' "s 9 +or reiniorclnq bdr list and ivtal estimated quantities of spin-ai ramp and supports. O i� Design For 35T'x8' PEDESTRIAN OVERPASS WITH SPIRAL RAMP IOBP42 5PI2AL QAMP SUPPORT F PIER DETAILS t-- Bridge 5inc*ion 49AWL59 L+5 Project' i\l° u'9-(8) - JOHNSON COUNTY Iowa 5i-c+e Hi9hwoN( Commission Februar'{ 1960 She.¢+ 8 0+ I5 - Design NQ 4z59 Johnson County File N'_ i=OWO-- Z Traced b,(: +Is Checked by: CONCRETE PLACEMENT QUANTITlE5 Fooi-in 12.amp Support and Bronca.a BQ1ow i-Ft¢ 33.3 Spiral Pomp Support and Consi-rur- • on Join{ - 107.1 Romp Romp and Bnanchms Above Consi•rue-i-ion 56.S Joini- Foo+ n 1.8 Column and B¢om 1•tij Total c.Y. 110.7 - _ ESTIMATED QUANTITES It¢rn - Quan+its( Raini-omin9 Steel lb. A-1,433 Concreiv- _ cV. 11 o.-( 10BP42_5_tQ L Piling4M-W Fu ynieh B�34• Z7z L.F. _ 84 35E nrrvm_ @ n door •272 � -4P-V • 8a --.-356 Claes ac Excovatlon cy. 81 /-�0 n Bars ilk-12 Bars 3d1 0 10 � i r9 8 9'-Cn IIbB Bars3d2 6'-0 IIb9 \yam Bars IIbS O Bmn& Ito F R AM E N� 2 naa BAP-'5 1I M4 f, 11a5 BAR llg2 3'-4 BAZ 4c-1 ze t=e l - I� BAi34dl 8 to v� P-4 m BAQ Ada 8 5. 7 21-31 4h 1 BARS 4h Note: See Sheet for Bardx, dyl a Bye details. SPIRAL Bars -1a2G ate- Ar R =5% for Sate tr 9ai9 �R� 6�4 for 1Oa17 �,1Oa20 1'-O Barsa 9oIS, 9a19, IOall � Io20 CONCR E PLACEMENT QUANT1TiES Above Canetruc+iorn .1t. 67.8-.y Ba.10w Construe}ion Jt. 140 cy. Total SlZwy. ESTIMATED QUANTITIES L+am Framd Foah'n Toto I Concrm+e 81.S 45.0 12.ro.6c•y Reinicrcir195t¢1Ll 27,409 3550 30,9591 Excavation cl.2:0 143 143cy Excav4ion Cl. 2I 5l 51 cy. Excavation a.2Z 11 11 cy Bcrs 11"I3 R A AA P Bars 4h4- . r-4 4d3 j,)L4 in Sf O il REINFORCNG BAR LIST Bar Location Sha I1 a l0 f3ronch¢s Lon itudfinal r-- I1o11 " IIb9 �- - 4 F20 8ranc) r Hoo e. f N of J Q 4f 22 IIk11- Column Varticol 111t1Z „ 1 k Col mn Dowels —J { m6 f;6o1Hnq Bottom 8m7 " 5nl 1-4o Column Ho s 01 0. 41-A3 I'-8�4 _ 4f22 Bars 4fzo-aa u lOol3 5 rr-a1 Rom To (ovar&vnch�,� �, 12 9015 0016 • � 12 a Q 1Oo17 over Branch Z �— E a Radius: 9a16 C— E Vorivs fromo 2.'_*AcL1 " .I.o 4g4O lOrJ20 c— Burs 4f'z3 Varies +rom 1 to4g43 19a22 • „ ou¢r Branch$ �%}4g41 12 Bare 4ci 01 9a23 " �- 10,E4 �- 0- -7a25 Simi ht• Rom To 15 D. -1bl0 S iral Ram ottom �- 15 5 Gblf . .1. �- 30 M MW R.EINFORCIMG BAP. LIST: FRAME NS2 Q 6b12 '^1 1 15 "-" 22'-9 Bar Location Shope Ne LengVn Weight 0i ib13 'lbl Strai h+ Qom Bo+iom 8 39'-5 loot Top M¢mbar Lon it. (Top) 8 GU-0 20G5 'lbl5 8 25=9 3d1 S trot Strni h Pam Trans To Batt -- 42A 0=9 1002 4 59-9 G115 3 825 3d2 S trot Rn-Insid¢ ou+sidz._d ¢s C 51�o I''9 12 60'- O 1104 " " �— 4 28'-2 59$ Gd3 Stroi hi tam En Lon iY ro Z'-4 d¢ I Trans,' Z 9=8 Ila5 „ " " /— G 2A. z 770 IOaro 10 1 14 Z G09 1Ibl :Lo2 Mgmbmr Lon {t B ++A) 6 1 601-0 1913 libz " G -4 -O 1405 IIb9 4 36'-O 765 9b4- " " 12 IG-4 6GG 9b5 Cantilever Lon it +tom 12 23-4 95z 4c 1 Top Marnber - rmnv 302. 51- 8 1 1 144- Ac2 " Ov¢rcolumn) cz-7 6 W-6 1 58 4c3 " " " .. 0 5'-8 1 z3 4d I Top Member: Fr•e¢ Ends 12 2-7 al 4dZ Ia 2'-3 IS 4Q► To Member-rham. Fre¢ Ends Z 9'-8 13 Ae2 " Bo+t, Fmc Ends 2 5-8 8 4fl 20 To Member S}irru s oro Vari25 3 134 II I Column Veri-ical j la 25'-6 1 626 r" IG 30-4 aGG4 3aF10-A 6-8 317 Ohl Column HOOPS ® 88 rf¢sA,ha AA-Hes 3N4 ex L/ghlh pole base C 2 40 bG Tbp Member Lon if — 6 43=Cb 1 174 Total 27.'+09 FOR INFORMATION ONLY '79 -1a26 Piar Cap Lon it: �� 2. 19'-O 78 44-z3 Ca HOODS © 8 3=4to4'-I F-0 4h4- Column Hoope. 7 9'-ro ekl4 Column Ver+icai 10 9'-1,0 263 Ill BVJ5 Q. 5m Column IJow¢ls oo 'n Bottom 10 l B 31-8 ro 98 84 a . _ Toi•o1 lb.4743-T-- NOTE All dimensions are. out to out-. All radii to (I-' bac pa:ai9n For 357'1c 9' PEDESTRIAN OVERPASS WITH SPIPML RAMP tcHridgm Sint1on 49+37. 59 Lt 3' Proyec+ me U - JOHNSON COUNTY Iowa Slcatlz I•IighwcY Commission Februa 19Q.0 Sheen+ 9 of 15 Design N' 4a59 Johnson Coun+� File NQ 20800 Deslan¢d bv: B.Z Tracmd bv: TJ. Checle-=1 by: IF e:'(0 e,d frame Can+i FOR INFORMATION ONLY Belin SPinni P_am Jp joint GAG xl'-P- Junction Box 14 conduit I I(] r G y-G Y- '-8 Junc+ion Box 1"� Conduit--� x" W12 4r8 1'-2- G 1 'a FRONT ELEVATION _ FRONT ELEVATIOU BRANCH I 8RAAICH 7I (Showing lights, Condult .Junction Box Rcw-ernent) +!. 2'41 conduit• Iq." � conduit - 0- xi'-O Anchor boi+s - 4• Rcgc d.--------- -- -- 6x6x 1'-2- Junction box/6 ConaA'ruc.+ion !oint „�% SECTION B-B gECTIOAj A -A Wa+drti9ht lidl flush With fncx of concrete. 1 r-147 0 conduit diio *-i - ----- ANCH N2 I �14� conduits 6Ac6 x0-e' Jur1C.+i6n box' Ga 9' J 4-," P conduits i i I i I Frame Can+I lever ! PLAN (Showing U<jhtsl Conduit I!, Junction Box Plac¢meri+) - 14:'o conduit �Gx.GK l'-2. -Junction box -Water+tght lid flush with +ace of concr¢+¢. •�-��'1l!•• � conduit Flexible joint• S"m conduit -- rigid .. O Z rigid •::. •..:. c....:'. i•'i:^i'� s COndui+ conduii 3 spacers 6OG3-TG Aluminum nil No+e'. nrm. 3" O.O. - o'-t2" wa�l1Y 3"tong sleeve P� orn 1 .::' 1te¢p +his area Tcipw ¢d 3 x2 x 1.660" 3"rigid conduit 'F� from joins- sllpfit+er. '.• tiller or othe- • �. materiels. Through bolts field join+ 3g dia. 8ivinless St¢e1 througl, bolls. (2, regd.) RIGID GONOU IT FLEXIBLE JOINT 3 required GOG3 TG Aluminum allal shcf+. 5'0.D.-g"wa11 Tapered 5x3". NoTE: Light fixtures and light poles by others. / LIGHT POLE-B DETAI L 3 x5 Ftush iNFe harxii•i %e One 2e(, d. Weld +oP and bottom N 0) Cant aluminum alloy boll da covers. -4 9' Cds+• Aluminum cello base. type SB-2- 04f K¢ndnll Design For 35-1`x8' ar approved zcpol. PEDESTRIANOVERPASS WITH. SPIRAL RAMP LIGH'C POLE -A DETAILS (t6 Bridge station 49 +Z1.59 Lt $ Proj ee+• Pf 4- U - 9(8) J014wSON COUNTY Iowa etc►+e HighwnY Commission Februcr 19GO Sheet 100f 1-5 Cesidn Na .4259 Johnson Coun+Y File No SQSOo -(I nntinmmei hive Ri 7- Trcced Cheaked b`f 4H4 •6- A6u+ Brc) Sta. 148t 2A.34 DETAIL A DETAIL END POST RAIL COWNECTION ABUTMENT 51DE END POST ADJAC Verify in f(.td 2ai1 co (See Specifications) Maim-, --_-' End baluster ifneeessarY TO EXISTING BRIDGE - See Vertical Curve Data onSheef eayanels c�7=94 = 178'-Bs4 PLAN VIEW I84'-3 PLAN ViirW OF END PANEL OVER ABUTMENT T=9'4 (Horizontal) this baluster only TYPICAL RAIL PANEL OVER FRAMES N° l � 2 ALUMINUM SHIM DETAI L NO-M: Provide 4 - 16 sl-iirna at¢ach po$} �Pail Pbsf Note: Pbs+stobevertieal. Hand Rail t.Channel parallel to grade. _d %' holes for %' 40 1` steel galvani3ed bolts with hex. _A) cutgolvon -5ed M washers. P P05T BASE M-Tx%x 0'-7 DETAIL A 5ECTION A -A � ir,►d -A I.DE5CRIP-n0W4 OF BID ITEM AAluminum handrail is to be bid on a linear -foot basis measured from center to center of end poets. The pram bid for 'Aluminum [t�� dge of Present liondrotl"shall consist of furnishing,fabriarl-i-�qq ¢raeting,andclmonin9 Sidewolk oi- bridge all metal handrail and shall include the furnishing and installation of on Sown Ave, anchor bolts and all oifier incd¢ntal Items in 0000rdance with these 1. G AM 11: S T Y, I0 VV A -Start �q AI Ramp ^ - N arm o � l �a _ g\a RAMP DEVELOPED 26 anelsfd7=4�-703=Itt 6_S'-2� _ 1'T PonelsG3%4�•l33'd18 plans and specifications. 2COMPONENT PARTS AND MATERIALS AAluminum Rail (Top rail, balusters and channels. I. Aluminum rail shall com 1y with AS.T.M. Specifications 6235'and 5221 * for channel alloy G� IIA condition T6 Commercial designation GOGI-TG). The Aluminum Pail shall be fabricated inone panel sections as detolled, -KNo end ,.,, 4 Ci over the abutment shall be fabrioated as detai led. pail of ponels w adjacent io existing bridge shall be extended from ct_ of Frost and shall be closed at ends next to steel rall as detailed by moans of cast caps or plugs or by means of welded and plates. Theeastcaps or Plugs shall hae smooth and even surfcces -tme from shrinkage crocks, oxide inclusions and other defects. QAluminum shims and aluminum washers. I. Aluminum shims dull comply with A.S.T.M. 5peciflr-ation 5-209- r olloy 990A condition 0 (Commercial designation 1100-0) as detailed . or approved equal. 2.Aluminum washers shall be made fryCn cheat conforming to A.S.T.M. Spealfioatlon BZ09*alloy Clad CG42AconditionT4(Commnw.rcral desig- nation a024-C4). C.Aluminum bouts and nuts. 1. Aluminum bolts and nuts shall be made from rod can -forming -to A.STM.5pecifleation B211'ralloy CG42A (Commercial designQtion Veri fx in 202,4 1'4, with %t 205 Alumilit¢ finish). Bolts h¢ac►s shall conform the fuerd to American Stondard nagular Inexagon, and nuts tv American Standard unfinished hexagon, AS.A.Spacificaiion B 18.2.Threods shall conform to +he Standards of Close a,2A or2B.The unfinished 7c ForR=2S-la bolts and nuts shall be supplied inche T4 i+emPerand shall be given an anodic coati of 000Z d inches In thick essanehromck xForRal2'•104 seated. 3. W ELDI NG A. Welding shall be by the shielded finer} Gas Metal Arc Weldinq Process. U151'ng9 555G tlller wire. FlameeuWngisnotpzrr itted. 4.COIJSTRUCTiON A.The speclfimtions for construction shall be the Standard Speci- fications of the Iowa State Highway Commission, series ISGO, plus current Special Provisions, with the added provisions, I.Th¢ aluminum handrail shall be stored above ground upon suit- able platforms and _Pt from din+, grouse and mnttict with dissimilar metals. The stoned aluminum handrail sholl ba, pro- tected from moisture as far as prOat-ieal. ?:The aluminum tube roils shall be carefully handled during their unloading, handling and erection. Members thatare marred disfigured or damaged to the extent that they impair their usefulness or appearance shall be rejected and replaced at the contraetor8 expense. 3. Shims sholl be used only as necessary to insure the correct" alignment and elevation of tt,e rai 1. 4. Before setting Posts, the post and base, piaee shall be coated with an aluminum impregnated eaulkin corn- Found 16 think. The caulking compound shall comply \mPh ederal SpecificationsTTC 598 fdr knife grade to which shall be added aluminum paste compiyinatwith Par.*55.MA in proportion of one pound aF aluminurn to 5 pounds ofceulk- m�j compound, STubular vertical balusters s6a11 be -fastened to rail by expanding the tubes where they pass through the mll,excepl-as sho\Nn. gyreater ondard self- ialusivr5 nail rnila, I or mi Iled. m excessive )e filleted ss caulking 3und the eing compound. ¢ around I dirt-. grvcise riai by an Engineer. , bud the iaintoin ed. -tograde. Cost of anchor bolts is to be included in the price bid for aluminum roil. Lions, ;AMP JOHN50W CODUTY IOWG Sto+d Highwoy Corhmissiort E)-;F9W N°- 4259 Johnson County Fi le 90- Z0800 E'Yc VH4 __T3—$►idinc) fit -T,- Abut. Br9 END POST RAIL. CONNECTION Sta. 148-tao.34 ABUTMENT 51DE I DETAIL A DETAIL B +'6. naluster if necessary END P05T ADJACENT TO EXISTING BRIDGE 8ta.148+98.59 cr -- , e -- o-- __..-.e -o --e-- - o— — b e 9 9 a e 9 A Sae Vartical Curve Data on5h¢¢- a:3a7=94 = 1-75,-8'4 PLAN VIEW PLAN VIEW OF END PANEL OVER ABUTMEMT T-9'4-/=t'as} CHoriaontnl) �I 16.2aua1 soac¢s foribbbaluster I' 51tdir�Fit i ZStCt Pipe sl"ve 3 3 —I� I ao.tudny 3^ srtd.piPe wzld¢d to tops, � baitorn rail. i TYPICAL RAIL PANEL OVER FRAMES N° 1 � a 3 ecil Ws} Note; Poststobevertical. Hand knit f. Chann¢I parallel to grad¢. Jj `g holes for %' t` steel bolts with hoax. heads ( standard a Cut e washers . SHIM DETAI L NOTE: ProviCe 4- jG \-f---7x x0,-7 SFlims ateach posi- 3i 3 ? 7 . P05T BASE DETAIL A TYPICAL POST SPLICE — Grad¢ t6 I 3 I I I Sliding Fit. DETAIL B RAIL POST COIJWECTIO ' I 1 I I I I I 534 SECTIOt�1 A -A -1 Var,+l in fi¢Id I Edge of Present Sidev--AckL of bridge r on Iowa AvC. 0� f i I FOR INF��4T,I IONLY c $fart r• � N Ramp o aN �o c 1 �o ' 4 R�'l� RAMP DEVELOPED *c ft,«d C 26 poneilsa7=9j 8a3=1� 7C For.Rs21'-14 1'-CoV-ZY 1-1 PanNsQi? •1�3'-4r8 XForl;•12'104 zZ- Wald 4' Grind •f lusF� 34 Pipe (ouhs(de die. vo5o, inside dia.o.'824) - weld is +op �,bot+om roil No> e, Fobricotor maq submit of ternote details for opprorol , but the appearance of The roil os detoiled must be mointoined. Zz" Std. piY¢ - 5PECIFICATION5 : Standard Specifications of -the-T.owa State highvvwwyy Commission, S¢.ries of 19G(3, Plus curr¢n1' Special Provisions. —Preset bolts with hQx heads and standard cut Washers. 0amign For 35-7rxa, SECTION 0-5 PEDESTRIAN OVER.PA55 WITH SPIRAL RAMP N o"TE : The anchor STEEL HAWDIZAIL DETAIL ALTERNATE bolts to ba. Sat perpendicular taBrid:F Statian 4gt3i.59 L•+3' Proiec-v NS U-90) ii3 grode.. Cost of anchor JOIIN50i COUNTY, bolts is to be included in Iowa ej'tQ+q, Highway Commission the Price bid for roil. Fabruor 19GO cheat la of 15 Dasign Na. 4259 Johnson County Fi I¢ N2 Z0800, RamPSuTort Branch � F�.G91.g4 14 3� t FOR INFORMATION ONLY MAIN OVERPASS -7. G8 7 8600n¢Is �.T=934 �.-�oocta= 203�-1�2 1fc6� I Inn iI159VAM 1: 50 1 +►tL, LEth I -i pS upport C T T Y. { EI r inch .1 �oF 2oilin9 l I PLACEMENT OF POST BASE t;TV PI CAl_) Nod¢: Pbsts are v¢r-1 cal. Hand rail and Channel parallel +oq rad¢. All dimansions ar¢ oP hort30n+a1 projection. - 2=1 l'-s I i Il infi¢kSj � Pail CaP . 3'# x'4 Top Roil Wedthese +wo 4 RampSupPort balust¢rs Branch g" f-El. GT9. 14 Fa. G !o. 51 EI.675. G 0 ' 6 6 T.rnB 7o sio aa'-3 1�'bK for Iz.=?�=1 Balus r � 12.63'/e slopor OUTSIDE -EDGE OFSPIRAL RAMP DEVELOPED: RAILING RADIUS %av-i'a For Iz=12'-loa 7 3 z 132=43 IT panels @.7=�4 �-�. sts 4 I vzri� inrried m.G9I.94 -IZ•63 % it Ram Port pp B ro rah •� A -9.34 7v b� F-L G79. I E1.6 .5I El.6TS.Go� / Chan(le of slope 8 air this poin'l: Id0-II L 38'- 3 28=6a 9=9® ar- end o Fromm N° 2.. 7 1 ` Ramp Support INSIDE EDGE OF SPIRAL RAMP DEVELOPED RAILING RADIUS = IV-104 L q,Z '3� . sion join } Braneh I. V¢ri+y in {rield. f,M, 15 ua balusver -t'-g 4— 4' QAIL.� ZAIL POST DETAILS A.T -A— 46- Poste - 5�yal l3 ual holu%+ r 8 ces 8c - r10TE� Details shown in tFii� vimw arm for -aluminum roil, details for staxl raiI az ore s�milor. A1�um p¢sign For, 3SI'x8' . s'Ao�,nl 1¢ngFh. PEDESTRIAM OVERPASS WITH SPIRAL RAMP Q= al-1g HANDRAIL LAYOUT �Briage ztntionJOHNS01�1 }COUNTYP�`��t 'ssu -9(41: PLAN VIEW OF -TYPICAL PANEL OVE2 RAMP Iowa Staf¢ Hi9hwoY Commission Fa.br-uarf 19G0 SFw�¢ L"S of IS ESTIMATED QUANTITIES "Aluminum Hand i2rnil LF '72l '�SimQ.l Rand Rail AFt¢rnn+¢ L..F. 'TZI f - D2ai9n N'4259 Jol-�naon Count _ FII¢Ns abva D¢si�n¢d bY' B.Y-rh=C¢d by: D.T•..l ChmckZd by: 4H4 FOR INFORMATION ONLY Top of slab -{ r- Pole base Flexible Joint Z'a conduit I ABUTMENT ELEVATION Colo Cant Can6r Span NOTE: Extend e.'0 conduit beyond abutment ft� post base- as shown . End of conduit is I`G below e]raund surface,. Past base Edge of slob 01 conduit _ 1 L_ 110 PART PLAN AT ABUTMENT 9 2"4 (---IL Footirq Footing x • CITY. Ilia Detail yet i ����l' r-a:A? conduit r— Luminares LIGHTING INSTALLATION LAYOUT IT \ 6x9 I'- box ciion \\ -------fi- Z � Con i{•--1 �/ -� - — ----- -- , ---- -- Al� ---- ----- LfiSK I - --- conduit i z- PLAN (UP -TAIL A) Showing Light Pole Anchor Placement) ,T-- Light Pole Level 1"� x P-O Galvanized anchor bolts and hex. _N netts. irl - 6y I Ig IB#ge df Slab• NOT1 For details of bars 8x, Sy 1 and 8y a see sheet'* 4 . _714 •Irk: -ri it ""---=1------- ------ -- --------------- I -- By I 5 a O'- Anclno -- 8y 1'_ q' C.W. bot sides 8x \-V o conduit `WI r� qht lid, flush om of concrai¢. SECTION A -A A ELEVATION (Showing Ught Pble Anchor Placemen+) a I aa'-o Flexible Jotnar Pole-T"(Pe A Begin Spirml Romp NOTES: COneNruction shall conform with Tows At hwoC Cornmission Standard Specifications and'5eciol Provisions for Installation of Highway( Light+mc datad April 29, 1958. All expaa¢d conduit ends are to be capped +a ex- clude dirt and mois_tum. The contract- unit prick per linear foot of conduit shod be full compensation -far furnishing all material (including junction bok.2S, fittings and anchor bolts) labor and am wark incidental to the inetollatibn. The- concrit¢ and wdighi- of reintoming steel is inelud¢d in the Superstructure Estimated Quantities. The langth of.condui♦• installed shall be measured In -Faast byY the En, ne¢r. Cost o?F furnlshing and installnoles, lights and lighting conductor is not apart ofpof 4stlmate. E511MATED QUAN TIE5 Zta:m Amount 01Zi id Conduit L.F a95 * Quantity Includes: ais linear faet of-i<"O conduit- 10 linear feet of14$ conduit 10 linear t¢et of limo conduit ?O Anchor bolts. a Flexible: jovots.- 'I Junction Boxes. Design For 3S!' x8' PEDE5TRIAN OVERPASS WITH SPIRAL RAMP LIGHT POLE AND ,PLACEMENT DETAILS 4-Bridge et=*(an 49+9-T.59 Li:3. Proi¢ct Me U=9(8)--. -: J.OHNSON COUNTY Iowa Si'ate. Highway Commission February --1960 gh¢etl4ot 15 Design•Ng " 4259 Johnson Counh( File, 0 a080CL i Desicined by; SZ Tweed by: OTJ Checked by: qH4 stogy. Kxtu -- I i Both . � I aides � d► l j _ x x I I 6C 8.2x'J'-S4 I I For omv%ors see shoat a 4 hot" for rei•eel In ro bolts with hex. heads �. Washers. 3� fbt Prtru� ' A umhurn it 10 POST BASE (2 Rado.) E N D POST (2 P-6do) . d Barlticjx Si0 - Grind corner smooth mffl III :■s� / Rim Tack weld head of bolt to C- tp. 4.6+-s5 Along S.6 FOR INFORMATION ONLY gta' °+OO AI°ng Zowa A.�¢ ?QZU SEP 16 AM 1150 'r; • .� t 1. 1.,L�.tit�\ � �, C-1T Y. Bolt s4" T------ EIVD"�" cOt6�6 -Wm.O+9I!ESI. Nonsrowa Ave. (LO Sim. 150t2 80 1Al"9 Ou¢rposa CLt.) And'lowa Ave. 4e. 'ourv2� 4 C 5A- 01 IT 7 Bar '8x Bars,; o SITUATION PLAN. 04 15aretr YF' 1LCIaz I (l The Bridge Coni•noai V. is iv do +%tie +011owing work, -toih¢ present river bridge, conjunction: With fF4 --------- -- - ---- �� �A 'j4 hole 1-(g)-5mrnON 0-0 SECTION E-E eonsi-ruclrion of the ovzrpogs; 1. Brock book ond,. ra,ca$ir the PMJ nt curb of Sunction vdith rarr� (p> I z- 9¢ Z"2 and , ""',= J-he twO end pat'i¢II � oi• *he Y ENo 'A" {p;r'�Lent handroll.. 3. PrOvicie and ins�►1' •'hwo.new roil pants as ddirsilI . DETAILS OF E7(ISTINO RAILING �FRnin-V the new and reworked sfi¢el not l.to mateh }he pnas¢n-t handrail. sµowwo Moot Inex- IoN F;m B&C-g" The cost of all laborcnd moiiariol rec utr¢d +o co 1¢t¢ these details as oWn is to lie included in a lu earn bid for'River "Brick)¢, Modt!(cattiona," Before modifications arc mode the Brngine¢r is#o apppprotove methods and detatls proposed la�ihe Con- t �o ctat7 R ad lines on tcnein9 and faint. lines orSprint {ndi=fc ¢tcisting a+ruetur¢. a - M1.L\I IVYY. Fri+ V¢ri in field C 8''Z Vertin fie I New end pos%s B A I I _--f � - Modified a¢c+ion o4 I I Mod{fied C I ex►sting r-niHng. � t g¢c+lon of I I I oacintin9 i Ste. 0+91.5o Alen91owoAve. I I railing. (�t) i 13ta,150+29.09 AlongIL l { I' 1 0v¢rPass (Lt) I 2amP ar,eak.and reccsi- existing eld¢wolk iaihis line. SECTION C-C Y Iowa stag rllgnway c.ornmis$wn { ELEVATION (Loowwo Fmom RAmp) I=Qbruory 1Ia6o 150f is Damign N`L AaS9 Jdnnson Courrt� 'Pile U2. aosoo D¢si9rtiad by: 5.7- UT YN4 - Prepared by: Alin Dumachi, Engineering Division, 410 E. Washington St., Iowa City, IA 52240, (319)356-5143 .- 4 Resolution No. 24-239 Resolution setting a public hearing on October 1, 2024 on project manual and estimate of cost for the construction of the Riverside Drive Pedestrian Bridge at Iowa Avenue Rehabilitation Project, directing City Clerk to publish notice of said hearing, and directing the City Engineer to place said project manual on file for public inspection. Whereas, funds for this project are available in the Riverside Dr. Pedestrian Bridge at Iowa Ave. Rehab Account #S3978. Now, therefore, be it resolved by the Council of the City of Iowa City, Iowa, that: A public hearing on the project manual and estimate of cost for the construction of the above - mentioned project is to be held on the 1st day of October, 2024, at 6:00 p.m. in the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. 2. 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. A copy of the project manual 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 17th day of September , 2024 - "k�� ( M&Ydr Approved by Attest: �� ' L . City tlerk City Attor y's Office (Liz Craig — 09/12/2024) It was moved by Harmsen adopted, and upon roll call there were: Ayes: x and seconded by Moe the Resolution be Nays: Absent: Alter Bergus Dunn Harmsen Moe Salih Teague 1 0' 0 Prepared by: Alin Dumachi, Engineering Division, 410 E. Washington St., Iowa City, IA 52240, (319) 356-5143 Resolution No. 24-249 Resolution approving project manual and estimate of cost for the construction of the Riverside Drive Pedestrian Bridge at Iowa Avenue Rehabilitation Project, establishing amount of bid security to accompany each bid, directing City Clerk to post notice to bidders, and fixing time and place for receipt of bids. Whereas, notice of public hearing on the project manual and estimate of cost for the above - named project was published as required by law, and the hearing thereon held; and - Whereas, the City Engineer or designee intends to post notice of the project on the website owned and maintained by the City of Iowa City; and Whereas, funds for this project are available in the Riverside Drive Pedestrian Bridge at Iowa Avenue Rehabilitation Project account #S3978. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa that: 1. The project manual 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 post notice as required in Section 26.3, not less than 13 days and not more than 45 days before the date of the bid letting, which may be satisfied by timely posting notice on the Construction Update Network, operated by the Master Builder of Iowa, and the Iowa League of Cities website. 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 3:00 p.m. on the 241h day of October, 2024. 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 6:00 p.m. on the 4th day of November, 2024, or at a special meeting called for that purpose. Passed and approved this 1st day of October Attest: Z City tlerk ' 20 24 I May r Approved by City Atto ey's Office (Sue Dulek - 09/26/2024) Resolution No. 24-249 Page 2 It was moved by Alter adopted, and upon roll call there were: Ayes: x and seconded by Nays: Salih the Resolution be Absent: Alter x Bergus X Dunn Harmsen Moe Salih Teague Ashley Platz From: Cindy Adams <CAdams@mbi.build> Sent: Thursday, October 3, 2024 8:27 AM To: Ashley Platz Subject: Certificate for Notice to Bidders Attachments: We sent you safe versions of your files; 10.03.24 Notice to bidders.pdf fi RISK ** This email originated outside of the City of Iowa City email system. Please take extra care opening any links or attachments. ** Mimecast Attachment Protection has deemed this file to be safe, but always exercise caution when opening files. Certificate The undersigned, being first duly sworn on oath, states that The Construction Update Plan Room Network ("CU Network") is a corporation duly organized and existing under the laws of the State of Iowa, with its principal place of business in Des Moines, Polk County, Iowa. The undersigned also states that he is now and was at the time hereinafter mentioned, the duly qualified and acting President / CEO of the CU Network, and that as such President / CEO of the CU Network and by full authority from the Executive Board, he caused a NOTICE TO BIDDERS Iowa City — Parks Improvement Project Iowa City — Normandy Drive Storm Sewer Project Iowa City — Riverside Drive Pedestrian Bridge at Iowa Avenue Rehabilitation Project A printed copy of which is attached and made part of this certificate, to be posted in the Construction Update Network Plan Room, a relevant contractor plan room service with statewide circulation and a relevant contractor lead generating service with statewide circulation, on the following date(s): October 03, 2024 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. October 03, 2024 Date President/CEO of The Construction Update Plan Room Network Daily Notice to Bidders Master Builders of Iowa :k �� The Project Source This report is brought to you through an exclusive partnership between Cons tructConnect and the Master Builders of Iowa. NOTICE TO BIDDERS RIVERSIDE DRIVE PEDESTRIAN BRIDGE AT IOWA AVENUE REHABILITATION PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 241h day of October, 2024. Sealed proposals will be opened immediately thereafter. 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 6:00 P.M. on the 4th day of November, 2024, or at special meeting called for that purpose. The Project will involve the following: Rehabilitation to the concrete pedestrian bridge over Riverside Drive at Iowa Avenue, including upgrades to sidewalk, railing, handholes, and at -grade concrete stair below the bridge. Rehabilitation of the bridge generally includes: concrete deck edge replacement, spot repairs to areas of deteriorated concrete, deck sealer, concrete coating, lighting upgrades, expansion joint replacement, and railing replacement. All work is to be done in strict compliance with the Project Manual prepared by Origin Design Co., of Dubuque, Iowa, which has 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 submitted in a sealed envelope. In addition, a separate sealed envelope shall be submitted containing a completed Bidder Status Form and a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and maintenance of said Project, in required, pursuant to the provisions of this notice and the other contract documents. The City shall retain the bid security furnished by the successful bidder until the approved contract form has been executed, a bond has been filed by the bidder guaranteeing the performance of the contract, and the contract and bond have beer! approved by the City. The City shall promptly return the checks or bidder's bonds of unsuccessful bidders to the bidders as soon as the successful bidder is determined or within thirty days, whichever is sooner. 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: May 19, 2025 Final Completion Date: August 15, 2025 Liquidated Damages: $1,000.00 per day The Project Manual may be examined at the office of the City Clerk. Copies thereof and blank NB-1 forms may be secured at the office of Technigraphics, a division of Rapids Reproductions located at 415 Highland Ave, Suite 100, Iowa City, Iowa 52240, Phone: (319) 354-5950, Fax: (319) 354- 8973, Toll -Free: (800) 779-0093. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of Targeted Small Business contractors can be obtained from the Iowa Department of Administrative Services at (515) 242-5120. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Posted upon order of the City Council of Iowa City, Iowa. KELLIE GRACE, CITY CLERK NBA CERTIFICATE The Iowa League of Cities an entity organized under the laws of Iowa as an instrumentality of its member cities, with its principal place of business in Des Moines, Polk County, Iowa, does hereby certify that I am now and was at the time hereinafter mentioned, the duly qualified and acting Executive Director of the Iowa League of Cities, and that as such Executive Director of the League and by full authority from the Executive Board, I have caused a NOTICE TO BIDDERS Riverside Drive Pedestrian Bridge at Iowa Avenue - Rehab Project Classified ID: 111727801115 A printed copy of which is attached and made part of this certificate, provided on 10/03/2024 to be posted on the Iowa League of Cities internet site on the following date: 2024-10-03 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. 10/03/2024 a � w , Alan Kemp, Executive Director NOTICE TO BIDDERS RIVERSIDE DRIVE PEDESTRIAN BRIDGE AT IOWA AVENUE REHABILITATION PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 241h day of October, 2024. Sealed proposals will be opened immediately thereafter. 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 6:00 P.M. on the 4tn day of November, 2024, or at special meeting called for that purpose. The Project will involve the following: Rehabilitation to the concrete pedestrian bridge over Riverside Drive at Iowa Avenue, including upgrades to sidewalk, railing, handholes, and at -grade concrete stair below the bridge. Rehabilitation of the bridge generally includes: concrete deck edge replacement, spot repairs to areas of deteriorated concrete, deck sealer, concrete coating, lighting upgrades', expansion joint replacement, and railing replacement. All work is to be done in strict compliance with the Project Manual prepared by Origin Design Co., of Dubuque, Iowa, which has 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 submitted in a sealed envelope. In addition, a separate sealed envelope shall be submitted containing a completed Bidder Status Form and a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. The City shall retain the bid security furnished by the successful bidder until the approved contract form has been executed, a bond has been filed by the bidder guaranteeing the performance of the contract, and the contract and bond have been approved, by the City. The City shall promptly return the checks or bidder's bonds of unsuccessful bidders to the bidders as soon as the successful bidder is determined or within thirty days, whichever is sooner. 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: May 19, 2025 Final Completion Date: August 15, 2025 Liquidated Damages: $1,000.00 per day The Project Manual may be examined at the office of the City Clerk. Copies thereof and blank NBA forms may be secured at the office of Technigraphics, a division of Rapids Reproductions located at 415 Highland Ave, Suite 100, Iowa City, Iowa 52240, Phone: (319) 354-5950, Fax: (319) 354- 8973, Toll -Free: (800) 779-0093. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of Targeted Small Business contractors can be obtained from the Iowa Department of Administrative Services at (515) 242-5120. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Posted upon order of the City Council of Iowa City, Iowa. KELLIE GRACE, CITY CLERK NB-1 - ADDENDUM NO.1 Issue Date: October 21, 2024 M4 OCT 21 PM 12: (6 idge Rehabilitation - Riverside Drive Pedestrian Bridge at Iowa Avenue, Iowa City, Iowa j'ii i CI..!"tiK CIP Number S3978 1014VA CITY, m l,',j , The Contract Documents for the above -referenced Project are modified as set forth in this Addendum. The original Contract Documents and any previously issued addenda remain in full force and effect, except as modified by this Addendum, which is hereby made part of the Contract Documents. Bidder shall take this Addendum into consideration when preparing and submitting a bid and shall acknowledge receipt and acceptance of this Addendum in the space provided on the Proposal Form. Bids submitted without Addendum No.1 being acknowledged will be considered non -responsive. PROJECT PLAN SHEETS: SHEET C.2: Replace with the new C.2 Sheet included with this addendum. Changes include: 1. Add general note to clarify minimum headroom requirement for open traffic lanes on Riverside Drive during construction. 2. Updates to "Small Quantity Concrete Testing" table. Attachments: Sheet C.2 END OF ADDENDUM NO.1 I hereby certify that this engineering document was prepared by me or under my direct personal supervision and that I am a duly �OESS10'ti4 licensed Professional Engineer under the laws of the State of Iowa. FOR Origin Design Co. At:v •_ z KHOLAS A = sawEM _ c 2 02 4Niclas y 22629 ,rr A. chneider, P.E. Ibate License Number 22629 l My license renewal date is December 31, 2024 If mrp urrf1110% Pages or sheets covered by this seal: Addendum No.1 Prepared by: Alin Dumachi, Senior Engineer, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319)356-5143 Resolution No. 24-274 Resolution setting a new date for receipt of bids for the rebidding of the Riverside Drive Pedestrian Bridge at Iowa Avenue Rehabilitation Project, directing City Clerk to post notice to bidders, and fixing time and place for receipt of bids. Whereas, n�o bids were received prior to the October 24, 2024 deadline for the Riverside Drive Pedestrian Bridge at Iowa Avenue Rehabilitation Project; and Whereas, the Department of Public Works recommends that the Council set a new date for receipt of bids. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa, that: 1. The City Clerk is hereby authorized and directed to post notice as required in Section 26.3, not less than 13 days and not more than 45 days before the date of the bid letting, which may be satisfied by timely posting notice on the Construction Update Network, operated by the Master Builder of Iowa, and the Iowa League of Cities website. 2. 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 3:00 p.m. on the 19th day of December 2024. At that time, the bids will be opened by the City Engineer or his designee, and I 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 y; Iowa, at 6:00 p.m. on the 7tr, Citday of January 2025, or at a special meeting called for that�purpose. Passed and approved this 4th day of November , 2024 M-14or Approve y Attest: Cltyli Clerk City Attor y's Office (Eric Bigley - 10/31/2024) Resolution No. 24-274 Page 2 It was moved by Dunn adopted, and upon roll call there were Ayes: and seconded by Nays: Salih Absent: Alter Bergus Dunn Harmsen Moe Salih Teague the Resolution be Prepared by: Alin Dumachi, Senior Engineer, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319)356-5143 Resolution No. 24-296 Resolution canceling the Riverside Drive Pedestrian Bridge at Iowa Avenue Rehabilitation Project, directing City Clerk to post notice of the cancelation on the Construction Update Network and on the Iowa League of Cities website. Whereas, no bids were received prior to the October 241, 2024 deadline for the Riverside Drive Pedestrian Bridge at Iowa Avenue Rehabilitation Project; and Whereas, the City set a new bid date of December 19, 2024 to rebid the Project; and Whereas, additional time is needed to determine the best course of action to address the Riverside Drive Pedestrian Bridge at Iowa Avenue that is acceptable to all project partners; and Whereas, the Department of Public Works recommends that the Council cancel this Project. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa, that: 1. The !,Riverside Drive Pedestrian Bridge at Iowa Avenue Rehabilitation Project, authorized by Resolution 24-249, is hereby canceled. 2. The (City Clerk is hereby authorized and directed to post notice of the cancelation on the Construction Update Network, operated by the Master Builders of Iowa, and the Iowa League of Cities website. 3. Any (bids received shall be returned to the bidders unopened. Passed and, approved this loth day of December , 2024 A-� 'M fiy6 r Approved by 6 Attest:e ( Z - City 'Clerk City Attorney' Office-12/05/2024 Resolution No.124-296 Page 2 It was moved by Bergus and seconded by adopted, and upon roll call there were: Ayes: Nays: salih the Resolution be Absent: x Alter x Bergus x Dunn x Harmsen x Moe x Salih x Teague